Repair services for the AEWS program; Radar Transmitter NSN 5840011532250 QX
ID: FA825025R0658Type: 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)

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 soliciting proposals for repair services related to the AEWS program, focusing on the Radar Transmitter with NSN 5840011532250 QX. The procurement includes multiple line items for the repair and maintenance of radar transmitters, with specific quantities and delivery timelines outlined, emphasizing the need for compliance with military standards and engineering source approval. This radar transmitter is critical for the AN/FPS-117(V)4 radar system, playing a vital role in military operations by detecting objects and determining their range and speed. Interested small businesses must submit their proposals electronically to the primary contact, Valerie Humphries, by the specified deadlines, ensuring adherence to all outlined requirements and documentation standards.

    Point(s) of Contact
    Files
    Title
    Posted
    The CAV AF Reporting Requirements document outlines contractor responsibilities for reporting on the Commercial Asset Visibility Air Force (CAV AF) system, which tracks government-owned assets at contractor facilities. Contractors must ensure accurate asset records and timely reporting, including a daily update within one business day of maintenance actions. Specific contractor responsibilities involve submitting access requests, undergoing cyber-awareness training, and maintaining accountability for government-furnished property. The document emphasizes the handling of Nuclear Weapon Related Materiel (NWRM) and establishes guidelines for dealing with non-contract receipts and discrepancies. Specific reporting actions are detailed, including the need for accurate documentation and resolution of shipping discrepancies. The goal is to promote transparency and accountability in asset management, ensuring compliance with Department of Defense regulations. The training and contacts for support are also clearly outlined, reinforcing the importance of procedural adherence and accuracy in reporting.
    The document outlines procedures and standards related to the submission and evaluation of federal and state-level Requests for Proposals (RFPs) and grants. It emphasizes the importance of comprehensive proposals that adhere to specified guidelines, including eligibility criteria, budget limitations, and project scope. Key sections detail the submission timeline, criteria for evaluation, and the mechanisms for assessing proposals, prioritizing transparency and fairness in the selection process. Additionally, it highlights the funding priorities of the federal government, focusing on projects that align with strategic national interests and promote public welfare. By establishing a clear framework, the document seeks to facilitate the efficient allocation of public funds and support innovative projects that contribute to community development and improvement. Overall, the document serves as a vital resource for organizations seeking federal assistance through RFPs and grants, ensuring compliance with necessary regulations.
    This government document details specifications for a radar transmitter identified by NSN 5840011532250QX, intended for use in the AN/FPS-117(V)4 radar system. The file includes critical information such as the item’s dimensions (length: 37 inches, width: 14 inches, height: 10 inches), weight (34 pounds), and material composition (thin copper foil and epoxy resin). Its primary function is to detect objects using electromagnetic waves to ascertain their range, altitude, direction, or speed. The document classifies the item as critical (Criticality Code: X) and includes pertinent security information (Security Code: 7). It specifies that the transmitter is part of a technical order and has associated personnel contacts for further inquiries about the item. This summary provides an overview tailored to inform potential bidders or contractors under government RFPs regarding the specifications and operational context of the radar transmitter, essential for ensuring compliance with federal standards and requirements in defense contracting.
    The document outlines packaging requirements for military logistics and shipments, emphasizing compliance with United Nations restrictions on wood packaging materials (WPM) to prevent the spread of invasive species like the pinewood nematode. It mandates that all wooden pallets and containers be constructed from debarked wood and subject to heat treatment (HT) at specified temperatures to eliminate pests. Certification by an accredited agency recognized by the American Lumber Standards Committee (ALSC) is required. The document references relevant military standards (MIL-STD-129 and MIL-STD-2073-1) that govern military packaging and labeling practices. Additional instructions pertain to marking shipping containers and record-keeping for various items listed, some of which do not require packaging data. The purpose of the document is to ensure standardization and safety in the packaging process for military shipments, which is vital for maintaining compliance with international trade regulations and safeguarding against pest outbreaks.
    The Statement of Work outlines preservation, packaging, and marking requirements for military materials, detailing adherence to applicable standards and regulations. Key standards referenced include MIL-STD 2073-1 for military packaging, ASTM D3951 for commercial packaging, and MIL-STD 129 for military marking during shipment and storage. The document specifies the necessity for proper labeling and documentation of hazardous materials, aligning with federal regulations such as those from the ICAO and DOT. The package design must follow international standards, particularly ISPM 15 for wood packaging, while ensuring electrostatic-sensitive materials are handled according to appropriate guidelines. For shipping processes, compliance with MIL-STD-147 for palletization and MIL-STD-648 for specialized containers is mandated. Contractors are also required to maintain and replace reusable containers while reporting any discrepancies through the Web Supply Discrepancy Report system. Overall, this document serves as a crucial roadmap for contractors involved in military supply chains, establishing compliance expectations necessary to ensure the safe and effective handling of materials in accordance with governmental standards and protocols.
