REPAIR SERVICES GPS PROGRAM
ID: FA825025Q0008Type: Combined Synopsis/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

CONVERTERS, ELECTRICAL, NONROTATING (6130)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide repair services for GPS program components, focusing on power supply units identified by NSN 6130-01-555-6140. The procurement requires contractors to perform inspection, testing, teardown, and potential repairs, adhering to stringent military specifications and including a Counterfeit Prevention Plan to ensure the integrity of electronic components. This initiative is critical for maintaining operational readiness and efficiency within the military, reflecting the government's commitment to high standards in defense logistics. Interested vendors must submit their qualifications by June 23, 2025, at 4 PM Mountain Time, and can contact John (Kenny) Prather at JOHN.PRATHER.3@US.AF.MIL for further information.

    Point(s) of Contact
    John (Kenny) Prather
    JOHN.PRATHER.3@US.AF.MIL
    Files
    Title
    Posted
    The "CAV AF Reporting Requirements" document outlines the responsibilities of contractors regarding the Commercial Asset Visibility Air Force (CAV AF) system, which serves as the primary record for government-owned assets at contractor facilities. Key points include the requirement for daily reporting of asset status, training prerequisites for reporters, and the accuracy of records reflecting physical assets. Contractors must ensure compliance with cybersecurity training and promptly submit various forms to facilitate system access. The document details procedures for reporting discrepancies, managing Nuclear Weapon Related Materiel, and guidelines for handling shipping documentation, including the use of Government-issued forms. Additionally, it emphasizes the importance of timely data reporting and the consequences of failure to comply, which can lead to Program Management Reviews. The training and technical support provided for CAV AF reporting are critical for contractors to adhere to regulations and ensure efficient asset management within Department of Defense operations. Overall, this document serves as a comprehensive guide for contractors to fulfill their reporting obligations effectively while maintaining accountability for government property.
    The document focuses on guidelines and procedures related to federal government Requests for Proposals (RFPs), federal grants, and state and local RFPs. It outlines the frameworks necessary for organizations to effectively respond to solicitations within government contracting. Key points include eligibility criteria, application processes, compliance requirements, and evaluation metrics that assess proposals for funding or services. Additionally, it highlights the importance of transparency, accountability, and equitable access to government resources. The structured information aims to guide potential applicants through the intricacies of obtaining grants and contracts, ensuring they meet necessary standards and procedures rigorously. Overall, the document serves as a comprehensive resource for navigating the landscape of government funding opportunities and emphasizes the critical role of fulfilling eligibility and compliance in securing grants or contracts.
    The document is a Request for Quotation (RFQ) FA8250-25-Q-0008 issued by the Department of the Air Force for specific contracting services. It outlines various requirements for interested vendors, including submission deadlines, contract line items for pricing, and delivery schedules. The RFQ emphasizes the importance of compliance with qualification requirements and mandates that contractors must provide detailed pricing and service information in a timely manner. Key objectives include evaluating proposals based on price reasonableness and balancing through competitive practices. Additional clauses address contract administration, payment conditions, and inspection protocols. The document also specifies that the government may cancel contracts if no proposals meet predefined criteria. The RFQ reflects standard procedures in federal grants and RFPs aimed at sourcing technical services for maintaining and repairing military equipment, crucial for defense readiness and operational sustainability.
    The document outlines a Request for Proposal (RFP) concerning a power supply component designated for the AN/FRR-95 system, with the National Stock Number (NSN) 6130015556140GO. The item, identified by CAGE code 1Q601 and reference number 1104946, is classified as critical under code X and requires demilitarization. Detailed specifications indicate it is a DC power supply measuring 15 inches in length, 12.5 inches in width, 6.5 inches in height, and weighs 2 pounds, housed within a metal case. The initiator, Johnny R. Tucker from 415 SCMS, provides contact information for further inquiries. The documentation signifies the need for careful evaluation of specifications and compliance with safety and electronic standards, reflecting the common requirements for government contracts related to electronic components. This RFP exemplifies the federal government's process for acquiring essential technical equipment, ensuring it meets operational and safety standards crucial for military readiness and capability.
