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
    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
    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.
    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
    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_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.
    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.
    Travis AFB - NONDESTRUCTIVE INSPECTION HIGH-ENERGY RADIATION COMPUTED TOMOGRAPHY (CT) SYSTEM MAINTENANCE
    Dept Of Defense
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base (AFB) in California, is seeking qualified vendors for periodic maintenance and emergency troubleshooting services for the FF85 High-Energy Radiation Computed Tomography (CT) System. The maintenance is critical to prevent dust contamination and ensure the integrity of the system's high-energy X-ray tube heads, with services required every six months and a more extensive inspection annually. Interested businesses, particularly small and disadvantaged firms, are invited to respond to this Sources Sought notice by December 15, 2025, at 1:00 PM Pacific Time, providing necessary business details and capabilities; questions must be submitted by December 9, 2025, to SSgt Alexander Love Gaunt at alexander.lovegaunt@us.af.mil.
    F16_AN_APG68RadarDualModeTransmitter_NSN5998012478169
    Dept Of Defense
    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.
    Agilent Preventive Maintenance and Service Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for preventive maintenance and service repair of Agilent instruments and laboratory equipment. The procurement aims to ensure the operational readiness and reliability of critical laboratory equipment through regular maintenance and timely repairs. This service is vital for maintaining the functionality of instruments used in various defense-related research and operational activities. Interested parties can reach out to Tia Askew at tia.j.askew.civ@army.mil or by phone at 706-791-1821, or Sherrilyn Rice at sherrilyn.u.rice.civ@army.mil or 706-791-1831 for further details regarding the opportunity.
    F16_AN_APG68_RadarDualModeTransmitter_NSN5998014644241PN792R998G01
    Dept Of Defense
    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.
    F-16 SST Repair; NSN; 5998-01-555-5340
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the repair of the Stores System Tester (SST) Special Function Module (SFM) Circuit Card Assemblies (CCA) under the Sources Sought Notice FA8251-26-R-SST. The procurement involves a major overhaul of the CCAs, which includes a complete or substantial disassembly and the use of reusable components to restore functionality, ensuring that the original specifications are maintained unless otherwise directed. This repair effort is crucial for maintaining the operational capabilities of the F-16 aircraft systems, with responses due by December 24, 2025, to the primary contacts, Paige LaPoint and Jesse Baird, at their respective email addresses. Interested parties are encouraged to submit a three-page white paper detailing their repair capabilities and experience.
    F16AN_APG68_RadarDuelModeTransmitter_NSN5998013069224_PN762R978GO1
    Dept Of Defense
    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 the Air Data Processor (ADP)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the Air Data Processor (ADP) under solicitation FA8538-26-R-0005. This Firm Fixed Price contract requires the provision of all necessary parts and labor to test and repair the ADP, which is critical for the operational capabilities of F-15 aircraft. The contract is a sole source requirement directed to Honeywell International, as they possess the unique technical data and expertise necessary for this specialized repair, with a total quantity of 50 units to be addressed. Proposals are due by January 6, 2026, at 4:00 PM EST, and interested parties can contact Madison Norris at madison.norris@us.af.mil for further information.