Solicitation: Repair of NSN 5840014830555, 5430010798076
ID: FA825025R0647Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8250 AFSC PZAAAHILL AFB, UT, 84056-5825, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of radar set subassemblies and liquid storage tanks associated with the AN/TPS-75 radar system. The procurement involves comprehensive inspection, testing, and potential repair services, categorized into three efforts: Test, Teardown, and Evaluation (TT&E); TT&E with Minor Repair; and TT&E with Major Repair. These components are critical for maintaining operational readiness and ensuring the reliability of military equipment. Interested contractors must comply with qualification requirements and submit their proposals by May 27, 2025, with inquiries directed to Tracy Powell at tracy.powell.5@us.af.mil or Cydnee Simpson at cydnee.simpson@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Procurement Request for a Radar Set Subassembly related to the AN/TPS-75 radar system, identified by the National Stock Number (NSN) 5840014830555ZR. It details technical specifications including dimensions (24x24x24 inches) and weight (81 lbs), with construction materials listed as steel, copper, and aluminum. The item's primary function is as a regulator assembly and includes critical components like a safety-critical screw. Security-related designations are noted, including criticality and demilitarization codes. The initial submission is attributed to Isaias M. Rodriguez from the 415 Supply Chain Management Squadron, with contact information provided. The summary emphasizes the need for precise handling and procurement adherence, indicative of broader efforts in federal RFP processes aimed at maintaining defense capabilities and asset management.
    The document is a distribution notice concerning the packaging and handling standards for materials utilized by the Department of Defense (DOD) and U.S. contractors. It emphasizes the importance of adhering to specific packaging requirements to maintain the integrity of the materials during severe shipping, handling, and storage conditions, such as in mobilization or wartime situations. Key points include the requirement for level A protection for high-risk items and the compliance with ISO standards addressing wood packaging materials (WPM) to prevent the introduction of invasive species. All wooden components must be made from debarked wood and heat-treated according to international regulations to ensure safety and efficacy in international trade. The document further outlines destruction procedures for unclassified documents and contains notices on repackaging requirements and acceptable substitutions for packaging materials, ensuring that all materials meet regulatory standards without incurring extra costs to the government. Overall, the document serves as a guideline for compliance with national and international standards to safeguard materials and logistics operations critical to defense activities.
    The Department of the Air Force outlines a Performance Work Specification (PWS) for the inspection, repair, and restoration of specific equipment. The contractor is required to provide all necessary services, facilities, and materials to ensure the equipment is returned to a serviceable condition. The work encompasses three main efforts: Test, Teardown, and Evaluation (TT&E); TT&E with Minor Repair; and TT&E with Major Repair. The contractor must conduct comprehensive testing to assess equipment condition, report findings, and obtain necessary approvals for repairs. If a piece of equipment is deemed uneconomical to repair, it may be condemned in accordance with specified financial thresholds. Additionally, the document emphasizes quality control, with the contractor responsible for rectifying any workmanship-related deficiencies detected within a year post-repair. It highlights security requirements and the importance of handling reusable containers properly, along with measures to prevent counterfeit parts from entering the supply chain. Performance metrics and reporting obligations are clearly laid out, mandating timely reporting of asset information, inspection outcomes, and compliance with regulations regarding counterfeit materials. This PWS serves to ensure that all equipment repairs meet military standards and regulations, ultimately supporting operational readiness.
    The document outlines packaging requirements related to wood packaging material (WPM) in compliance with international standards to combat invasive species, specifically detailing actions to address the pinewood nematode threat. It emphasizes the use of debarked wood, heat treatment (to at least 56°C for 30 minutes), and certification by an accredited agency in accordance with the American Lumber Standards Committee (ALSC). The guidelines reference MIL-STD 129 for military marking and MIL-STD 2073-1 for military packaging, asserting that all items must adhere to these standards for shipping and storage marking. Specific items listed are subject to varied preservation levels, with some requiring additional vendor packaging instructions. Furthermore, the document stipulates the role of a dedicated packaging specialist and provides contact information for inquiries. Overall, the requirements reflect a commitment to safe packaging practices intended to mitigate environmental risks during global shipments, aligning with federal and military regulatory standards.
