Repair of Antenna Mast, NSN 5985015985631, for the JTE Program
ID: FA825025Q0513Type: 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 qualified vendors for the repair of an Antenna Mast (NSN 5985015985631) as part of the JTE Program. The procurement requires vendors to meet specific qualification criteria, including adherence to military standards for repair processes, submission of a qualification test plan, and compliance with packaging and marking requirements. This repair service is critical for maintaining operational readiness and functionality of military equipment. Interested parties must submit their qualifications by March 27, 2025, and can direct inquiries to Nick Standiford at nicholas.standiford@us.af.mil or John Prather at JOHN.PRATHER.3@US.AF.MIL for further details.

    Files
    Title
    Posted
    The Commercial Asset Visibility Air Force (CAV AF) document outlines contractor responsibilities and reporting requirements for the CAV AF system, which is the primary record-keeping system for all government assets at contractor repair facilities. Contractors must accurately record asset statuses daily and address various reporting scenarios, including "Not-on-Contract" items and discrepancies in shipments. Key obligations involve ensuring that government-furnished property is accounted for, submitting access requests, completing cybersecurity training, and adhering to shipping protocols. Contractors must report any discrepancies, such as misidentified items or missing components, to the appropriate authorities promptly. The document provides specific guidance on the use of required forms, such as DD Form 1348-1A for receipts and shipments. Additionally, it emphasizes compliance with DoD regulations and the importance of timely reporting to avoid systemic data issues. This structured approach aims to maintain accurate asset visibility, thereby supporting the government's inventory management needs effectively.
    The document focuses on guidelines for submitting proposals in response to requests for proposals (RFPs) and grants at federal, state, and local levels. It outlines eligibility criteria, funding priorities, and the application process. Key sections highlight the importance of aligning project objectives with government priorities, demonstrating a clear need for the proposed efforts, and detailing the expected outcomes. Applicants are encouraged to provide comprehensive budgets, timeline estimates, and sustainability plans for their projects. The document also emphasizes the evaluation criteria that will be used to assess proposals, which include innovation, feasibility, and the capability of the submitting organization. Overall, it serves as an essential resource for potential applicants to understand how to effectively navigate the funding landscape while ensuring compliance with governmental standards and expectations.
    The Government Property (GP) Inventory Report (DI-MGMT-80441D) is a crucial document providing guidelines for contractors to report inventory listings of government property, including both Government Furnished Property (GFP) and Contractor Acquired Property (CAP), to the Department of Defense (DoD). This report applies to all contracts involving GP and outlines the required content and format for reporting. Key features include a standard electronic format (.xls or .xlsx) and a specific set of column headers detailing essential information such as contract numbers, asset identification, item descriptions, location, and condition codes. The document serves to ensure accurate tracking and management of government property, streamlining inventory processes for compliance with defense contracting regulations. The GP Inventory Report thus plays a vital role in maintaining accountability and transparency in the stewardship of government resources.
    The document outlines the Data Item Description (DI-MGMT-81838) for the Commercial Asset Visibility (CAV) Reporting, a system that facilitates the tracking and management of government-owned reparable assets during their repair cycles at contractor facilities. The CAV application provides a web-based interface for contractors to report asset transactions in real-time, which updates a relational database accessible to commercial vendors for generating necessary reports. Key requirements specify the format and content of the reporting, detailing various transaction types such as asset receipt, inductions, completions, and shipments, among others. The CAV system aims to streamline inventory management and ensure accurate reporting of asset status and activities throughout the repair process. The document serves to establish guidelines for contractors to facilitate compliance with the requirements set forth in relevant contracts, emphasizing the importance of precise asset tracking for government accountability and operational efficiency. Overall, this framework supports federal redundancy in RFPs and grants by ensuring consistent and reliable reporting on asset repair workflows.
    The Counterfeit Prevention Plan (DID DI-MISC-81832) establishes guidelines for contractors to safeguard against counterfeit parts in procurement processes. Its main purpose is to outline effective strategies for identifying, eliminating, and reporting counterfeit materials, ensuring compliance with federal standards. The plan mandates detailed procurement practices focused on sourcing from Original Equipment Manufacturers (OEMs) or their authorized distributors, alongside outlining procedures for exceptions in cases where OEM parts are unavailable. It requires contractors to implement monitoring and training protocols, verify the authenticity of received parts, and establish systematic reporting methods for suspicious items. The document emphasizes the importance of a self-audit mechanism and compliance verification through on-site inspections at all subcontractor levels. In case counterfeit items are suspected, it prescribes a multi-step notification process involving quarantining suspect products, notifying customers and prime contractors, securing evidence, and cooperating with law enforcement during the investigation. This plan is crucial for maintaining integrity in supply chains and protecting the government's interests by preventing counterfeiting.
