MFRC Remstar Lektriever Repair
ID: F2Z3S75016A001Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4621 22 CONS PKMCCONNELL AFB, KS, 67221-3702, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- OFFICE SUPPLIES AND DEVICES (J075)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14) (SDVOSBS)
Timeline
    Description

    The Department of Defense, specifically the 22nd Contracting Squadron at McConnell Air Force Base, intends to award a firm fixed price contract for the repair of the MFRC Remstar Lektriever. This procurement is aimed at securing a contractor capable of providing diagnostic and repair services for the Lektriever Remstar Model SYS 120-1411US, ensuring the operational continuity of critical equipment. The acquisition is classified under NAICS code 811210, and it is designated as a sole source award under the Service-Disabled Veteran-Owned Small Business (SDVOSB) program, emphasizing the specialized nature of the required services. Interested parties must submit their expressions of interest and capability via email to SSgt James Gomez by March 26, 2025, at 10:00 AM CST, as no solicitation document will be available for this requirement.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) details the requirements for the repair of a Remstar Model SYS 120-1411US located at McConnell Air Force Base's Military & Family Readiness Center. The contractor must diagnose issues, supply necessary parts and labor, and complete repairs within a maximum of 45 days post-award, including weekly status updates. All work must comply with applicable federal, state, and local regulations, utilizing contractor-furnished equipment and materials. Standard and installation warranties are to be passed on to the government. Moreover, the contractor must coordinate with the Military Family Readiness Center for site access, maintain quality assurance, and follow strict security protocols, including vehicle inspections. The U.S. government will not provide any resources, emphasizing that safety and adherence to regulations are paramount throughout the project. This SOW outlines essential parameters ensuring a well-regulated and efficient repair process, aligning with federal contracting standards and operational protocols.
    The document details a Single Source Justification for a one-time diagnostic and repair service concerning the Lektriever Remstar Model SYS 120-1411US located in Building 732. The Federal Supply Service (22 FSS/M&FRC) is seeking a contractor who will provide all necessary personnel, labor, supervision, materials, equipment, tools, and transportation to perform the repairs and install any required components as specified in the vendor quotation. This request indicates that the government is ensuring the functionality of specific equipment that is likely critical for operational continuity, emphasizing a need for specialized service that only certain contractors can fulfill. The succinct nature of the document illustrates the streamlined process for procurement in federal contexts, focusing on efficiency and necessity for limited repair services.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    KC-46 Commercial Common Repairable Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the KC-46 Commercial Common Repairable Support contract, aimed at providing strategic repairable support services for the KC-46A aircraft. This competitive, full and open solicitation requires contractors to ensure a 30-day exchange of unserviceable assets for serviceable ones, which must be FAA-certified, thereby maintaining the aircraft's operational readiness and compliance with aviation standards. The contract will have a five-year base period with a maximum value of $470.9 million, and interested parties should direct inquiries to Stephen Schexnayder at stephen.schexnayder.2@us.af.mil or Joshua Taft at joshua.taft@us.af.mil, with proposals due in accordance with the specified timelines outlined in the solicitation documents.
    NIIN: 015728130/ FMS REPAIR/ N0038325PR0R912
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is issuing a presolicitation for a sole-source contract to Undersea Sensor Systems Inc. for the repair of the SDSR, AIRCRAFT EQUIP (NIIN: 015728130, Part Number: 6120-0500-001) specifically for H-60 aircraft. This procurement is critical as Undersea Sensor Systems Inc. is the Original Equipment Manufacturer (OEM) and the only known source for this repair, with no available drawings or data, and the government lacking the necessary data rights. The contract is set for a duration of one year, with proposals due by January 29, 2026, and an anticipated award date in March 2026; interested parties may submit capability statements within 15 days of the solicitation issue date, which is expected around December 30, 2025. For further inquiries, contact Grace Y. McGinley at (215) 697-2198 or via email at GRACE.V.MCGINLEY.CIV@US.NAVY.MIL.
    Spares Procurement for the F100/ Lever, -Remote Control
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force, is seeking potential sources for the procurement of "LEVER,-REMOTE CONTROL" (NSN: 3040-01-267-7735NZ, P/N: 4067419) with an estimated requirement of 1,500 units. Interested businesses must be capable of providing all necessary labor, materials, facilities, and equipment for the manufacturing, inspection, testing, preservation, packaging, and shipping of the item, as well as managing supply chain logistics and addressing nonrecurring engineering costs. This procurement is critical for maintaining operational readiness and support for Air Force operations. Responses to this Sources Sought Synopsis are due by December 29, 2025, and interested parties should contact Nathan R. Sholund at nathan.sholund@us.af.mil or Emma Taylor at emma.taylor.7@us.af.mil for further information.
