SOLICITATION: Overhaul and repair of Rotary Couplers
ID: 6973GH-25-R-00026Type: Solicitation
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION6973GH FRANCHISE ACQUISITION SVCSOKLAHOMA CITY, OK, 73125, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

ANTENNAS, WAVEGUIDES, AND RELATED EQUIPMENT (5985)
Timeline
    Description

    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on the overhaul and repair of FAA-owned rotary couplers. Contractors are required to provide labor, materials, and technical expertise to refurbish these couplers to meet Original Equipment Manufacturer (OEM) standards, ensuring compliance with established quality and safety protocols. This refurbishment is crucial for maintaining the operational integrity of radar systems used in air traffic control, thereby supporting the reliability of the National Airspace System. Interested parties must submit their proposals by March 31, 2025, and can direct inquiries to Connie Houpt at connie.m.houpt@faa.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a federal Request for Proposals (RFP) related to an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for the refurbishment of FAA-owned rotary couplers. It specifies the contractor's responsibilities, which include providing the necessary labor, materials, and technical expertise to restore the couplers to serviceable condition. The contract includes details about the pricing structure, with firm-fixed-price and cost-reimbursable line items, option periods for extended work, and payment procedures. Notably, the contract establishes a minimum obligation for the government, stipulating that only one repair will be guaranteed. It also elaborates on the inspection and acceptance criteria for the refurbished units, emphasizing that inspections will occur before shipment and at the destination. The document details delivery schedules, special project requirements, and the evaluation factors for award, making clear the importance of timely performance and adherence to established standards for quality and safety. This solicitation reflects the FAA's commitment to maintaining equipment reliability and is essential for potential contractors in understanding the program's scope, expectations, and compliance needs.
    The document is an amendment to a federal government solicitation/modification of a contract, specifically Amendment A0001, which was issued by the FAA Aeronautical Center. The primary purpose of this amendment is to update the solicitation by removing the clause regarding the "NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE." Other terms and conditions of the original contract remain unchanged. The effective date for acknowledgment of this amendment is January 27, 2025. Contractors are instructed to acknowledge receipt of this amendment in various ways before the specified deadline to avoid the rejection of their offers. The document is structured formally, supporting its purpose of facilitating communication and ensuring compliance with procedural standards in federal contracting. Overall, it emphasizes administrative clarity while maintaining the integrity of the solicitation process.
    The document outlines Amendment A0002 to a solicitation regarding the FAA Aeronautical Center's contracting process, which specifically relates to extending the deadline for proposal submissions. The due date for receiving proposals has been postponed to March 31, 2025. The amendment does not alter any other terms or conditions of the original solicitation or contract. Entities interested in submitting proposals must acknowledge the receipt of this amendment, which can be done through various specified methods, including returning copies of the amendment or acknowledging it on the offer submitted. This amendment reflects the necessity of maintaining communication and ensuring compliance with the solicitation's requirements while allowing more time for potential contractors to prepare their proposals.
    The document outlines Amendment A0003 to the FAA’s solicitation, specifically concerning the refurbishment of FAA-owned rotary couplers. This amendment corrects part numbers in the Supplies or Services/Prices section and adds Attachment 3, a Request for Information (RFI). It indicates that the proposal due date remains unchanged and emphasizes that offers must acknowledge receipt of the amendment. The contract is an Indefinite Delivery/Indefinite Quantity (IDIQ) type, where the government has a minimum obligation for one repair and can order additional services as needed. The document also details various line item numbers (CLINs) related to different types of rotary couplers and joints, with corresponding pricing structures, indicating both firm fixed price and cost-reimbursable categories. The appendix lists attachments relevant to the work's details, such as the Statement of Work and wage determinations. Overall, the document supports the ongoing maintenance and refurbishment efforts for FAA equipment, ensuring compliance with procurement protocols and clarity in contractual obligations.
    The Department of Transportation's Federal Aviation Administration (FAA) outlines the refurbishment services for rotary couplers in its Statement of Work (SOW) dated January 13, 2025. This document establishes the framework for contractors to refurbish Government Furnished Equipment (GFE) rotary couplers, ensuring compliance with Original Equipment Manufacturer (OEM) standards. Contractors must provide all necessary labor, materials, and expertise to return rotary couplers to a serviceable state at a flat-rate price, indicating a comprehensive cost structure is required. The SOW details critical tasks, including evaluation, parts replacement, extensive testing, and the conditions for quality assurance and warranty operations. Notably, unapproved vendors must undergo a first article testing process before qualifying for future work. Additionally, the SOW outlines strict guidelines for configuration changes, testing protocols, and invoicing, emphasizing the FAA's authority in determining the refurbished units' acceptance for the National Airspace System or Department of Defense usage. The contract spans one base year and four optional years, targeting rotary couplers identified by specific National Stock Numbers (NSNs). By standardizing the refurbishment procedures, the FAA aims to maintain the operational integrity and reliability of essential radar systems present in air traffic control.
    The document addresses the implementation of the Applicable Service Contract Wage Determination, which will be enforced upon the awarding of contracts based on the locations of the successful contractors. This ensures that wage standards are adhered to in accordance with federal guidelines when providing services. The focus on the contractors' geographical locations underscores the importance of compliance with labor regulations, particularly for service contracts, which aim to promote fair wages and working conditions in federal and state contracts. This stipulation serves as a crucial component in the evaluation process during the contract award phase, aligning with overarching governmental efforts to support equitable employment practices across various regions.
