Repair of NSN: 5985-01-307-6290 for the UMTE Program
ID: FA825026Q0224Type: 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)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting qualified sources for the repair of antennas (NSN: 5985-01-307-6290) as part of the Unmanned Threat Emitter (UMTE) program. The procurement requires vendors to adhere to stringent qualification standards, including the submission of a Source Approval Request (SAR) for those not previously approved, and compliance with various reporting and documentation requirements such as the Commercial Asset Visibility Air Force (CAVAF) system. This antenna is a critical component for defense operations, necessitating high-quality repair services to ensure operational readiness. Proposals are due by January 5, 2026, and interested parties should contact Avery Irwin at avery.irwin@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) Reporting Requirements document outlines the mandatory responsibilities and procedures for contractors concerning government-owned assets at repair facilities and inventory control points. CAV AF is the primary system for daily asset status, requiring contractors to ensure accurate, timely reporting within one business day of a maintenance action. Key responsibilities include maintaining accurate asset records, assigning two CAV AF reporters, and ensuring they complete initial and annual DoD CyberAwareness Challenge training. Contractors must also submit System Authorization Access Requests (DD Form 2875) and adhere to specific transactional reporting for "Not-on-Contract" items, CLIN repairable assets, and Nuclear Weapon Related Materiel (NWRM). The document details proper usage of DD Form 1348-1A for receipt and shipping, outlines procedures for system downtime, and provides disposition instructions for assets at contract closure. Non-compliance or inaccurate reporting can lead to Program Management Reviews. Additionally, it addresses discrepancy reporting for misrouted shipments and missing components, emphasizing the use of WebSDR. Training and support contacts for CAV AF System Administrators are also provided.
    The document details an antenna, NSN 5985013076290FD, with reference number 8811-4900-1, from CAGE 12115. This antenna is a critical component (criticality code X, security code Y) for a UMTE system, with specific dimensions: 82 inches long, 85 inches wide, 69 inches high, and weighing 725 pounds. It is identified as an ESD item and has a demilitarization code of D. The initiator for this item is Jason I. Pedersen from 415 SCMS / GUMAa. The document, generated on December 12, 2025, serves as a detailed item description, likely for procurement, inventory, or asset management within a government context, possibly related to an RFP or grant for defense or communication systems.
    The document outlines packaging requirements for federal government purchase instrument FD20202600224-00, Version 3. A key focus is compliance with United Nations restrictions on Wood Packaging Material (WPM) to prevent the spread of invasive species. All WPM, including pallets, boxes, and dunnage, must be constructed from debarked, heat-treated wood (56 degrees Celsius or 133 degrees Fahrenheit for 30 minutes) and certified by an ALSC-recognized agency, referencing ISPM No. 15. The packaging requirements are detailed under PACRN AAA, specifying MIL-STD-2073-1 for packaging and MIL-STD-129 for military marking. Shipping containers require additional markings as specified on AFMC Form 158. For PACRNs AAB, AAC, AAD, and AAE, no specific packaging data is required. The document is signed by Charles B. Davis, a packaging specialist.
    This government file outlines comprehensive preservation, packaging, and marking requirements for offerors, specifically detailing adherence to various military and commercial standards. Key directives include MIL-STD 2073-1 for military packaging, ASTM D3951 for commercial packaging, and MIL-STD 129 for military marking. Special provisions cover hazardous materials, classified materials, electrostatic sensitive devices, and international phytosanitary measures (ISPM 15) for wood packaging. The document also addresses Item Type Storage Codes (ITSC), specialized shipping containers (MIL-STD-648), and palletized unit loads (MIL-STD-147). Contractors are required to submit Safety Data Sheets (SDS) for hazardous materials and utilize resources like SPIRES for packaging instructions. Procedures for reusable containers and reporting discrepancies via WebSDR are also specified. The file emphasizes compliance with numerous federal regulations and international standards, ensuring proper handling, identification, and shipment of materials for DoD activities.
