Wave Form Generator TTE & Repair
ID: FA812524Q0091Type: Solicitation
Overview

Buyer

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

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Test, Teardown, and Evaluation (TT&E) and one-time repair of the Wave Form Generator at the Oklahoma City Air Logistics Complex (OC-ALC). This requirement is designated as Sole Source to Marvin Test Solutions, Inc., and the contractor will be responsible for providing all necessary labor, tools, and materials to repair malfunctioning waveform generators, ensuring compliance with quality control measures and safety regulations. The contractor must deliver a detailed evaluation report within one business day, obtain written authorization before initiating repairs, and ensure environmental compliance throughout the process. Interested parties should direct inquiries to Madelyn Thompson at madelyn.thompson@us.af.mil or Jason Shirazi at Jason.Shirazi@us.af.mil, with quotes due by the closing date specified in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) for the one-time repair of the Serv C24-082 Wave Form Generator outlines the responsibilities and requirements for the contractor at the Oklahoma City Air Logistics Complex (OC-ALC). The contractor must provide all necessary labor, tools, and materials to repair malfunctioning waveform generators (models GP1665WR) belonging to Marvin Test Solutions, ensuring compliance with specifications and quality control measures. Key tasks include conducting a Test, Teardown, and Evaluation (TT&E), providing a detailed evaluation report within one business day, and supplying a Calibration Certificate of Traceability aligned with ISO 17025 requirements. The contractor is responsible for obtaining written authorization from the Contracting Officer before initiating repairs or parts orders and must return the repaired equipment within designated timelines. Quality assurance will be monitored by the government, emphasizing adherence to safety regulations and the management of hazardous materials. Furthermore, the contractor must ensure environmental compliance, provide certifications of cleanliness for the equipment prior to repair, and maintain communication for any reported mishaps. The document reflects standard government contracting procedures, emphasizing safety, accountability, and adherence to specific regulations in the performance of contracted services.
    The document outlines a solicitation for a Wave Form Generator Repair and Test Teardown Evaluation (TTE) from a Women-Owned Small Business (WOSB). It details the requirements for submitting offers, including the necessary contact information, due date, and various coding for procurement processes. The solicitation includes specifics related to the products and services required, with two line items focusing on evaluation and repair of the equipment, specified in Firm Fixed Price terms. Additionally, it provides instructions on packaging and marking, along with inspection and acceptance criteria, which are vital for compliance upon delivery to Tinker Air Force Base. Contract clauses and regulations, including payment processing through the Wide Area Workflow (WAWF) system, are elaborated to ensure proper financial transactions. Key requirements emphasize adherence to federal laws regarding contractor obligations, tax liabilities, and labor standards. The overall purpose is to procure services while supporting small businesses, particularly those owned by women, and ensuring strict adherence to federal contracting standards. This document serves as a guideline for interested parties aiming to secure federal contracts in compliance with established regulations and standards.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Repair of ATCALS Power Amplifiers
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center, is seeking qualified contractors to repair ATCALS Power Amplifiers associated with the AN/GRN-29 system. The procurement involves comprehensive repair services, including disassembly, cleaning, inspection, maintenance, upgrading, reassembly, testing, and finishing to ensure the amplifiers are returned to a serviceable condition. This initiative is crucial for maintaining operational readiness and reliability of aircraft systems, with the government encouraging participation from small, disadvantaged, and veteran-owned businesses to foster competition. Interested parties must respond to the Sources Sought notice via email and complete a Source Approval Request (SAR) to be considered, with no funding or contractual obligations currently in place. For further inquiries, contact the 424th SCMS at 424SCMS.RFI.Responses@us.af.mil or Michael Falconer at michael.falconer.1@us.af.mil.
    F16_CD_ANAPG-68RADAR_NSN1270012383662_PN758R990G01
    Active
    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.
    F16_AN_APG68RadarDualModeTransmitter_NSN5998012478169
    Active
    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.
    F16AN_APG68_Dual_Mode_Transmitter_NSN5998013035871_PN785R537G01
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE F16ANAPG68DualModeTransmitterNSN5998013035871PN785R537G01: The Department of Defense, specifically the Department of the Air Force, is seeking sources for the repair and maintenance of the F-16 C/D APG-68 Dual Mode Transmitter. This service is typically used to ensure the proper functioning and compatibility of the transmitter with the F-16 weapon system. The place of performance for this procurement is Carlton Lndg, Oklahoma, United States. For more information, contact Tracey Beringer at tracey.beringer@us.af.mil or 7772211.
    F16AN_APG_68_Dual_mode_transmitterNSN5998012744648PN772R023G01
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE F16ANAPG68DualmodetransmitterNSN5998012744648PN772R023G01: The Department of Defense, specifically the Department of the Air Force, is seeking sources for the qualification requirements of an RF Monitor used for the F-16 C/D APG-68 Dual Mode Transmitter. The service/item being procured is a qualification test plan/procedure, repair capability evaluation, and qualification article verification. The offeror must have the necessary facilities, equipment, and personnel to repair, inspect, test, package, and store the item. They must also provide a complete data package and comply with Unique Identification (UID) requirements. The estimated cost for testing and evaluation is $3,000, and the qualification effort is expected to require 180 days. Source qualification waiver criteria are also provided for potential sources who meet specific qualifications.
    Signal Generator
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command at Redstone Arsenal, is seeking sources for the procurement of 9 kHz to 3 GHz Signal Generators intended for use in Army Calibration Laboratories. These signal generators are crucial for calibrating various military equipment, including Radio Test Sets, Frequency Counters, and RADAR Test Sets, and are expected to enhance capabilities over the existing Aeroflex 2023B model. The procurement emphasizes stringent performance specifications, including precise frequency resolution, harmonic distortion limits, and user-friendly operation, along with requirements for comprehensive documentation, operator training, and a three-year warranty. Interested vendors should direct inquiries to Cynthia Jackson at cynthia.l.jackson76.civ@mail.mil or Martha C. White at martha.c.white8.civ@army.mil, noting that this is a Sources Sought notice for informational purposes only and does not constitute a solicitation for proposals.
    F16_AN_APG68_RadarDualModeTransmitter_NSN5998014644241PN792R998G01
    Active
    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.
    HH-60W Ux Validator II Test Set Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking proposals for the repair and refurbishment of the Ux Validator II Test Set and associated equipment to support the HH-60W helicopter. The procurement aims to ensure the operational readiness and availability of critical test sets used for aircraft maintenance, which are essential for verifying the functionality of various aircraft systems and components. This long-term contract is structured as a ten-year agreement, including a base year and nine optional years, with an estimated quantity of 24 units per year and a required delivery timeframe of 12 months after receipt of funded orders. Proposals are due by 5:00 PM EDT on October 3, 2025, and interested parties should contact Dominique Doyle at Dominique.doyle@us.af.mil or Hillary Souther at Hillary.souther@us.af.mil for further information.
    F16AN_APG68_RadarDuelModeTransmitter_NSN5998013069224_PN762R978GO1
    Active
    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.
    66--GENERATOR,PULSE, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for the Pulse Generator (NSN 7R-6625-014262651-XE) from Lockheed Martin Corp, the Original Equipment Manufacturer (OEM). The procurement involves the repair of 36 units of the specified generator, which is critical for various defense applications, and no alternative sources are currently approved to provide this service due to the lack of available data and drawings. Interested parties have 45 days from the presolicitation notice to submit their capability statements, with the anticipated award date set for November 2024; inquiries can be directed to Sarah F. Pfeil at Sarah.Pfeil@navy.mil.