Repair of Electronic Amplifier for the JTE Program NSN 5996016610915
ID: FA825025R0437Type: 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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Commercial Asset Visibility Air Force (CAV AF) reporting requirements document outlines essential guidelines for contractors in managing and reporting government-owned assets at contractor facilities. CAV AF serves as the primary record system, tracking the daily status of assets being repaired or stored, and requires contractors to maintain accurate reporting to reflect physical asset conditions. Contractors must complete a System Authorization Access Request and undertake cybersecurity training annually. Key responsibilities include ensuring daily reporting of asset changes, shipping actions as directed by the government, and adhering to nuclear-related asset tracking protocols. The document emphasizes the importance of using government-issued forms for transaction reporting and outlines procedures for handling discrepancies during shipments. It concludes by detailing the responsibilities of contractors regarding inventory management and the implications of reporting failures, including potential Program Management Reviews. This guidance is critical in ensuring compliance and effective asset management under various government contracts.
    The document outlines the requirements and expectations for submitting proposals in response to federal and state local RFPs and grants. It emphasizes the importance of adhering to specific criteria established in the request for proposals, including formatting, submission deadlines, and compliance with local, state, and federal regulations. Proposals must demonstrate an understanding of project objectives, a robust plan for execution, and the fiscal implications. Additionally, the document highlights the goals to strengthen community partnerships, improve service delivery, and ensure accountability in funding use. It serves as a guide for applicants to effectively present their qualifications, ensuring that the selection process remains transparent and competitive while addressing critical government needs and priorities. This summary reflects the underlying purpose of fostering compliant and impactful project proposals in public service domains.
    The Government Property (GP) Inventory Report, designated as DI-MGMT-80441D, is a critical document enabling contractors to report Government Property inventory to the Department of Defense (DoD). It encompasses both Government Furnished Property (GFP) and Contractor Acquired Property (CAP) held by contractors. Applicable to all relevant contracts, this report details the format and content requirements for inventory submissions. Key components of the report include identification fields such as Contract Number, Asset Identification Numbers, Item Descriptions, Manufacturer Information, Unit Acquisition Cost, and Asset Locations. The document emphasizes the necessity for contractors to maintain an accurate and comprehensive inventory, facilitating accountability and tracking of government property. This report supersedes a previous version and mandates the use of electronic formats for efficiency. The emphasized structure aids in standardizing submissions across contracts, thus supporting efficient property management and oversight within federal operations. Overall, it reflects the government's commitment to ensuring proper stewardship of national assets and enhancing compliance in the management of property provided or acquired through governmental contracts.
    The Commercial Asset Visibility (CAV) Reporting Data Item Description (DI-MGMT-81838) outlines requirements for tracking government-owned reparable assets through the repair cycle at contractor facilities. This web-based system automates reporting, providing inventory management of assets during commercial repairs. Key functionalities include the ability for contractors to report transactions like asset receipts, inductions, completions, and shipments, which are then recorded in an integrated relational database. The document details the required format and content for contractor reports, specifying numerous transaction types, status changes, and reports, such as proof of shipment and repair history. This structure ensures efficient asset management and accountability, crucial for government operations and grants oversight in federal and state contracting environments.
    The Counterfeit Prevention Plan (DI-MISC-81832) outlines requirements for contractors to establish effective measures against counterfeit parts within procurement processes. It mandates that procurement activities prioritize purchasing from Original Equipment Manufacturers (OEM) and authorized distributors, including protocols for certifying non-OEM parts when OEM sources are unavailable. The plan emphasizes continuous monitoring of supply chains, reinforced by random sampling and on-site audits to prevent counterfeit infiltration. Key elements include robust training programs for inspectors, procedures for identifying and reporting counterfeit products, and rigorous documentation practices to ensure traceability. In case of suspect parts, the process directs contractors to quarantine items, notify customers, and secure all evidence, including communications and test results, for investigations. The document serves as an essential guideline for procurement activities within federal contracts, ensuring compliance and safeguarding against counterfeit threats while adapting as new prevention methods emerge.
