Repair CTI Systems Teleplatforms
ID: FA812526Q0019Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8125 AFSC PZIMATINKER AFB, OK, 73145-3303, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT (J049)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of twelve CTI Systems Teleplatforms at Tinker Air Force Base in Oklahoma. This sole-source requirement necessitates troubleshooting and repair services, with contractors expected to provide all necessary labor, tools, equipment, and materials while adhering to manufacturer specifications and safety protocols. The teleplatforms are critical for depainting and painting processes, and the original equipment manufacturer, CTI Systems, has proprietary access to the control system, making this a specialized procurement. Proposals are due by December 15, 2025, and interested parties should contact Chelsie Hannah at chelsie.hannah@us.af.mil or Tran Tran at Tran.Tran.1@us.af.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file, Appendix C, outlines the 'LOW RISK' Contract Safety requirements for operations on Tinker AFB. It emphasizes the Commander's safety intent, prioritizing the health and safety of all personnel, and introduces the 'Speak Out for Safety' initiative, empowering employees to report unsafe acts. Key requirements include prompt mishap notification (within one hour) with detailed information, cooperation with government investigations, and contractor responsibility for compliance with all federal, state, and local laws, including OSHA standards. Contractors must train and qualify personnel, identify and correct unsafe conditions, and establish systems to report hazards beyond their control. A site-specific safety plan, addressing activity hazard analysis, designation of safety personnel, regular training, compliance checks, and audit programs, must be submitted within 10 days of contract award. The document references specific OSHA and Air Force safety regulations.
    The Performance Work Statement (PWS) outlines a one-time repair service for twelve (12) 76 AMXG CTI Systems Teleplatforms at the Oklahoma City–Air Logistics Complex (OC-ALC). The contractor must provide all necessary labor, tools, equipment, and materials for troubleshooting and repair, ensuring compliance with manufacturer specifications and the PWS. Key requirements include a two-business-day on-site arrival for malfunctions, submission of a detailed Estimate Repair Report within one business day of inspection, and obtaining Contracting Officer (CO) authorization for all repair actions. The PWS also covers detailed reporting, environmental protection, safety protocols, personnel qualifications, and government-furnished services like security and utilities.
    The FA812526Q0019 solicitation is a request for proposals to troubleshoot and repair twelve tele-platforms, involving services and associated expenses. The solicitation, issued by CHELSIE HANNAH with an offer due date of December 15, 2025, is a Women-Owned Small Business (WOSB) set-aside. Key aspects include detailed instructions for packaging, inspection, acceptance at Tinker AFB, and adherence to specific delivery schedules and contractor badging requirements. The document incorporates numerous FAR and DFARS clauses, notably those concerning electronic payment via Wide Area WorkFlow (WAWF), prohibitions on certain telecommunications equipment, and various socio-economic programs. It also outlines an ombudsman process for resolving concerns and details contractor access requirements for Tinker Air Force Base, including REAL ID Act compliance. Attachments include the Performance Work Statement, equipment list, contract safety, and wage determination.
    The Department of the Air Force's 76th AMXG is requesting a single-source justification for the repair of twelve CTI Systems Teleplatforms used for depainting and painting processes at Tinker Air Force Base. CTI Systems is the original equipment manufacturer (OEM) with proprietary access to the control system, and Unified Defense, LLC (Prince Service & Manufacturing) is their sole authorized service provider. Due to the proprietary nature of the equipment, any unauthorized service voids the warranty. This justification, in accordance with FAR 13.106-1(b)(1), deems only this single source reasonably available, though market research will continue for future competitive acquisitions.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Base Telecommunication Systems (BTS) at Altus AFB, OK
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the acquisition of Base Telecommunication Systems (BTS) services at Altus Air Force Base, Oklahoma. The contract, designated as a Request for Proposal (RFP), requires comprehensive operations and maintenance (O&M) services to ensure the BTS is operational 24/7, including wired telecommunications and networked voice, video, and data services. This procurement is critical for supporting the mission of the 97th Communications Squadron, emphasizing the need for reliable telecommunications infrastructure. Interested contractors must be registered in the System for Award Management (SAM) and submit their proposals electronically by the deadline of December 10, 2025, with a maximum contract value of $30 million over a five-year period. For further inquiries, contact Jennifer Blaser-Kay at jennifer.blaserkay.2@us.af.mil or Kelsey Brightbill at kelsey.brightbill@us.af.mil.
    VTI Instruments DAQ Card
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking proposals from qualified Women-Owned Small Businesses (WOSBs) to supply a VTI Instruments DAQ Card, specifically part number 70-0071-002, which includes a VM9000 carrier and three VM3618 DAC modules. This procurement is critical for military operations, as it involves specialized data acquisition equipment necessary for effective maintenance and operational capabilities at Tinker Air Force Base in Oklahoma. Interested vendors must submit their offers by December 9, 2025, with a delivery deadline set for May 15, 2026, and are encouraged to reach out to primary contact Sondra Groth at Sondra.Groth@us.af.mil or secondary contact Sheridan Robison at sheridan.robison@us.af.mil for further information.
