Teradyne Spectrum and TS-128 Maintenance and Repair MOD
ID: 77775Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8571 MAINT CONTRACTING AFSC PZIMROBINS AFB, GA, 31098-1672, USA
Timeline
  1. 1
    Posted Mar 28, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 28, 2025, 12:00 AM UTC
  3. 3
    Due Apr 9, 2025, 3:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is seeking potential contractors to provide maintenance and repair services for Teradyne Spectrum and TS-128 test systems at Robins Air Force Base, Georgia. The procurement involves on-site preventive maintenance, unscheduled maintenance, calibration, and parts replacement for critical Automatic Test Equipment (ATE) systems, ensuring operational readiness and capability enhancement. Contractors must possess a SECRET Security clearance and are encouraged to submit their capabilities, including relevant experience and repair procedures, by April 9, 2025. Interested parties can contact Angela Dang at angela.dang@us.af.mil or Teresa Duval at teresa.duval@us.af.mil for further information.

Point(s) of Contact
Files
Title
Posted
Mar 28, 2025, 3:06 PM UTC
The document outlines a Performance Work Statement (PWS) detailing the requirements for maintenance and repair services of Teradyne Spectrum and TS-128 test systems for the 402d Electronics Maintenance Group (EMXG) and the 402d Software Engineering Group (SWEG) at Robins Air Force Base, Georgia, from March 12, 2023, to March 11, 2028. The contractor is responsible for all labor, tools, and replacement parts for preventive and unscheduled maintenance, calibration, and servicing of test equipment. Key responsibilities include providing on-site and telephone assistance, ensuring timely replacement of parts, and conducting semi-annual preventive maintenance visits. The contractor must also notify the government of any obsolescence in parts and provide semi-annual reports on such findings. The document also emphasizes security requirements, including personnel having appropriate security clearances, and mandates compliance with safety and environmental regulations. The objective is to ensure the operability of critical test systems, maintain records accurately, and uphold operational security on the base. The framework provided ensures adherence to federal regulations and supports effective service delivery for military operations.
Mar 28, 2025, 3:06 PM UTC
The Federal Government is conducting a Sources Sought Synopsis (SSS) to gather market research on potential contractors capable of providing maintenance and repair services for Teradyne L&S 128 systems and related equipment at Robins Air Force Base, Georgia. This includes calibration, preventive and unscheduled maintenance, and parts replacement for Teradyne Spectrum, TS-128, and Versatile Diagnostic Automatic Test Station (VDATS) systems. Contractors must have a SECRET Security clearance and are encouraged to respond with detailed company capabilities, including experience with related projects, repair procedures, and handling classified materials. Small businesses are particularly encouraged to participate, although no set-aside decision has been made. The government seeks to understand the capacity of interested parties to meet its needs, including potential teaming arrangements for smaller enterprises. Responses to the Capability Survey, which includes various sections on business information, capabilities, repair experiences, and commerciality, are due by April 9, 2025. The government's overall objective is to identify qualified sources to ensure efficient maintenance support for critical testing equipment, demonstrating a focus on operational readiness and capability enhancement.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
F16_APG68_RadarDualModeTransmitter_PN772R0225G01_NSN5598012031936
Buyer not available
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.
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.
Preventative Maintenance, Calibration and Repair of Test Equipment
Buyer not available
The Department of Defense, specifically the Army Contracting Command-Detroit Arsenal (ACC-DTA), is seeking qualified contractors to provide preventative maintenance, calibration, and repair services for test equipment in support of the U.S. Army's Research, Development, Test, and Engineering (RDT&E) initiatives related to ground vehicle systems. The procurement aims to ensure the operational readiness of various laboratory equipment, including handling hazardous materials and performing facility modifications as necessary. This opportunity is critical for maintaining the functionality and safety of equipment essential for testing and development activities within the Army's ground vehicle programs. Interested parties must submit their qualifications by 5:00 PM EST on April 14, 2025, and should contact Alice Spangler or Adam Wingo via email for further information.
Repair of NSN: 5895-01-309-3076 ZR Display Module Assembly
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to repair the Display Module Assembly (NSN 5895-01-309-3076 ZR). The procurement involves comprehensive services including Test, Teardown, and Evaluation (TT&E), as well as minor and major repairs to restore the item to a serviceable condition. This assembly is critical for military operations, and the selected contractor will be responsible for ensuring compliance with stringent quality control standards and government specifications throughout the repair process. Interested vendors must submit their proposals by April 24, 2025, and can contact Cydnee Simpson at cydnee.simpson@us.af.mil for further details regarding the qualification requirements and submission guidelines.