    The document outlines the packaging requirements for U.S. federal procurement, specifically relating to wooden packaging materials (WPM) to comply with international phytosanitary standards aimed at preventing the spread of invasive species, such as the pinewood nematode. It mandates that all WPM be made from debarked wood and heat-treated to specific temperatures. Compliance certification must come from an ALSC-recognized agency. The packaging details include multiple items requiring different preservation and packaging levels, citing the military standards MIL-STD-129 and MIL-STD-2073-1 for marking and packaging practices. Each section is structured to present the item number, coded data, packaging requirements, and vendor packaging instructions. Furthermore, the document emphasizes the need for adherence to established military and international standards to ensure the safe and compliant delivery of goods. The involvement of the 406 SCMS, with Wendy L. Monson as the packaging specialist, illustrates the military's organized approach in managing procurement and packaging logistics. Overall, the file details essential regulations supportive of ecological protection measures during federal logistics operations.
    The document outlines the Performance Work Specification (PWS) for the Department of the Air Force regarding the inspection, testing, teardown, and potential repair of specific power supply units, identified by NSN 6130-01-555-6140. Contractors are required to provide all necessary resources for determining the condition of the end items and conducting repairs as needed. The scope includes visual and functional testing to ensure components meet original specifications and mandates a comprehensive reporting process for quality assurance. Significant emphasis is placed on the requirement for a Counterfeit Prevention Plan to prevent counterfeit electronic components from entering the supply chain, along with detailed protocols for mishap notifications and acceptance testing. The document stresses adherence to military specifications, the timely return of serviceable assets, and compliance with federal safety regulations throughout the repair process. It seeks to establish a reliable and efficient mechanism for asset maintenance, reflecting the government’s commitment to upholding defense readiness and operational efficiency. This PWS serves as a structured guide for contractors to ensure they meet the Air Force's stringent operational and technical standards.
    The document is a Repair Data List for a power supply, identified by part number 1035854, under National Stock Number (NSN) 6130015556140GO. It is dated May 8, 2023, and lists the associated CAGE code as 1Q601. The document references several codes and identifiers, including a procurement document number 873-09-00086 and it specifies the repair data provided by the point of contact, Johnny R. Tucker. The document outlines various method codes related to data availability, such as classified documents and vendor data, indicating whether information is provided with solicitations or contract awards. This type of documentation is essential in government procurement processes and highlights the structured approach to managing repair and procurement data. The metadata suggests a focus on repair and maintenance of military equipment, implying compliance with defense contracting regulations and standards. Overall, the document serves as a formal record necessary for navigating federal acquisition and repair protocols, aiding in the responsible management of government resources and equipment maintenance.
    The Statement of Work outlines stringent packaging, preservation, and marking requirements for military assets, as mandated by various DoD and federal standards. Offerors are instructed to comply with AFMC Form 158 and multiple standards such as MIL-STD 2073-1 for military packaging, MIL-STD 129 for shipment markings, and ASTM D3951 for commercial packaging. Special instructions for hazardous materials are included, specifying adherence to international regulations and safety protocols. The document emphasizes the need for accurate labelling, including completion of serviceable tags, and details on reporting discrepancies through the Web Supply Discrepancy Report (WebSDR). Additionally, the offeror must utilize the Special Packaging Instructions Retrieval & Exchange System (SPIRES) for managing packaging requirements, and ensure the protection of reusable containers aligned with AFMC guidelines. Overall, the requirements are designed to ensure the safe and compliant shipping of military materials, aiming for reliability in logistics and safety in handling.