    REPAIR SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for repair services related to the Teardown, Test, and Evaluation (TT&E) of a specific Fan, Tube Axial, which is critical for the AN/TSQ-T10 (JTE) system. This procurement is a Total Small Business Set-Aside, aimed at ensuring that only approved sources listed on the Approved Sources List can participate, with interested vendors required to follow the guidelines outlined in the attached Source Qualification and Source Requirements (SQSR) document. The selected contractor will be responsible for restoring the fan to a serviceable condition, adhering to strict quality assurance and inspection protocols, and must comply with various packaging and reporting requirements as specified in the Performance Work Specification (PWS) and other related documents. Interested parties should contact John Prather at john.prather.3@us.af.mil or call 801-586-3463 for further details and to ensure compliance with all submission requirements.
    Service Repair for Sciaky Spot Welder
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for service repair of a Sciaky Spot Welder at Tinker Air Force Base, Oklahoma. The procurement aims to secure a contractor capable of troubleshooting, repairing, and calibrating the welder, ensuring it operates effectively, particularly addressing issues related to Tip Touch Force Control and Executable Contact Gauge Pressure Setpoint, as outlined in the Performance Work Statement. This contract is crucial for maintaining operational capabilities at the Air Logistics Complex and is set to have a total award amount of $12,500,000, with a performance period from December 12, 2025, to January 12, 2026. Interested vendors, particularly Women-Owned Small Businesses, must submit their quotes by November 28, 2025, and can direct inquiries to Jacqueline Henn at Jacqueline.Henn@us.af.mil.
    Common Armament Tester for Fighter (CAT-F)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Common Armament Tester for Fighter (CAT-F) program, aimed at developing, manufacturing, and sustaining armament testers for F-16, F-15, and A-10 aircraft. This procurement involves creating a versatile armament tester capable of performing essential maintenance tasks, including Preload, Clean Wing, and Fault Isolation Requirements at both O-Level and I-Level Maintenance. The selected contractors will be responsible for delivering prototypes and subsequent production units, with a total maximum contract value estimated at $420,430,000.00, and the contract period includes a one-year basic term with four one-year options. Interested parties should direct inquiries to Oya Harrison at oya.harrison.1@us.af.mil or Alexis Davis at alexis.davis.13@us.af.mil, noting that the proposal due date is currently indefinite due to a protest, with updates to be provided in forthcoming amendments.
    PSCU COMPUT TABLET
    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 the PSCU COMPUT TABLET. This procurement involves the repair and quality assurance of electronic computer manufacturing items, with a focus on ensuring compliance with military standards and specifications. The repaired items are critical for operational readiness in naval applications, emphasizing the importance of timely and quality repairs. Interested contractors must submit their proposals, including a detailed breakdown of repair costs and turnaround times, to the primary contact, Catherine H. Tran, at uyencatherine.h.tran.civ@us.navy.mil or by phone at 717-605-6805, with a required delivery timeframe of 88 days post-acceptance.
    F-16 SST Repair; NSN; 5998-01-555-5340
    Buyer not available
    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.
    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.
    Remanufacture of the F-15 Pitch/Roll Channel Assemblies & Pitch Trim Controller
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of F-15 Pitch/Roll Channel Assemblies and Pitch Trim Controllers, with a focus on returning these components to like-new condition. The procurement involves comprehensive tasks such as disassembly, cleaning, inspection, maintenance, re-assembly, testing, and adherence to technical orders and OEM specifications, addressing challenges like obsolescence and requiring a robust Supply Chain Risk Management plan. This contract is critical for maintaining the operational integrity of the F-15 aircraft, ensuring that essential components function effectively in support of military operations. Interested contractors should contact Alan Tran at alan.tran.1@us.af.mil or Morgan Mcgarity at morgan.mcgarity@us.af.mil for further details, with the contract set aside for 8(a) sole source and performance expected in S Coffeyville, Oklahoma.
    Tinker Base Supply and Munitions
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified contractors to provide Base Supply and Munitions services at Tinker Air Force Base (TAFB) in Oklahoma. The contractor will be responsible for managing personnel, equipment, and services related to supply operations, inventory control, customer support, and munitions management, ensuring compliance with Air Force regulations and maintaining war readiness. This contract is particularly significant as it supports the logistics readiness of the 72 Logistics Readiness Squadron and includes a total estimated award amount of $47 million, with a base performance period of 11 months starting in April 2026, followed by six one-year option periods. Interested parties should direct inquiries to Robert Kipler or Samuel Nemargut and submit proposals by the deadline of December 8, 2023.