    Service Repair for Sciaky Spot Welder
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for service repair of a Sciaky Spot Welder, as outlined in solicitation number FA812526Q0016. This procurement falls under the NAICS code 811310, which pertains to the repair and maintenance of commercial and industrial machinery and equipment, excluding automotive and electronic items. The repair services are crucial for maintaining operational efficiency and reliability of the equipment used in various defense applications. Interested contractors should note that the proposal due date has been extended to December 16, 2025, at 12:00 PM CST, and must acknowledge receipt of the amendment to ensure their offers are considered. For further inquiries, potential offerors can contact Jacqueline Henn at Jacqueline.Henn@us.af.mil.
    FA821226Q0315 SOLICITATION
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to solicit and negotiate a sole source contract for a DISK CARTRIDGE (NSN 7045016270971WF) from ELBITAMERICA, INC. This procurement is being conducted under the authority of 10 U.S.C. 2304(c)(1) and FAR 6.302-1, indicating that only one responsible source can meet the agency's requirements due to the lack of available technical data. The DISK CARTRIDGE is critical for operational capabilities, 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 further inquiries, Richard Maynard can be contacted at richard.maynard.5@us.af.mil or by phone at 801-777-6504.
    Remanufacture of Electro-Mechanical Actuator
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the remanufacture of Electro-Mechanical Actuators under a two-year Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract. The primary objective is to restore the actuators, identified by NSN 1680-01-267-9557RK, to a like-new condition through a comprehensive process that includes disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing, adhering to military standards and quality control measures. This procurement is critical for maintaining operational readiness and ensuring the reliability of aircraft systems. Interested vendors should note that the solicitation anticipates a sole-source award to Whippany Actuation Systems LLC, but other vendors may submit Source Approval Request (SAR) packages. For further inquiries, potential bidders can contact Nonika Allen at nonika.allen.1@us.af.mil or Morgan Mcgarity at morgan.mcgarity@us.af.mil.
    F-15 Cable and LOD Repair Services, Air Force Enhancement Program (AFREP) for Seymour Johnson AFB
    Dept Of Defense
    The Department of Defense, through the 4th Contracting Squadron at Seymour Johnson Air Force Base, is soliciting proposals for F-15 Cable and Light Off Detector (LOD) Repair Services as part of the Air Force Enhancement Program (AFREP). This procurement involves a total small business set-aside for a firm fixed-price indefinite delivery indefinite quantity (IDIQ) contract, which includes a one-year base period and four one-year options, requiring the service provider to repair F-15E cable and LOD parts to serviceable condition in accordance with specified technical orders. Interested vendors must possess an approved Source of Approved Repair (SAR) letter and be registered in the System for Award Management (SAM) to be eligible for award. For inquiries, potential offerors can contact Angela Gibson at angela.gibson.4@us.af.mil or Glinnis Thompson at glinnis.thompson@us.af.mil, referencing Solicitation Number FA480926Q0003. All solicitation documents will be available on SAM.gov.
    FD20302600008 - Remanufacture of KC-135 Valves & Pumps; NSN: 2915-01-452-5123RK, 2915-01-452-5126RK, 2915-01-527-8152RK, 2915-01-510-1161RK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the remanufacture of KC-135 valves and pumps under a five-year Firm Fixed Price Requirements Type Contract. This procurement involves the disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing of various fuel system components to restore them to like-new condition, ensuring the operational readiness of critical aircraft systems. The anticipated contract will likely be awarded as a sole source to ITT Aerospace Controls, emphasizing the importance of these components in maintaining aircraft performance and safety. Interested parties can reach out to Morgan Mcgarity at morgan.mcgarity@us.af.mil or Shirley V. Harmon at Shirley.Harmon.1@us.af.mil for further details, with the total acquisition cost estimated at $1,846,309.05 and specific delivery timelines outlined in the associated documents.
    41--COMPRESSOR UNIT,REF
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 29 compressor units (NSN 4130011786830) intended for use on the USS BILLINGS (LCS-15). This solicitation is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and falls under the NAICS code 333415, which pertains to the manufacturing of air-conditioning and refrigeration equipment. The compressor units are critical for maintaining operational capabilities aboard naval vessels, ensuring effective climate control and equipment functionality. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all inquiries should be directed to the DLA via the email address DibbsBSM@dla.mil. The deadline for quote submission is 20 days after the award date.
    Repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is issuing a solicitation for the repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW, under a firm-fixed price indefinite-delivery requirements contract. The procurement involves comprehensive repair services, including minor and major repairs, as well as handling units deemed Beyond Economically Repairable (BER) and Beyond Physical Repair (BPR). This equipment is critical for monitoring and controlling avionics systems in the B-2 aircraft, ensuring operational readiness and safety. Interested contractors must submit their proposals by January 8, 2026, and can direct inquiries to Morgan Wallar Larsen at morgan.wallarlarsen@us.af.mil or Lance Culver at jimmy.culver@us.af.mil.