    This document outlines the qualification requirements for procuring a specific Power Supply (NSN: 6130-01-555-6140, P/N: ESP6D013340-00) vital for the AN/FRC-178(V) system. It emphasizes the need for engineering source approval due to the component's criticality and complexity, which necessitate strict control over machining and repair processes to maintain operational integrity. Prior to contract awards, potential suppliers must demonstrate their ability to meet required technical specifications and have adequate facilities for inspection and testing, with an estimated qualification cost of $6,000 and a timeframe of 30 days for completion. The document also details waiver criteria for sources with prior experience supplying similar articles to the government, allowing flexibility in qualification under certain conditions. Ultimately, careful adherence to these requirements ensures that the provided repairs align with government standards, thereby safeguarding mission performance and safety.
    The document consists of federal transportation data related to solicitations, specifying procurement guidelines and shipping instructions. Initiated on May 19, 2025, under Purchase Instrument Number FD20202500713-00, it outlines obligations for vendors concerning the movement of freight to various destinations, including DoD facilities. It emphasizes the necessity to contact the Defense Contract Management Agency (DCMA) Transportation Office for shipping instructions, particularly for origin, foreign military sales, and export movements, to avoid penalties or extra costs. Included are transportation funds information, item codes, shipping addresses, and item details associated with specific National Stock Numbers (NSNs). There are distinct shipping instructions for multiple shipments to sites such as Hill Air Force Base and DLA Distribution in Barstow, California. The document also includes necessary regulatory citations and contact information for further inquiries. This structure is typical for government RFPs, integrating procedural directives for compliant handling and shipping logistics within federal contracts.
    The document outlines the Item Unique Identification (IUID) checklist required for specific military items under DFARS 252.211.7003. It details an item requiring IUID marking, specifically a power supply (NSN 6130015556140GO), including the version number and associated contact details for the initiator, Nghia T. Dam, with respective organization codes and phone numbers listed. The document mandates compliance with the latest version of MIL-STD-130 for marking guidance, mentions an related engineering drawing number, and specifies the requirements for marking methods without going into specifics. Furthermore, it indicates that the item described is an embedded item linked to the same NSN. While it contains placeholders for various marking types and descriptions, these sections remain unfilled. Overall, the purpose of the document is to ensure consistent and standardized marking of IUID-compliant items within the federal procurement framework, facilitating accurate tracking and accountability of military assets.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Repair of NSN: 6130-01-445-9549;P/N:822-1118-001;RMC/RMS: R3/R in support of the E-3 ARC-230 Program
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of National Stock Number (NSN) 6130-01-445-9549, a power supply component, in support of the E-3 ARC-230 Program. This procurement involves a requirements contract for repairs and engineering services, covering three ordering periods from October 2025 through September 2028, under the existing Collins Corporate Contract SPE4AX21D9400. The selected contractor will be responsible for providing all necessary facilities, labor, and materials for the repair services, with proposals due by 3:00 PM EST on December 19, 2025. Interested parties should direct inquiries to Contracting Officer James Daniel Faulkner at james.faulkner.8@us.af.mil.
    POWER SUPPLY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of power supply units, identified by part number 0017898-01 and National Item Identification Number (NIIN) 012225185. The contract requires the successful contractor to perform repairs, testing, and inspections in accordance with specified standards, ensuring that the units are returned to a Ready for Issue (RFI) condition within a required turnaround time of 20 days after receipt. This procurement is critical for maintaining operational readiness and support for naval operations, emphasizing the importance of timely and quality repairs. Interested contractors must submit their quotes via email to Dana N. Knittel at dana.n.knittel.civ@us.navy.mil by the specified due date, and must also comply with government source approval requirements prior to award.
    POWER SUPPLY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of power supply units under a federal contract. The procurement aims to ensure the operational readiness of electrical converters, classified under the PSC code 6130, which are critical for various defense applications. Interested contractors must adhere to strict requirements, including a Repair Turnaround Time (RTAT) of 342 days and compliance with MIL-STD packaging and inspection standards. Proposals are due by February 2, 2026, and interested parties should direct inquiries to Kate Heidelberger at 717-605-5238 or via email at KATE.C.HEIDELBERGER.CIV@US.NAVY.MIL.