    The Repairable Item Inspection Report (DI-PSSS-80386A) outlines the procedures and requirements for contractors to document inspections of malfunctioning units intended for repair. Essential for government assessment, this report will facilitate the analysis of unit malfunctions and determine the need for further corrective actions. It is applicable to contractor repair contracts and supersedes a previous directive. The report must include specific data elements such as inspection item analysis number, contract number, cage codes, national stock number, part number, serial number, repair date codes, and details about electrical and physical test requirements not met. Additionally, it should describe the necessary repair actions, including parts replaced and adjustments made, as well as indicate the cause of malfunctions with supporting quantitative information. This document is significant in the context of federal RFPs and contracts, guiding contractors in the proper recording of repair activities while ensuring compliance with government standards. The report format is flexible, allowing contractors to use their own templates as long as it includes all required content.
    The Contract Depot Maintenance (CDM) Monthly Production Report details the maintenance production metrics required by the government for review and accountability in depot-level maintenance contracts. This report includes essential information such as the contractor's details, asset status, production figures, and unresolved issues. It is structured into two parts: Part I captures the contractor and project information, while Part II offers a production summary when discrepancies or issues arise. Key data points include item identification, quantities of reparables received and shipped, and production forecasts for the coming month. The report is mandatory and must be submitted within ten business days of the month’s end, ensuring timely oversight of maintenance operations. Through this reporting process, the government maintains close supervision over contracted maintenance activities, contributing to efficiency and effectiveness in asset management within defense operations. The format and requirements outlined serve to standardize reporting practices across different contractors and contracts, enhancing data integrity and facilitating performance evaluations.
    The document outlines the Engineering Change Proposal (ECP), identified as DI-SESS-80639E, which provides a structured format for documenting engineering changes within government contracts. Approved on February 11, 2020, the ECP includes guidelines for content as per the requirements of DD Form 1692. It emphasizes the need for adherence to existing standards (EIA-649-1), suggesting coupling this document with related notices such as Notice of Revision (NOR) and Specification Change Notices (SCN). The ECP can be presented in various formats, including DD Form 1692 or the Acquirer's Integrated Digital Environment schema, ensuring all necessary information is incorporated. The document also reiterates the importance of referencing applicable standards and maintaining consistency with document revisions. The intention behind this ECP is to streamline the proposal process for engineering changes in federal projects, thereby ensuring compliance and clarity throughout the modification procedures. This contributes to the overall effectiveness of federal grants, requests for proposals (RFPs), and project execution at various government levels.
    This document outlines a Request for Quotation (RFQ) from the Department of the Air Force for repair services related to a metal cylinder component (NSN 5985015985631), with a submission deadline of March 27, 2025. Key stipulations include a requirement for qualified vendors to meet certain criteria before contract award and a firm hold on offered prices for 120 days. The RFQ specifies that the repair work is performance-based, not involving inherently governmental functions. The document delineates various contract line items (CLINs), including a firm fixed price for testing, teardown, and evaluation, with an emphasis on quality assurance documentation such as the Certificate of Conformance. Delivery terms, inspection, acceptance processes, and specific reporting requirements related to Commercial Asset Visibility are outlined, reflecting the government’s focus on rigorous oversight and compliance. Additionally, the contract contains notable clauses addressing small business considerations, data reporting, and quality management—all integral to ensuring effective and responsible governance in public procurement. The objectives of the RFQ reflect standard practices in federal solicitations, emphasizing transparency, accountability, and adherence to regulatory frameworks while supporting U.S. national defense interests.
    The document provides detailed specifications for a metal cylinder item, identified by NSN 5985015985631FD, used for expansion and retraction purposes. It is associated with the 415 SCMS / GUMAA organization, initiated by Terrance L. Hardy on June 14, 2023. Key specifications include dimensions of 103 inches in length, 18 inches in width, 16 inches in height, and a weight of 50 pounds. The item falls under a criticality code "X" and a demilitarization code "Q", emphasizing its importance and restrictions on disposal. It contains no helium and features a safety-critical threaded component. The document is structured to include item details such as size, material, function, and contact details for the initiator. This information is relevant in the context of government procurement processes, indicating the need for precise specifications in federal RFPs and grants where such items are necessary for military or governmental projects. It emphasizes compliance with safety and operational requirements vital for various federal contracting scenarios. The thoroughness reflects the significance of accurate item documentation in supporting procurement, ensuring quality, and meeting specific operational needs in government activities.