    The CAV AF Reporting Requirements document outlines the responsibilities of contractors regarding the Commercial Asset Visibility (CAV AF) system, which is essential for tracking government assets at contractor facilities. It specifies that contractors must ensure accurate and timely reporting of asset statuses daily or within one business day of maintenance actions, including Government Furnished Property (GFP). The document emphasizes the need for contractors to complete necessary training, including cybersecurity training, and ensure dual reporting personnel are assigned to avoid lapses. Additionally, it details transactional reporting requirements, such as managing 'Not-on-Contract' items, proper use of various government form numbers for receipts and shipments, and required protocols for discrepancies or damages during shipments. Specific contact points for training support and reporting issues at various Air Force bases are provided. This document serves as a critical guide for contractors to comply with government asset management and reporting principles, ensuring transparency and accountability in the handling of military assets.
    The document outlines federal and state funding opportunities for various projects via Request for Proposals (RFPs) and grants. It emphasizes the government's initiative to support local and state projects that align with federal priorities, including infrastructure development, community health initiatives, and environmental sustainability. Key ideas include the eligibility criteria for applicants, the application process, and the evaluation metrics used to assess proposals. Additionally, the document discusses the importance of collaboration between local agencies and federal programs to maximize resource utilization and drive effective project implementation. This serves as a comprehensive guide to understanding the funding landscape and assists stakeholders in navigating the complexities of federal and state funding mechanisms for their respective projects. The overall aim is to encourage innovative solutions while adhering to established guidelines and fostering public accountability.
    The document outlines the Item Unique Identification (IUID) checklist relevant to the marking requirements for a radar set subassembly, as mandated by DFARS 252.211.7003. It specifies that the item, with NSN 5840014830555ZR, requires marking in accordance with the latest version of MIL-STD-130. Key details include the item's version number, initiator's contact information, and the organization code. It notes that the marking guidance is derived from engineering drawings and provides the relevant drawing number. Additional sections address embedded items related to the same NSN, indicating the requirement for consistent marking practices. This IUID checklist serves to ensure compliance with defense procurement standards, facilitating inventory management and traceability for government contracts. The document is structured into clear sections detailing identification information, marking requirements, and points of contact, emphasizing the importance of accurate item identification in military logistics and operations.
    The document outlines a Repair Data List (RDL) related to the radar set subassembly with National Stock Number (NSN) 5840014830555ZR. It details five entries associated with the component, indicating that all related documents are government-produced (marked with a 'G' for government document). Each entry has a corresponding CAGE code (2F259) and provides references to technical orders and a drawing. The purpose of this RDL is to facilitate the repair process by providing maintenance technical documentation and other pertinent information for procurement and repair activities. Additionally, it includes a legend for the method codes used, categorizing the nature of the documents provided. The significance of this RDL lies in its role in supporting government contracts related to maintenance and repair, ensuring compliance and standardization in technical documentation.
    The document outlines the qualification requirements for potential contractors or offerors to become approved repair sources for the Pulse Forming Network (PFN) Regulator, part number 1366839, used in the AN/TPS-75 system. It mandates that offerors inform the government of their intent to qualify and demonstrate access to necessary facilities for repair and testing. Offerors must also present a complete data package, including essential procedures and specifications, and verify adherence to government standards, including Unique Identification (UID) requirements. A qualification test plan must be submitted for approval, estimating a qualification period of 30 days. The document emphasizes that offerors must meet all qualifications by the contract award date to be considered for selection. Additionally, it outlines waiver criteria for certain sources, permitting them to bypass some qualification requirements based on prior experience or credentialing. These procedural guidelines are crucial for maintaining high standards in military equipment repair and ensuring compliance with government contracting regulations.