    The document outlines the Performance Work Specification (PWS) for the Department of the Air Force regarding the inspection and potential repair of a radar transmitter (NSN: 5840-01-532-2250QX). The contractor is tasked with performing either Test, Teardown, and Evaluation (TT&E) or TT&E coupled with repairs to return the equipment to a serviceable condition akin to new standards. Detailed processes include mechanical and electrical testing, identification of faulty components, and adherence to quality and performance specifications. The document emphasizes the necessity for adherence to stringent quality measures, including maintenance of Electrostatic Discharge control, and compliance with counterfeit prevention protocols. Additionally, it delineates procedures for inspection upon receipt of items, repair thresholds for condemnation, and requirement for the contractor to report on progress and failures to relevant authorities. The PWS aims to ensure that the equipment meets the latest operational standards while addressing counterfeiting and quality assurance concerns within military supply chains, thereby maintaining service readiness and operational reliability.
    The document outlines a Repair Data List for a radar transmitter, identified by the National Stock Number (NSN) 5840011532250QX, with a corresponding part number 7327093G001. It specifies a total of five line items related to repair documentation and associated details, indicating the Cage Code (03538) for the manufacturer. Each entry references classified or vendor-specific documents, availability of government rights, and methods of furnishing required drawings or documents. The list serves to inform potential contractors of the necessary data for repairs, emphasizing classifications such as 'furnished with solicitation' and 'government document,' indicative of the procedural requirements in federal acquisitions. This information is vital for contractors responding to Requests for Proposals (RFPs) and grants that pertain to maintaining and repairing military equipment, thereby ensuring compliance and operational readiness within defense procurement processes. The document's structured format aids in clarity, allowing analysis of requisites and specifications needed in contract bids.
    The document outlines the Item Unique Identification (IUID) checklist in accordance with DFARS 252.211.7003, specifically for a transmitter radar (NSN 5840011532250QX) requiring IUID marking. Authorized personnel, identified as Val R. Klemm from the 415 SCMS/GUEA, is responsible for overseeing the marking process, which must conform to the latest version of MIL-STD-130. Key details include the engineering drawing number (EO 10A0067) and reference numbers related to the item. Additionally, the document indicates the procedure for marking, providing necessary attachments that specify IUID instructions. An embedded items section also reinforces the requirement for the associated item, reiterating the need for appropriate marking guidance. Overall, this checklist serves as a compliance framework intended for use in federal procurement practices, ensuring that items are accurately tracked and documented within government operations.
    The document outlines the qualification requirements for becoming an approved repair source for the AN/FPS-117 Radar Row Transmitter (NSN 5840-01-153-2250). Offerors must notify the appropriate government office of their intent and certify their access to necessary facilities and testing equipment, ensuring compliance with specific military standards (MIL-STD-461 and MIL-STD-462). A complete data package, including procedures and specifications, must be verified and available for the government’s review. Additionally, offerors are required to demonstrate their repair process aligns with government guidelines and provide a qualification test plan for approval. There is no associated cost estimate for qualification efforts, and a 30-day timeline is expected for completion. Waiver criteria are established for sources that have prior experience or qualifications, allowing them to request exemptions from certain requirements. Ultimately, full qualification is necessary before contract eligibility, despite prior approval not guaranteeing contract awards. This document serves to ensure only qualified entities undertake repairs on critical military equipment, thereby maintaining operational integrity and safety.
    The document outlines specific guidelines for the packaging of wood materials in compliance with international standards, particularly regarding the prevention of invasive species through wood packaging material (WPM). It is directed to members of the Department of Defense (DOD) and contractors, stipulating that all wood products must be constructed from debarked wood treated at a certain temperature to mitigate risks associated with pests like the pinewood nematode. Additionally, it emphasizes the need for certification from an accredited agency recognized by the American Lumber Standards Committee. The document details careful procedures for destruction and packaging requirements, such as the need for higher-level packaging for overseas shipments. It serves as a crucial set of instructions to maintain the integrity and safety of wood materials used in international trade and logistics. Compliance with these guidelines is essential to avoid ecological harm and ensure adherence to federal regulations.
    The document is a solicitation from the Department of the Air Force for contracting purposes, specifically numbered FA8250-25-R-0658, and encompasses various contract provisions, requirements, and stipulations. The primary focus of this solicitation is to acquire supplies, notably radar transmitters, and includes detailed information about testing, teardown, evaluation, and repairable items. Key elements include pricing information, contract administration data, and quality assurance requirements, which necessitate adherence to established standards and protocols. The document outlines delivery schedules, acceptance criteria, and various compliance obligations, emphasizing the importance of maintaining high quality and timely delivery. For contractors, specific guidance is provided on using electronic payment systems, abiding by limited subcontracting terms, and ensuring data submission through specified channels like the Wide Area Workflow (WAWF). This ensures government objectives for efficiency and accountability are met, reinforcing the intent to streamline acquisition processes while upholding regulatory standards in defense procurement.