    This Performance Work Specification (PWS) outlines requirements for the inspection, test, teardown, evaluation, and repair of a TK4 Antenna Assembly (NSN 5985-01-307-6290, Part Number 8811-4900-1) for the Department of the Air Force. The contractor must furnish all necessary facilities, parts, materials, equipment, and services to restore the end item to a serviceable, like-new condition. The work involves either Test, Teardown, and Evaluation (TT&E) only or TT&E and repair, with approval for repair negotiated after TT&E. Key requirements include meeting original specifications, identifying subcomponent changes, adhering to foreign disclosure restrictions for critical technology, and performing acceptance testing. The PWS also details procedures for packaging, handling, shipping documentation (DD1348-1A), and condemnation criteria for uneconomical repairs. A critical aspect is the Counterfeit Prevention Plan (CPP), which mandates policies and procedures to avoid, detect, mitigate, and dispose of counterfeit electronic parts, ensuring supply chain integrity. The contractor is responsible for quality deficiency reporting, adhering to Electrostatic Discharge (ESD) control, and providing various data deliverables through the Commercial Asset Visibility Air Force (CAVAF) system, including repair status, inspection reports, and engineering change proposals. This document establishes minimum work requirements and performance thresholds for returning the antenna assembly to a fully functional state.
    This government file is a Repair Data List (RDL) Revision for an antenna (NSN 5985013076290FD, Part Number 092-00007) from CAGE Code 25223, dated September 9, 2025. The document specifies that the repair data for the antenna assembly (Line 00001) is a government document (G) and is available (Y) with government rights (L) and a distribution code (D). The RDL Remarks section provides a legend for 'FURNISHED METHOD CODE,' indicating how technical data is provided, such as with solicitation, contract award, upon request, or if it's a government document. This RDL is crucial for understanding the availability and access rights to repair information for this specific antenna in government procurement and maintenance contexts.
    The IUID Checklist details the unique identification marking requirements for federal government items, specifically an Antenna (NSN 5985013076290FD). This document, relevant for federal government RFPs, specifies that marking must comply with MIL-STD-130, with the contractor determining the location and method. It outlines initiator contact information and notes the item's potential as an embedded component for another system. The checklist ensures proper identification and tracking of government property, crucial for accountability and inventory management in federal procurement processes.
    This document outlines the stringent qualification requirements for sources seeking to repair Antenna P/N: 8811-4900-1 for the AN/TPT-T1 (V) Unmanned Threat Emitter (UMTE). To become a qualified source, offerors must notify the government of their intent, certify access to required repair facilities and equipment, and provide complete data packages including specific drawings and specifications. They must also verify their repair processes adhere to government requirements and UID standards, providing quality, performance, and environmental evaluation data at their own expense. A qualification test plan must be submitted for approval, with estimated costs of $13,000 and a 60-day completion time. Full qualification is mandatory before contract award, though a contract award is not guaranteed. The document also details six Source Qualification Waiver Criteria (QWC) for potential sources to apply for waivers, potentially requiring a post-contract award first article exhibit.
    The provided file is a technical note stating that for the best experience, users should open the PDF portfolio in Acrobat X or Adobe Reader X, or later versions. It also includes a link to download Adobe Reader. This document is not a government RFP, federal grant, or state/local RFP. Instead, it is a basic instruction for viewing a PDF file, suggesting the use of specific software versions for optimal viewing.
    This Request for Quotation (RFQ) from the Department of the Air Force seeks repair services for antennas (NSN: 5985-01-307-6290) for the UMTE system. The solicitation, FA8250-26-Q-0224, is not a small business set-aside and has a quotation due date of January 5, 2026. The requirement is restricted to qualified sources, with non-qualified vendors needing to comply with specific qualification requirements. Key aspects include adherence to Commercial Asset Visibility Air Force (CAVAF) reporting, submission of a DD1348-1 with shipped assets, and various data item requirements such as Repairable Item Inspection Reports (RIIR), Counterfeit Protection Program (CPP), and Engineering Change Proposals (ECP). Payment may be withheld if CAVAF and other data requirements are not met. The RFQ also details clauses regarding rights in technical data, prohibiting certain confidentiality agreements, and rules against contracting with specific entities like Kaspersky Lab and ByteDance. An ombudsman is available for concerns that cannot be resolved by the contracting officer.
    Lifecycle
    Title
    Type
    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.