    The document serves as an Item Unique Identification (IUID) Checklist under the Defense Federal Acquisition Regulation Supplement (DFARS) 252.211.7003, detailing the requirements for marking an item identified as a "mast" with the NSN 5985015985631FD. It specifies the initiation by Wyatt B. Snare from the 415 SCMS organization and provides contact information for further inquiries. The checklist mandates compliance with the latest version of MIL-STD-130 for marking procedures, referencing an Engineering Drawing number (200425523). It also acknowledges that the item is an embedded component, although specific details on marking methods and locations are not fully provided in this section. This structured document aligns with federal requirements related to equipment tracking, enhancing accountability and transparency in government acquisitions, particularly for defense-related assets. Compliance and accurate identification are crucial for inventory management and logistics within federal contracting processes.
    The document outlines packaging requirements under Purchase Instrument Number FD20202500513-00, adhering to MIL-STD 129 and MIL-STD 2073-1 standards. It emphasizes compliance with the United Nations' regulations on Wood Packaging Material (WPM) to combat invasive species, particularly the pinewood nematode. All wooden packaging materials must be debarked and heat-treated to specified temperatures for pest control. Certification from accredited agencies is needed to ensure adherence to international standards while constructing wooden shipments. The document lists specific item numbers, excluding packaging data, and highlights additional shipping and storage marking protocols mandated by military standards. It also specifies that containers must be marked according to MIL-STD-129, incorporating any additional unique identifiers as required. The packaging specialist for this project is Charles B. Davis, with his contact information provided for further queries. The overall purpose of the document is to ensure that packaging and marking processes meet stringent government requirements for military logistics, promoting safety in international shipping.
    The document outlines the preservation, packaging, and marking requirements for military materials as part of a government contract. It emphasizes adherence to various military standards, including MIL-STD 2073-1 for military packaging, MIL-STD 129 for marking requirements, and ISPM 15 for wood packaging in international trade. The offeror must ensure proper packaging procedures for hazardous materials, complying with multiple regulations including ICAO, CFR Title 49, and IATA Dangerous Goods Regulations. Additionally, detailed guidelines for electrostatic materials and the use of reusable containers are provided. The contractor is responsible for managing discrepancies with shipping and ensuring all material safety data sheets (SDS) are properly submitted. The document stresses compliance with referenced standards and specific packaging data elements, highlighting the importance of effective communication and adherence to government protocols throughout the packaging and shipping process. Overall, the purpose is to ensure that military materials are properly packaged, labeled, and marked to facilitate safe handling and transportation in alignment with federal standards.
    The Department of the Air Force's Performance Work Specification (PWS) outlines the requirements for the repair and maintenance of a specific end item, the mast (NSN: 5985015985631, Part Number: 913410). The contractor is responsible for inspecting, testing, and evaluating the item to determine its serviceability, either performing repairs or returning it in like-new condition. The PWS includes stringent performance requirements, detailing procedures for testing, cleaning, and refurbishing the item in accordance with military specifications. Key aspects include the necessity for a Counterfeit Prevention Plan to mitigate the risk of counterfeit electronic parts, detailed marking and identification practices, and strict reporting and documentation protocols. The contractor must notify the appropriate contracting officers of discrepancies and damages. Additionally, the PWS specifies terms for economic condemnation of items beyond repair and emphasizes compliance with safety and environmental regulations throughout the maintenance process. Overall, this document serves as a comprehensive guide for contractors to deliver quality services while ensuring conformity with military standards and regulations.
    This document is a Repair Data List related to federal procurement, specifically addressing the maintenance and repair of a mast identified by the National Stock Number (NSN) 5985015985631FD, linked to part number 913410. The list includes two entries under the guidance of Terrance L. Hardy, each detailing associated CAGE codes (97246) and documentation references. The document classifies the data as government-owned, and the remarks indicate the availability of technical data related to the occasional requirements for stable base drawings upon contract award. Additionally, it provides a legend for various furnishing method codes, clarifying the status of technical data availability and responsibilities for the contractor in regard to documentation acquisition. This document is pivotal in determining the standards and requirements for entities responding to federal RFPs concerning the specified equipment, aiding in compliance and operational readiness. Overall, it underscores the meticulous nature of government contracting processes and the associated technical documentation that must be adhered to.