    Similar Opportunities
    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.
    58--RECEIVER-TRANSMITTE, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking qualified sources for the repair and modification of a Receiver-Transmitter, identified by NSN 7R-5821-015855355-P8. The procurement involves a quantity of three units, with delivery terms set to FOB Origin, and requires engineering source approval to ensure the quality of the part, as it is flight critical. Interested vendors must be approved sources or provide detailed documentation for source approval, as the item’s unique design and technical data are not readily available to the Government. Proposals must be submitted within 45 days of this notice, and interested parties can contact Dina M. Wojciechowski at (215) 697-1219 or via email at DINA.M.WOJCIECHOWSKI.CIV@US.NAVY.MIL for further information.
    F16_AN-APG-68 Dual Mode Transmitter_NSN5960013415198_PN585R224H04
    Dept Of Defense
    The U.S. Air Force is seeking sources capable of repairing the F-16 C/D AN/APG-68 Radar Dual Mode Transmitter, a critical electronic component identified by NSN 5960-01-341-5198 and P/N 585R224H04. Offerors must meet stringent qualification requirements, including facility and testing capabilities, to become eligible repair sources. This procurement focuses on ensuring the availability of this specialized component, likely for national security purposes, and involves a fixed-price contract. Interested parties should contact Tracey Beringer for further details.
    AN_APG_68_Dual_Mode_Transmitter_PN585R224H04_NSN_5960013415198
    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 AN/APG-68 Dual Mode Transmitter, part number 585R224H04, identified by NSN 5960-01-341-5198. Interested offerors must meet stringent qualification requirements, including having the necessary facilities, testing capabilities, and a complete data package to ensure compliance with government standards for the repair of this critical electronic component used in F-16 C/D radar systems. The estimated cost for qualification testing is approximately $260,800, with a completion timeline of around 730 days. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil or call 801-777-2211 for further details and to express their intent to qualify.
    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.
    F-16 Radar Antenna Phase Shift Driver Unit NSN: 1270-01-561-6088 PN: 562R218H01
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources to repair the Phase Shifter Assembly (P/N: 562R218H01, NSN: 1270-01-561-6088WF) for the AN/APG-68 Radar Antenna. Interested offerors must demonstrate their capability to meet stringent qualification requirements, which include providing a complete data package, submitting a qualification test plan, and delivering a pre-contract award qualification article for evaluation. This repair unit is critical for maintaining the operational effectiveness of the radar systems used by the Air Force. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil or by phone at 7772211 to express their intent to qualify, with an estimated qualification cost of $4,000 and a completion timeframe of 90 days. Note that successful qualification does not guarantee a contract award.
    F16_CD_ANAPG-68RADAR_NSN1270012383662_PN758R990G01
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking a qualified source for the procurement of a Dual Mode Transmitter for the F-16 C/D Model AN/APG-68 Radar. The Dual Mode Transmitter is used for electronic and precision equipment repair and maintenance. The procurement requires the offeror to have the necessary facilities, equipment, and personnel to repair, inspect, test, package, and store the item. The offeror must also possess a complete data package and comply with Unique Identification (UID) requirements. Additionally, the offeror must submit a qualification test plan/procedure and a qualification article for evaluation. The estimated cost for testing and evaluation is $10,000, and the estimated completion time for the qualification effort is 1465 days. Source qualification waiver criteria are also provided for potential sources who meet specific requirements.
    RECEIVER TRANSMITTER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of Receiver Transmitters, specifically for the B-2 aircraft. This contract involves the supply of 14 units of the Receiver Transmitter, which facilitates two-way voice communication between the aircraft and other vehicles or surface stations, and is constructed from metal alloy with electronic components. Interested vendors should note that the estimated issue date for the Request for Proposal (RFP SPRTA1-26-R-0134) is December 26, 2025, with a closing date of January 26, 2026, and inquiries can be directed to Michael Hannan at Michael.Hannan.1@us.af.mil or by phone at 385-591-3092. The contract will not be set aside for small businesses, and all proposals must be submitted within 45 days of the notice publication.
    F-16_Radar_Antenna_Phase_Shift_Driver_Unit_NSN1270015616088_PN562R218Ho1
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources to repair the Phase Shifter Assembly (P/N: 562R218H01, NSN: 1270-01-561-6088WF) for the AN/APG-68 Radar Antenna. Offerors must demonstrate their capability to meet stringent qualification requirements, including access to necessary facilities and equipment, adherence to ESA-approved data packages, and submission of a comprehensive qualification test plan and report. This repair component is critical for maintaining the operational effectiveness of the radar systems used in military applications. Interested parties should contact the SASPO office at 429SCMS.SASPO.Workflow@us.af.mil, with an estimated qualification cost of $4,000 and a completion timeframe of 90 days prior to contract award. Successful qualification does not guarantee a contract award.
    F16_APG68_RadarDualModeTransmitter_PN772R0225G01_NSN5598012031936
    Dept Of Defense
    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.