    This document outlines compliance requirements for wooden packaging materials (WPM) under international trade regulations, specifically referencing the United Nations' constraints to prevent invasive species like the pinewood nematode. It mandates that all wood used in pallets, containers, and packaging must be debarked and heat-treated to specific temperatures to ensure safe transport worldwide. Certification by an accredited agency is required for compliance with the International Standards for Phytosanitary Measures (ISPM No. 15). The document also includes cautionary notices regarding packaging integrity, allowances for previous packaging standards if intact, and conditions under which packaging materials may be substituted. It establishes the necessity for Level A protection for materials subjected to severe handling and storage conditions, especially during operations such as strategic deployments or military mobilization. Overall, it serves as guidance for contractors and government procurement processes to adhere to stringent safety and environmental standards in packaging practices for federal and defense logistics, ensuring compliance and protection against biological threats during transport.
    The document outlines details regarding a liquid storage tank, identified by National Stock Number (NSN) 5430010798076ZR, associated with the end item AN/TPS-75. It includes technical specifications such as dimensions (length: 29.9 inches, width: 29.9 inches, height: 25.9 inches) and weight (85 lbs), outlining its construction materials like tubes, nuts, and electrical components, and specifying its function as an oil tank assembly. The file includes critical data points including criticality codes, demilitarization status, security code, and contact information for the initiator, Isaias M. Rodriguez of the 415 SCMS/GUMAC. Furthermore, it emphasizes safety considerations and the importance of various components such as the threaded elements. This summary is significant within the context of federal Requests for Proposals (RFPs) as it provides essential insights into procurement for military equipment, highlighting compliance and safety standards necessary for government contracting and supply chain management. The document serves a practical purpose in facilitating the acquisition process for this specific component, aligning with broader government operational needs.
    The document details the Item Unique Identification (IUID) checklist in compliance with DFARS 252.211.7003, specifically focusing on the marking requirements for a liquid storage tank identified by NSN 5430010798076ZR. It specifies that marking should adhere to the latest MIL-STD-130 standards, with relevant details including the engineering drawing number (09A2002) and the necessary marking procedures. The initiator of this request is Dam Nghia T, associated with the 415 SCMS organization. Additionally, the checklist mentions embedded items related to the primary NSN, ensuring that all components are properly marked in accordance with the set guidelines. This document serves to facilitate accurate tracking and identification of military assets, thereby enhancing accountability and inventory management within the federal procurement context. The overall purpose is to maintain stringent compliance with marking protocols for government property to support efficient logistics and record-keeping.
    The document outlines a revision to a Repair Data List for a liquid storage tank identified by the part number 353D663 and the National Stock Number (NSN) 5430010798076ZR. It indicates the date of the revision as July 8, 2024, and includes relevant data such as the Cage Code 97942 and associated documents. The entry also provides a method code legend detailing the types of information furnished, ranging from classified documents to vendor data and government rights to various documentation. The document highlights specific remarks on the tank's repair data while emphasizing the different conditions under which technical data may be made available, such as through contract awards or upon request by the Procurement Contracting Officer (PCO). This document plays a critical role in informing contractors about necessary procedures and access to technical data essential for the repair and maintenance of military equipment, aligned with federal procurement processes and guidelines.
    This document outlines the qualification requirements for potential sources interested in repairing the Oil Tank Assembly (NSN: 5430-01-079-8076, P/N: 353D663G01) utilized in the AN/TPS-75 application. Offerors must notify the government of their intent, certify access to necessary facilities for inspection and testing, and verify possession of complete data packages, including specific drawings and technical orders. They must ensure compliance with government standards and qualify through a testing plan approved by the government, which may incur costs around $5,000 and take approximately 30 days to complete. The document also details waiver criteria for those meeting certain predefined quality requirements, allowing for potential sources to bypass some qualification steps if they can demonstrate adequate past performance or equivalency. Overall, full qualification is mandated for contract eligibility, reinforcing the government’s process to ensure compliance and quality in assembly repair sourcing.