    The document outlines the qualification requirements for sources seeking to provide repairs for the Antenna Mast (NSN: 5985015985631, P/N: 200425515) used in the AN/TSQ-T10 (JTE) application. Key requirements include notifying the Small Business Office or contracting officer of intent to qualify, certifying access to necessary facilities and equipment, and verifying the completeness of the data package. Offerors must adhere to specified repair processes, submit a qualification test plan for approval, and incur no estimated costs for testing. A qualification period of approximately 30 days is estimated. Additionally, the document describes Source Qualification Waiver Criteria (QWC), allowing potential sources meeting certain conditions to apply for waivers of qualification requirements. This includes prior supply to the government, qualifications related to similar items or configurations, and conditions surrounding ownership changes. Achieving these qualifications is essential for eligibility in contract awards, although approval as a qualified source does not guarantee contracts. This document serves to streamline the qualification process for vendors in a government RFP context, ensuring compliance with military standards and quality assurance.
    This government document pertains to transportation data relevant to solicitations, particularly regarding the purchase instrument FD20202500513-00 initiated on February 26, 2025. It outlines the terms of transportation, specifying F.O.B. (Free on Board) guidelines—origin and destination—and mandates contacting the Defense Contract Management Agency (DCMA) for shipping instructions on all contracts. The document details various items to be shipped with unique NSNs (National Stock Numbers), destination addresses, and associated requisitions, primarily focusing on several military logistics sites in California and Utah. Transportation funding and account codes are identified, facilitating the appropriate financial tracking of shipments. The purpose of this document is to guide vendors through the procurement and shipping processes efficiently, ensuring compliance with military transport regulations and avoiding unnecessary costs through prior communication with DCMA. This level of detail aids stakeholders in understanding the logistics and requirements for fulfilling government contracts, crucial for maintaining operational integrity in defense procurement.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Repair of Electronic Amplifier for the JTE Program NSN 5996016610915
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of an electronic amplifier identified by National Stock Number (NSN) 5996016610915, as part of the JTE Program. The procurement requires contractors to provide comprehensive repair services, including inspection, testing, and evaluation of the amplifier, which is a critical component with safety-critical designations. This opportunity underscores the importance of maintaining operational readiness for military applications, ensuring compliance with stringent quality and safety standards. Interested contractors should contact Nick Standiford at nicholas.standiford@us.af.mil or call 801-777-8968 for further details, with proposals due by the specified deadline outlined in the solicitation documents.
    REPAIR SERVICES ECA, RFGU, SYNTH, 2-18 GHz DW, ECA, RFGU, SYNTH, .5-18 GHz DW
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide repair services for electronic components, including the 2-18 GHz and 0.5-18 GHz digital waveforms, as part of a Sources Sought notice. Interested parties must demonstrate their capability to repair specific components, including the NSN 5998-01-598-5645 and P/N 903-5004068, by submitting a detailed qualification test plan, a qualification article, and a complete data package, with estimated costs for testing around $13,000 and a completion timeline of approximately 90 days. These components are critical for the AN/TSQ-T10 Joint Tactical Terminal (JTE) system, emphasizing the importance of reliability and compliance with military standards. For inquiries, potential offerors can contact Chao Chin at chao.chen.1@us.af.mil or John Prather at JOHN.PRATHER.3@US.AF.MIL, with the understanding that foreign participation at the prime contractor level is prohibited.
    REPAIR SERVICES JTE PROGRAM
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Repair Services JTE Program, focusing on the teardown, testing, and evaluation of motor controllers. Contractors are required to meet stringent military standards for inspection, testing, and potential repair of the specified equipment, ensuring compliance with quality assurance protocols and timely deliverables. This procurement is critical for maintaining the operational efficiency and reliability of defense equipment, with a bid submission deadline set for March 12, 2025. Interested parties can contact John Prather at john.prather.3@us.af.mil or by phone at 801-586-3463 for further details.
    5985 - FMS Repair of ANTENNA (1 unit)
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is seeking contractors for the repair of one unit of antenna, classified under PSC code 5985. The procurement aims to ensure the operational readiness of critical communication systems by providing necessary repairs to specialized antenna equipment, which plays a vital role in military operations. Interested parties can reach out to Kelly Lynch at 215-697-5815 or via email at kelly.m.lynch5.civ@us.navy.mil for further details regarding the solicitation process.