F16_AN_APG68RadarDualModeTransmitter_NSN5998012478169
Buyer not available
Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking sources for the repair and maintenance of the F-16 C/D APG-68 Dual Mode Transmitter Regulator CCA. The service/item being procured is the repair and maintenance of the Regulator CCA for the F-16 C/D APG-68 Dual Mode Transmitter. This service is typically used to ensure the proper functioning and performance of the transmitter in the F-16 aircraft. The offeror must meet qualification requirements, including prequalification notice, facilities and testing capabilities, data verification, repair process verification, test and evaluation, qualification article verification, and qualification requirement cost estimate. The estimated cost for testing and evaluation is $3,000, and the estimated completion time for qualification is 180 days. Source qualification waiver criteria are also provided for potential sources who meet specific criteria. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil for more information.
Laser Vector Preventative Maintenance and Calibration
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide preventative maintenance and calibration services for Laser Vision Vector Measuring Machines and VB-series Tube Benders at Robins Air Force Base, Georgia. The contractor will be responsible for supplying all necessary materials, parts, labor, and travel to ensure the operational readiness of three Laser Vision Vector Measuring Machines and six VB-series Tube Benders, with a focus on safety and compliance with federal and Air Force regulations. This contract is critical for maintaining production capabilities, as the equipment is essential for certifying tubes in the shop, and the services are to be solicited on a sole-source basis from the original equipment manufacturer, NUMALLIANCE-NORTH AMERICA, INC. Interested parties can reach out to Hayley Dowling at hayley.dowling@us.af.mil or Claudette Macneil at claudette.macneil@us.af.mil for further inquiries, with the contract period estimated from November 25, 2024, to November 24, 2030.
PR 24-00065 Repair of Chassis Plug-In Unit
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair, calibration, and testing of the Chassis Plug-In Unit, a critical electronic component used in the Fire Control System Test set for military aircraft. This five-year contract, which includes a basic year and four option years, requires compliance with stringent performance standards and the management of government property, ensuring that repairs meet original equipment manufacturer (OEM) specifications. The successful contractor will be responsible for adhering to various federal regulations, including packaging and transportation requirements, as well as maintaining high-quality standards throughout the contract duration. Interested vendors should contact Brayan Rubalcava at brayan.rubalcava@us.af.mil or Steve Renfroe at Carlos.renfroe.1@us.af.mil for further details, with proposals due by April 11, 2025.
F16_AN_APG68_RadarDualModeTransmitter_NSN5998014644241PN792R998G01
Buyer not available
Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking a qualified source for the repair and maintenance of an F-16 C/D APG-68 Dual Mode Transmitter RF Monitor. The offeror must have the necessary facilities, equipment, and personnel to repair, inspect, test, package, and store the item. They must also possess a complete data package and comply with Unique Identification (UID) requirements. The offeror will be required to submit a qualification test plan/procedure and a qualification article for evaluation. The estimated cost for testing and evaluation is $5700, and the qualification effort is expected to take 180 days. There is an opportunity for a waiver of the qualification requirements based on certain criteria.
F16AN_APG68_RadarDuelModeTransmitter_NSN5998013069224_PN762R978GO1
Buyer not available
Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking a qualified source for the repair and maintenance of the Protection and Control Assembly used in the F-16 C/D AN/APG-68 Dual Mode Transmitter. The offeror must meet various qualification requirements, including prequalification notice, facilities and testing capabilities, data verification, repair process verification, test and evaluation, and qualification article verification. The estimated cost for testing and evaluation is $3,000, and the estimated completion time for the qualification effort is 180 days. There is also an option for a source qualification waiver based on specific criteria. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil for more information.
Repair of B-2 Laser Energy Monitor, Optical Assembly
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of B-2 Laser Energy Monitor and Optical Assembly under solicitation FA811924R0013. The procurement involves comprehensive repair, calibration, and testing services for Air Force equipment, ensuring they are restored to a serviceable condition, with specific emphasis on the incorporation of Material Lay-In as detailed in the recent amendment. This contract is crucial for maintaining operational readiness and includes a basic performance period from May 2025 to May 2030, with an option to extend until May 2035, covering various line items with firm fixed pricing. Interested contractors should reach out to Taylor Baptiste at taylor.baptiste@us.af.mil or Phillip Crowder at phillip.crowder@us.af.mil for further details and to ensure compliance with the outlined quality standards and timelines.