    Repair services for the GPS program; Antenna Control; NSN 5985-01-551-5043 GO
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for repair services related to Antenna Control Units (NSN 5985-01-551-5043 GO) under Request for Quotation FA8250-26-Q-0216. The procurement includes Test, Teardown, and Evaluation (TT&E) services for three units, along with repair services, and requires compliance with various data and reporting requirements as outlined in the solicitation. These Antenna Control Units are critical components for the AN/FRC-178 ground antennae, necessitating meticulous repair and restoration to ensure operational readiness. Interested contractors must submit their quotations by January 12, 2026, and can direct inquiries to Elijah Leo Carino at elijahleo.carino@us.af.mil or Valerie Humphries at valerie.humphries@us.af.mil for further information.
    ANTENNA, NSN:5985016084976WF, PN: 42G1215A-XT-1
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure an antenna with NSN: 5985016084976WF and part number 42G1215A-XT-1 through a proposed sole source contract action. This procurement is intended to fulfill a specific agency requirement, as the government does not possess the technical data for these parts, which are owned by ANTCOM CORPORATION. The antenna is critical for various defense applications, and the government reserves the right not to make an award at all. Interested parties are encouraged to submit capability statements, proposals, or quotations, and should monitor the SAM.gov website for the full solicitation details and any updates. For inquiries, Richard Maynard can be contacted at richard.maynard.5@us.af.mil or by phone at 801-777-6504.
    16--ANTENNA EFA, IN REPAIR/MODIFICATION OF (AMENDED)
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of the Antenna EFA, as outlined in solicitation N00383-25-R-D049. The procurement requires contractors to provide comprehensive repair services, including testing, teardown, and inspection, with a desired turnaround time of 200 days and a throughput of one unit per month. This opportunity is critical for maintaining operational readiness of aircraft systems, ensuring that the repaired components meet stringent military standards. Interested contractors must submit their proposals by January 12, 2026, at 2:00 PM EDT, and can direct inquiries to Christian M. Markle at 771-229-0508 or via email at CHRISTIAN.M.MARKLE.CIV@US.NAVY.MIL.
    Repair of Electronic Amplifier
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of electronic amplifiers, identified by NSN 5996-01-384-9562 and Part Number URA0240L-400. The procurement aims to secure firm-fixed-price contracts for repair services, including no-fault-found and beyond-economic-repair options, essential for maintaining the functionality of the ARC-210 SATCOM system. This opportunity is critical for ensuring the operational readiness of military communications equipment, with the performance period for the basic contract set from August 16, 2026, to August 15, 2027. Interested contractors should submit their proposals by January 31, 2026, and can direct inquiries to primary contact Sheeja Santhosh at sheeja.santhosh@us.af.mil or secondary contact Kristen Carter at kristen.carter@us.af.mil.
    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.
    F-16_Radar_Antenna_Phase_Shift_Driver_Unit_NSN1270015616088_PN562R218Ho1
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources to repair the Phase Shifter Assembly (P/N: 562R218H01, NSN: 1270-01-561-6088WF) for the AN/APG-68 Radar Antenna. Offerors must demonstrate their capability to meet stringent qualification requirements, including access to necessary facilities and equipment, adherence to ESA-approved data packages, and submission of a comprehensive qualification test plan and report. This repair component is critical for maintaining the operational effectiveness of the radar systems used in military applications. Interested parties should contact the SASPO office at 429SCMS.SASPO.Workflow@us.af.mil, with an estimated qualification cost of $4,000 and a completion timeframe of 90 days prior to contract award. Successful qualification does not guarantee a contract award.
    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.
    58--RECEIVER-TRANSMITTE, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking qualified sources for the repair and modification of a Receiver-Transmitter, identified by NSN 7R-5821-015855355-P8. The procurement involves a quantity of three units, with delivery terms set to FOB Origin, and requires engineering source approval to ensure the quality of the part, as it is flight critical. Interested vendors must be approved sources or provide detailed documentation for source approval, as the item’s unique design and technical data are not readily available to the Government. Proposals must be submitted within 45 days of this notice, and interested parties can contact Dina M. Wojciechowski at (215) 697-1219 or via email at DINA.M.WOJCIECHOWSKI.CIV@US.NAVY.MIL for further information.
    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.