    The Repairable Item Inspection Report (DI-PSSS-80386A) is a federal documentation standard for contractors engaged in repair contracts. Approved on June 27, 2017, this report serves to detail inspections of malfunctioning units, outlining the scope of repairs conducted. It provides crucial data for the government to analyze unit malfunctions and assess the necessity for additional corrective measures. Key components of the report include information such as the inspection item analysis number, contract number, Cage Codes, National Stock Number (NSN), part number, and detailed repair documentation. Specifically, it requires an enumeration of electrical and physical testing parameters unmet, a description of the repairs conducted, parts replaced, and the cause of malfunction with relevant quantitative data. This standardization of reporting aids in systematic record-keeping for repair actions undertaken on government assets, facilitating performance evaluation and enhancing overall accountability in the repair process. The document is intended for unlimited public distribution and is relevant for contractors involved in government repair contracts, ensuring consistency and clarity in repair reporting.
    The Contract Depot Maintenance (CDM) Monthly Production Report outlines the requirements for monthly updates on maintenance production related to depot-level contracts. The report serves as a tool for the government to assess maintenance production figures, asset status, schedule adherence, and unresolved issues. It specifies a format and content structure for the data deliverables, including details such as contact information for production management specialists, contractor identification, contract specifics, and performance metrics. The report is divided into two parts: Part I focuses on detailed production data, covering aspects like items received for repair, quantities produced, and items shipped or condemned. Part II includes a production summary if production issues arise or if forecasts deviate from expected timelines. The report must be submitted within ten business days following the end of each month. This document highlights the importance of transparency and accountability in government contracting and maintenance operations, ensuring that contractors report comprehensive and accurate data to meet federal oversight requirements.
    The document outlines the Engineering Change Proposal (ECP) data item description (DI-SESS-80639E), approved on February 11, 2020. Its primary purpose is to standardize the submission process for engineering changes within government contracts, detailing how proposed changes will be documented and implemented. The ECP serves as the essential documentation format, adhering to standards such as EIA-649-1, and can be submitted using DD Form 1692 or alternative formats as specified by the acquirer. This guidance supersedes a previous version (DI-SESS-80639D) and mandates that all required information be included. Notably, the ECP can be used alongside the Notice of Revision (NOR) to ensure comprehensive contract compliance. The document emphasizes the importance of referencing applicable documents and maintaining clarity in format and content. The distribution statement indicates that the information is public and has no restrictions on dissemination, enhancing accessibility for entities involved in government contracting and proposal submissions.
    The document outlines a solicitation (FA8250-25-R-0437) issued by the Department of the Air Force for the procurement of electronic amplifiers under a firm fixed price contract. It specifies inspection and acceptance criteria, delivery requirements, and contract clauses essential for compliance, including quality assurance and payment details. The solicitation includes a detailed breakdown of line items, quantities, not-to-exceed pricing for repair services, deadlines for submission, and the necessity of delivering supporting documentation like the DD1348-1 for shipped assets. The overarching purpose is to facilitate the procurement process while ensuring adherence to relevant regulations and standards, including provisions for a Drug-Free Workplace and various federal compliance statutes. The structure of the document includes sections on the schedule, contract clauses, and specific requirements for performance, emphasizing transparency and accountability in the contracting process. The emphasis on clear guidelines reflects the government's commitment to secure fair and efficient procurement practices within its operations.
    The document outlines specifications for an electronic amplifier, identified by the National Stock Number (NSN) 5996016610915FD, and managed by the 415 SCMS/GUMAA, with the primary contact being Terrance L. Hardy. Key details include the amplifier's physical dimensions: 18 inches in length, 8 inches in width, and 12 inches in height, weighing 21 pounds. Constructed with a metal enclosure and internal wiring, the amplifier serves as a critical component, marked as safety-critical with the ESD designation. The documentation indicates a criticality code of "X," necessitating careful handling and oversight. Demilitarization and security classifications are also listed, along with specific requirements for government-furnished parts. This document likely serves as part of a federal Request for Proposal (RFP), contributing to the procurement process for military or governmental use, which emphasizes the importance of compliance with safety and operational standards. The precise nature of this component and its detailed technical descriptions underscore its relevance in fulfilling federal and state agency requirements.