    The document delineates a Request for Proposal (RFP) from the Department of the Air Force for the procurement of various services related to liquid storage tanks and radar set subassemblies. The solicitation number FA8250-25-R-0647 specifies that this is a sealed bid contract requiring offerors to submit their bids by May 27, 2025. Key sections include delivery schedules, pricing, inspection and acceptance requirements, and contract administration data. The schedule details multiple line items for tear-down, minor, and major repairs with distinct instructions and timelines for each. The document mandates specific quality assurance and acceptance procedures, emphasizing compliance and the necessity for proper documentation when delivering items. Moreover, it highlights the importance of cybersecurity measures, clearly outlines potential limitations, and establishes requirements related to contractor obligations. The intent of the RFP is to ensure that bids are submitted within defined parameters while maintaining quality standards and compliance with federal regulations, contributing to the Air Force's operational needs effectively and efficiently.
    Similar Opportunities
    Repair of JTE Antenna NSN: 5985-01-599-9815
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting qualified contractors for the repair of the JTE Antenna (NSN: 5985-01-599-9815). The procurement involves comprehensive services including Test, Teardown, and Evaluation (TT&E) of the antenna, as well as potential repair of identified components to restore the item to a serviceable, like-new condition. This antenna is critical for radar applications, and the successful contractor will be responsible for ensuring compliance with stringent quality and security standards throughout the repair process. Interested vendors must submit a Source Approval Request (SAR) to qualify, with a response deadline set for January 5, 2026. For further inquiries, contractors can contact Elijah Leo Carino at elijahleo.carino@us.af.mil or Cydnee Simpson at cydnee.simpson@us.af.mil.
    F16_AN-APG_68_RADAR_PN758R99OG01_NSN_1270012383662
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide repair services for the Dual Mode Transmitter, part number 758R990G01, associated with the F-16 C/D Model AN/APG-68 Radar. The procurement requires potential contractors to meet stringent qualification requirements, including the ability to certify facilities for repair, testing, and inspection, as well as to provide a complete data package and a qualification test plan. This opportunity is critical for maintaining the operational readiness of military aircraft, ensuring that the necessary components are repaired to government standards. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil or call 801-777-2211 for further details, with an estimated qualification cost of $10,000 and a completion timeline of approximately 1465 days.
    F-16 Radar Antenna Phase Shift Driver Unit NSN: 1270-01-561-6088 PN: 562R218H01
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources to repair the Phase Shifter Assembly (P/N: 562R218H01, NSN: 1270-01-561-6088WF) for the AN/APG-68 Radar Antenna. Interested offerors must demonstrate their capability to meet stringent qualification requirements, which include providing a complete data package, submitting a qualification test plan, and delivering a pre-contract award qualification article for evaluation. This repair unit is critical for maintaining the operational effectiveness of the radar systems used by the Air Force. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil or by phone at 7772211 to express their intent to qualify, with an estimated qualification cost of $4,000 and a completion timeframe of 90 days. Note that successful qualification does not guarantee a contract award.
    F16_APG68_RadarDualModeTransmitter_PN772R0225G01_NSN5598012031936
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources to repair the RF Controller (Part Number 772R025G01) associated with the F-16 C/D AN/APG-68 Radar Dual Mode Transmitter. Interested contractors must meet stringent qualification requirements, including demonstrating access to necessary facilities and equipment for repair, inspection, and testing, as well as providing a complete data package that includes relevant drawings and specifications. This RF Controller is critical for the operational capabilities of the F-16 aircraft, and the repair process must comply with government standards to ensure reliability and performance. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil for further details, with an estimated qualification cost of $5,000 and a completion timeline of approximately 270 days.