    POWER SUPPLY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of power supply units under a fixed-price contract. The procurement aims to ensure that the repaired power supplies meet operational and functional requirements, adhering to strict quality assurance standards and inspection protocols. These power supplies are critical components for naval operations, emphasizing the importance of reliability and compliance with military specifications. Interested contractors should direct inquiries to Ryan P. Stock via email at RYAN.P.STOCK2.CIV@US.NAVY.MIL, and must be prepared to meet the specified requirements, including a repair turnaround time of 108 days after receipt of the asset.
    POWER SUPPLY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of a power supply, classified under the NAICS code 335931. The procurement requires contractors to provide a repair quote on a Not-To-Exceed or Firm-Fixed unit price basis, ensuring compliance with various quality and inspection standards, including MIL-STD-130 for marking and packaging. This power supply is critical for operational functionality in naval applications, and the contract will be awarded bilaterally, necessitating the contractor's written acceptance prior to execution. Interested parties can contact James Burnett at 717-605-8656 or via email at JAMES.B.BURNETT1.CIV@US.NAVY.MIL for further details, with a monetary limitation of $18,250 for repair purchase orders.
    POWER SUPPLY ASSEMB
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of Power Supply Assemblies. The procurement aims to ensure the operational readiness of these assemblies, which are critical components in various defense systems, by establishing a Repair Turnaround Time (RTAT) of 120 days and requiring Government Source Inspection (GSI). Interested contractors must provide detailed quotes including unit prices, total prices, and their capacity to meet the RTAT, with the contract expected to include options for increased quantities. For further inquiries, potential bidders can contact Kristina L. Alexander at 717-605-6055 or via email at kristina.l.alexander5.civ@us.navy.mil.
    SYNOPSIS N0038325PR0R741
    Buyer not available
    The Department of Defense, through NAVSUP Weapon Systems Support, is seeking to procure repair services for a specific transmitter part from Northrop Grumman Systems Corp, identified by NSN: 5865015796300 and P/N: 001-008065A0402. This procurement is critical as Northrop Grumman is the Original Equipment Manufacturer (OEM) and the only known source capable of providing the necessary repair support, with no available drawings or data for alternative suppliers. Interested parties may submit capability statements or proposals within 30 days of this presolicitation notice, with the solicitation expected to be issued on December 17, 2025, and responses due by January 17, 2026. For further inquiries, contact Shamus F. Roache at Shamus.F.Roache.CIV@us.navy.mil.
    61--POWER SUPPLY, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair and modification of power supply units under the NAVSUP Weapon Systems Support Mechanic office. The procurement requires contractors to provide a firm-fixed price quote for the full repair effort of the power supply units, which must meet specific operational and functional requirements as outlined in the solicitation. These power supplies are critical components for naval operations, emphasizing the importance of timely and quality repairs to maintain operational readiness. Interested vendors should contact Stephen A. Knox at 717-605-6805 or via email at stephen.a.knox.civ@us.navy.mil for further details, with proposals expected to adhere to the outlined requirements and timelines.
    61--POWER SUPPLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 28 units of a power supply, identified by NSN 6130013803102. This solicitation is a Total Small Business Set-Aside and requires that all items meet the specifications outlined in the source-controlled drawing, with an approved source being 66844 KQMB0140ZEXXXXAM14. The power supply is critical for electric wire and power distribution equipment, underscoring its importance in military operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the deadline for quotes being 109 days after the award date.
    66--GENERATOR,PULSE, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of a pulse generator, identified by NSN 7R-6625-014941049-BY, with a quantity of 21 units required. This procurement is critical as the item is flight critical, necessitating government source approval prior to contract award, and only previously approved sources will be considered for this solicitation. Interested parties must submit detailed technical data and experience documentation as outlined in the NAVSUP WSS Source Approval Information Brochures, with offers due to the primary contact, Dana N. Knittel, by the specified deadline to ensure consideration for award. For further inquiries, Dana can be reached at (215) 697-5047 or via email at DANA.N.KNITTEL.CIV@US.NAVY.MIL.