    The document outlines the Item Unique Identification (IUID) details for an electronic amplifier, specifically under DFARS 252.211.7003. It includes critical information such as the National Stock Number (NSN) 5996016610915FD, the item version number, and the name of the initiator, Wyatt B. Snare. The organization responsible for the marking is identified as 415 SCMS / GUEA, with contact information provided. The marking must comply with the latest version of MIL-STD-130, detailing the specific engineering drawing and related numbers for proper item identification. It also notes that this item serves as an embedded component for the same NSN and stresses the importance of adherence to marking guidance. This document serves as a formal requirement for compliance with IUID regulations, intended to enhance item traceability and accountability within the federal government procurement system, particularly relevant to requests for proposals (RFPs) and grants that involve complex supply chain management. Overall, the file emphasizes the structured approach to item marking within federal contracts, demonstrating a commitment to accurate inventory management and logistics.
    The document outlines packaging requirements under purchase instrument number FD20202500437-00, adhering to military standards MIL-STD 129 and MIL-STD 2073-1. It emphasizes compliance with United Nations restrictions related to wood packaging materials (WPM), designed to prevent the spread of invasive species, specifically targeting the pinewood nematode. All wooden packaging used in shipments globally must be constructed from debarked wood and subjected to heat treatment. Furthermore, packaging must be certified by an accredited agency recognized by the American Lumber Standards Committee. The document specifies that military items are to be packaged according to these standards, with mandated container markings that meet MIL-STD-129 criteria, supplemented by additional requirements as needed. Additionally, the packaging instructions are organized per item numbers, detailing preservation levels and packaging types, even when specific packaging data is not required. The packaging specialist, Charles B. Davis of the 406 SCMS/GULAA, authorizes these guidelines, which are critical for ensuring the safe transport of military supplies while complying with international trade regulations.
    The Statement of Work details stringent preservation, packaging, and marking requirements for military materials under Department of Defense (DoD) contracts. The offeror must comply with various standards, including MIL-STD 2073-1 for military packaging, ASTM D3951 for commercial packaging, and MIL-STD 129 for marking during shipment and storage. Hazardous materials must be handled per additional regulations, including ICAO and CFR Title 49 guidelines. Special Packaging Instructions (SPI) are necessary for certain items, and discrepancies in packaging can be reported via the Web Supply Discrepancy Report. The document also outlines responsibilities regarding reusable shipping containers and specifies reporting protocols for any packaging irregularities. The overall objective is to ensure compliance with government packaging standards, facilitating safe transportation and storage of military materials while maintaining accountability and safety across the process. The guidelines reflect strict adherence to updated standards and regulations for handling various types of materials, optimizing logistics for defense operations.
    The Department of the Air Force has issued a Performance Work Specification (PWS) for the repair and evaluation of electronic control amplifiers as part of a federal procurement. The contractor is tasked with providing necessary facilities, materials, equipment, and services to inspect and restore these items. The work scope includes two primary actions: Test, Teardown, and Evaluation (TT&E) to assess the condition of the item, followed by repairs if needed. The document outlines performance requirements, including adherence to original specifications and comprehensive acceptance testing after completion. It mandates quality control protocols and stipulates actions for items deemed economically unrepairable. The contractor must also comply with packaging and handling standards, ensuring the protection of government property. Furthermore, a Counterfeit Prevention Plan (CPP) is required, establishing policies to avoid the integration of counterfeit parts into the supply chain, alongside meticulous reporting of any issues. Overall, this PWS reflects the Air Force's commitment to maintaining operational readiness while ensuring compliance with quality and safety standards. The project, therefore, serves as a vital mechanism in safeguarding critical technology for defense applications.