    Repair of NSN 5996-00-572-1617
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the amplifier subassembly identified by National Stock Number (NSN) 5996-00-572-1617, which is critical for the AN/TPS-75 weapon system. The procurement involves comprehensive inspection, testing, and restoration services, categorized into three phases: Test, Teardown, and Evaluation (TT&E); TT&E and Minor Repair; and TT&E and Major Repair, with a focus on maintaining performance standards equivalent to new items. This amplifier subassembly plays a vital role in aerial surveillance operations, underscoring its importance to military capabilities. Interested contractors should contact Tracy Powell at tracy.powell.5@us.af.mil or call 801-777-6355 for further details, with proposals expected to adhere to stringent quality assurance and packaging standards as outlined in the solicitation documents.
    FMS repair of ANTENNA
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is soliciting bids for the repair, modification, and restoration of antennas associated with the H-1 System. Contractors are required to ensure the operational readiness of these government-owned components, adhering to specific labor, material, and compliance standards as outlined in the Request for Quotation (RFQ). This procurement is critical for maintaining the functionality and reliability of military communication systems. Quotations must be submitted by April 2, 2025, and interested parties can contact Dina Wojciechowski at dina.m.wojciechowski.civ@us.navy.mil or by phone at 215-697-1219 for further details.
    Repair services for the CRC TPS-75 program NSN 5840-01-538-6564
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for repair services related to the CRC TPS-75 program, focusing on the frequency generator identified by NSN 5840-01-538-6564. The procurement requires contractors to perform comprehensive inspection, testing, and restoration services, adhering to strict quality standards and documentation protocols, including Electrostatic Discharge (ESD) control and counterfeit prevention measures. This equipment is critical for military operations, necessitating that all repairs meet the standards of new items to ensure operational readiness. Interested contractors should contact Valerie Humphries at valerie.humphries@us.af.mil or Timothy Howard at TIMOTHY.HOWARD.27@US.AF.MIL for further details, with proposals due by March 31, 2025.
    Repair of NIIN 012567464
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the repair of NIIN 012567464, which involves maintenance services for a mast assembly. The procurement requires contractors to provide detailed quotes by March 13, 2025, and adhere to strict specifications for repair, inspection protocols, and documentation, ensuring compliance with government standards. This opportunity is critical for maintaining the operational readiness of defense materials, particularly in the context of helicopter rotor blades and associated components. Interested vendors should contact Sam Hojnowski at sara.m.hojnowski.civ@us.navy.mil for further details regarding the solicitation.
    B-2 KU-Band (Lower) Antenna NSN 5985-01-262-1927 P/N DAA3391P010-105
    Buyer not available
    Sources Sought DEPT OF DEFENSE B-2 KU-Band (Lower) Antenna NSN 5985-01-262-1927 P/N DAA3391P010-105 The Department of Defense, specifically the Department of the Air Force, is seeking prospective vendors for an engineering services effort regarding the B-2 Ku-Band (Lower) Antenna. This antenna is part of the B-2 Ku-Band radar system used to identify and determine the range and bearing of the vehicle. It also serves as a secondary structure that forms a portion of the outer mold line. The unit is designed for low observable and nuclear environment operations. The purpose of this effort is to resolve obsolescence, develop, and qualify a sustainable configuration for manufacturing. The Air Force is in search of vendors who can evaluate the Bill of Materials (BOM), production/test equipment, and documentation, identify obsolete parts and materials, propose alternatives for long-term sustainment, maintain the form, fit, and function of the antenna, meet all existing specification requirements, address testing requirements, and develop and deliver a full production Technical Data Package. At this time, Northrop Grumman is the only known source with qualifications to execute this effort. However, the Air Force is conducting this market survey to identify potential sources that may possess the specialized expertise, capabilities, and experience required. It is important to note that participation in this survey does not ensure participation in future solicitations or contract awards, and the government will not reimburse participants for any expenses associated with their participation. Prospective vendors must demonstrate their capabilities and past performance in areas such as low observable applications, repair and manufacture of B-2 aircraft antennas, B-2 aircraft integration testing, B-2 aircraft environmental testing, and compliance with security clearance requirements. Additionally, vendors must maintain a corporate cost accounting system that meets the requirements of DCMA and/or DCAA, and must not be owned by a foreign company or individual for the duration of any potential government contract. Small businesses are encouraged to indicate if conditions exist for a small business set-aside for any portion of the requirement, and provide information on their qualifications and experience. Large businesses should submit their reasonable expectation of subcontracting opportunities for small business concerns. The place of performance for this procurement is Oklahoma City, OK, with a zip code of 73145, and the primary contact for this notice is 424 SCMS/GUEAA. For more information, interested parties can contact 424SCMS.RFI.Responses@us.af.mil.
    F16_ANAPG_68_RadarDualModeTransmitterNSN5998013035872PN762R831G01
    Buyer not available
    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.