    AN_APG_68_Dual_Mode_Transmitter_PN585R224H04_NSN_5960013415198
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide repair services for the AN/APG-68 Dual Mode Transmitter, part number 585R224H04, identified by NSN 5960-01-341-5198. Interested offerors must meet stringent qualification requirements, including having the necessary facilities, testing capabilities, and a complete data package to ensure compliance with government standards for the repair of this critical electronic component used in F-16 C/D radar systems. The estimated cost for qualification testing is approximately $260,800, with a completion timeline of around 730 days. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil or call 801-777-2211 for further details and to express their intent to qualify.
    AN/ALQ-172 Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the repair of redesigned AN/ALQ-172 Line Replaceable Units (LRUs) as part of a Request for Information (RFI). The procurement focuses on several specific NSNs, including 5865-01-718-3672EW (LRU-4), TBD (LRU-8 P/N 2624708G007), 5865-01-668-8772EW (LRU-10), and 5865-01-669-5621EW (LRU-12), due to a lack of complete repair data and serviceable assets, with no funding available for reverse engineering. This initiative is currently a sole-source effort with L3Harris, but the RFI encourages responses from both large and small businesses, including joint ventures, to showcase their repair capabilities and quality assurance processes. Interested parties must submit their responses by January 5, 2026, to Kenneth Dickman at kenneth.dickman@us.af.mil, with participation being voluntary and no reimbursement provided for submissions.
    F16_ANAPG68_PN-646R706G01_1270010778078
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources to provide repair services for the Array Brazing Assembly, part number 646R706G01, associated with the F-16 Radar Antenna. Interested offerors must meet stringent qualification requirements, including demonstrating access to necessary facilities and equipment for repair, inspection, and testing, as well as providing a complete data package and a qualification test plan for government approval. This procurement is critical for maintaining the operational readiness of military assets, with an estimated qualification cost of $20,000 and a completion timeline of approximately 270 days. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil or call 801-777-2211 for further details and to express their intent to qualify.
    F16_ANAPG_68_RadarDualModeTransmitterNSN5998013035872PN762R831G01
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources for the repair and maintenance of the RF Controller (NSN: 5998-01-303-5872, P/N: 762R831G01) used in the F-16 C/D AN/APG-68 Radar Dual Mode Transmitter. Interested offerors must meet stringent qualification requirements, including the ability to certify access to necessary facilities and equipment, provide a complete data package, and undergo a rigorous testing and evaluation process to demonstrate compliance with government standards. This procurement is critical for maintaining the operational readiness of the F-16 radar systems, ensuring that the RF Controller functions effectively within military operations. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil or by phone at 7772211 for further details, as the qualification process is estimated to take approximately 270 days and may incur costs around $5,000.
    RECEIVER TRANSMITTER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of Receiver Transmitters, specifically for the B-2 aircraft. This contract involves the supply of 14 units of the Receiver Transmitter, which facilitates two-way voice communication between the aircraft and other vehicles or surface stations, and is constructed from metal alloy with electronic components. Interested vendors should note that the estimated issue date for the Request for Proposal (RFP SPRTA1-26-R-0134) is December 26, 2025, with a closing date of January 26, 2026, and inquiries can be directed to Michael Hannan at Michael.Hannan.1@us.af.mil or by phone at 385-591-3092. The contract will not be set aside for small businesses, and all proposals must be submitted within 45 days of the notice publication.
    RQR
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to meet the Repair Qualification Requirements (RQR) for the Phase Shifter Assembly used in the AN/APG-68 Radar Antenna. Prospective offerors must demonstrate their capabilities in facilities, testing, and inspection, and provide a complete data package along with a qualification test plan for government approval. This procurement is critical for ensuring that only qualified suppliers can undertake the repair of essential defense components, emphasizing compliance with stringent government standards. Interested parties should contact the SASPO office at 429SCMS.SASPO.Workflow@us.af.mil for further details, with an anticipated qualification testing cost of approximately $4,000 and a completion timeframe of 90 days.