    The document presents a Repair Data List for an electronic amplifier, identified by NSN 5996016610915FD and part number 133560, with a CAGE code of 54547, dated December 18, 2024. This revision outlines specific details such as the government rights and the classification of available documentation. Notably, it states that the necessary repair data is government-furnished and that the document includes various method codes for data availability. It highlights the importance of classified documents, solicitation requirements, and vendor data availability. The presence of designated codes clarifies how the information can be accessed or modified under different contractual agreements, underscoring the document’s significance within federal RFPs and grant applications. The outline indicates that this repair data list is vital for informing potential contractors about the technical requirements and documentation needed for the repair and maintenance of the specified equipment.
    The document outlines transportation data and provisions related to the procurement of specific commodities under purchase instrument FD20202500437-00, initiated on January 23, 2025. It includes instructions for vendors to coordinate with the Defense Contract Management Agency (DCMA) prior to shipments, ensuring they obtain necessary shipping documents and clearance for various freight terms, including F.O.B. Destination and F.O.B. Origin. Key shipment details specify destinations, addresses, and military service account codes, particularly for shipments to the DLA Distribution Barstow in California and Hill Air Force Base in Utah. Several line items with corresponding National Stock Numbers (NSN) and requisition numbers are listed, indicating multiple shipments with distinct requirements. The purpose of this document is to provide logistical guidance for contractors involved in federal contracts, ensuring compliance with transportation regulations and efficient movement of goods. The document is structured to facilitate reference to specific transportation requirements and funding information for different line items within the procurement.
    Similar Opportunities
    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.
    Repair of Antenna Mast, NSN 5985015985631, for the JTE Program
    Buyer not available
    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.
    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 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.
    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.
    59--AMPLIFIER,ELECTRONI, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanics, is soliciting proposals for the repair and modification of electronic amplifiers. This procurement aims to ensure the operational readiness and reliability of critical electronic equipment used by the Navy. The amplifiers are essential components in various defense systems, highlighting their importance in maintaining effective military operations. Interested vendors can reach out to Leigh Catchings at 717-605-2864 or via email at LEIGH.CATCHINGS@NAVY.MIL for further details regarding the solicitation process.
    AMPLIER, AUDIO, FREQ
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting bids for the procurement of audio frequency amplifiers, identified by the National Stock Number (NSN). The requirement focuses on acquiring amplifiers that meet specific technical specifications essential for military applications. These amplifiers play a crucial role in communication systems, ensuring reliable audio transmission in various defense operations. Interested vendors can reach out to Darian Holley at 717-605-1339 or via email at DARIAN.HOLLEY@NAVY.MIL for further details regarding the solicitation process.
    59--AMPLIFIER, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking contractors for the repair and modification of amplifiers, classified under the PSC code 5996. This presolicitation opportunity aims to ensure the operational readiness and reliability of critical amplifier systems used in various defense applications. The successful contractor will be responsible for providing the necessary repairs and modifications to maintain these essential components. Interested parties can reach out to Sara M. Hojnowski at (215) 697-2198 or via email at SARA.HOJNOWSKI@NAVY.MIL for further details regarding this opportunity.
    Repair of NSN 5836-01-605-8162
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of a Rugged MPEG Video Encoder, identified by NSN 5836-01-605-8162. The contractor will be responsible for conducting thorough testing, teardown, and evaluation of the unit, followed by necessary repairs to restore it to a serviceable condition, adhering to original specifications. This equipment is critical for military operations, emphasizing the importance of maintaining operational readiness through reliable electronic and precision equipment. Interested vendors should contact Logan Drake at logan.drake.4@us.af.mil for further details, with proposals due by December 13, 2024.
    FMS, NIIN 016913816, QTY 1
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of one unit of FMS, NIIN 016913816. The contract requires compliance with various standards, including inventory reporting, hazardous material identification, and adherence to quality management systems such as ISO 9001 or SAE AS9100. This procurement is critical for maintaining military readiness, ensuring that the supplied amplifiers meet established safety and efficiency standards. Interested contractors should direct inquiries to Taylor M. O'Connor at TAYLOR.M.OCONNOR2.CIV@US.NAVY.MIL for further details regarding the solicitation process.