    The document outlines a Request for Information (RFI) related to a Statement of Work (SOW) for the refurbishment and reconfiguration of MODE-S rotary couplers for the FAA. It addresses three key queries from potential vendors. The first question clarifies that all 4, 5, and 6 channel units will be refurbished, with any received 6-beacon units needing reconfiguration to a 4-channel format, with spare components returned in their original condition. The second question concerns adjustments to the Voltage Standing Wave Ratio (VSWR) specifications, which have been tightened slightly to avoid previous test discrepancies but remain aligned with past documentation. Finally, the document corrects a part number error regarding the TWDR Rotary Joint to ensure accuracy in pricing and supply details. Overall, the RFI emphasizes the FAA's focus on precise specifications and vendor compliance in the refurbishment efforts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    C-5 Visor Door Actuator Overhaul
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul of the C-5 Visor Door Actuator under solicitation number FA8538-25-R-0003. This Request for Proposal (RFP) seeks qualified vendors to provide depot-level overhaul services for a critical component of the C-5 Galaxy cargo aircraft, with the contract structured as a Firm-Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) type, anticipated to span five years with two ordering periods and three option years. The selected contractor will play a vital role in maintaining operational readiness for the C-5 aircraft, which is expected to remain in service until its retirement in 2040. Interested parties must submit their proposals by 5:00 PM EST on March 22, 2025, and can direct inquiries to Caiveon Thomas at caiveon.thomas@us.af.mil or Deborah Manly at deborah.manly@us.af.mil.
    FA822025RB004 F-4 Repair and Overhaul
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and overhaul of F-4 aircraft components under the contract number FA822025RB004. This procurement aims to support Foreign Military Sales (FMS) by ensuring the operational readiness of critical military assets through comprehensive repair services, including teardown, testing, evaluation, and refurbishment of various aircraft parts. The contract is structured as a firm-fixed-price agreement, with specific requirements outlined for each component, and emphasizes compliance with federal acquisition regulations. Interested contractors must acknowledge receipt of amendments and submit their proposals by the extended deadline of February 28, 2025. For further inquiries, potential bidders can contact Danielle Stiff at danielle.stiff.1@us.af.mil or call 1-801-777-8416.
    59--ROTARY COUPLER ASSE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure three units of the Rotary Coupler Assembly, identified by NSN 7R-5985-016600367-E7. This procurement is critical as the item is flight critical and requires government source approval prior to contract award, with no available technical data or rights for alternative sourcing. Interested suppliers must be previously approved by the government or submit a comprehensive source approval request along with their proposals, as offers lacking the necessary documentation will not be considered. For further inquiries, interested parties can contact Danielle Diciacco at (215) 697-5970 or via email at danielle.diciacco.civ@us.navy.mil, with proposals due within 45 days of the notice publication.
    697DCK-25-R-00133 FLL ASR Trolley Hoist Replacement Project
    Buyer not available
    The Federal Aviation Administration (FAA) is seeking proposals for the Trolley Hoist Replacement Project at the Ft. Lauderdale ASR Radar Site in Davie, Florida. The project requires the contractor to provide all necessary labor, tools, equipment, materials, and supervision to replace the trolley hoist, adhering to specific safety and operational standards outlined in the Statement of Work. This procurement is crucial for maintaining the operational efficiency and safety of FAA facilities, with an estimated contract value between $25,000 and $50,000. Interested small businesses must submit their proposals by February 21, 2025, and can direct inquiries to Regina Singleton at regina.singleton@faa.gov.
    C-5 Trunnion Bearing, Overhaul
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul of the C-5 Trunnion Bearing under contract number FA8538-25-R-0004. This Request for Proposal (RFP) seeks to establish a Firm-Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) contract for depot-level overhaul services, which are critical for the maintenance of the C-5 Galaxy cargo aircraft. The Trunnion Bearing is a safety-critical component that plays a vital role in the operation of the aircraft's main landing gear, with services required to meet quarterly demands and support operations until 2040. Interested vendors must be registered in the Joint Certification Program and submit proposals by 5:00 PM EST on March 10, 2025, with inquiries directed to Phillip Russell at phillip.russell.9@us.af.mil and Deborah Manly at deborah.manly@us.af.mil.
    COUPLER,DIGITAL DAT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the procurement of digital data couplers. This requirement emphasizes the need for FAA-certified parts, which must include an FAA Authorized Release Certificate and an Airworthy Approval Tag, ensuring compliance with aviation safety standards. The procurement process will follow competitive procedures, awarding the contract to the lowest price technically acceptable offer, with a closing date for submissions set for 2:00 PM EST on the specified date. Interested vendors can reach out to Carolyn A. Clark at 215-697-1073 or via email at carolyn.a.clark30.civ@us.navy.mil for further details.
    Flight Data Recorder
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of KC-135 Flight Data Recorders under solicitation number FA8117-25-R-0007. Contractors are required to demonstrate their capabilities in providing high-quality repair services that comply with ISO 9001:2015 standards, including adherence to stringent counterfeit prevention measures and effective supply chain risk management. The Flight Data Recorders are critical components for military operations, ensuring the reliability and safety of aircraft systems. Proposals are due by March 13, 2025, and interested parties can contact Tanner Mullins at tanner.mullins.1@us.af.mil or Sheila M. Thee at sheila.thee@us.af.mil for further information.
    F101 DEC Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the F101 Digital Electronic Control (DEC) under contract FA8122-25-R-0001. This requirements-type contract includes a base year and four option years, focusing on the repair of 35 electronic control units, with all materials to be provided by the contractor without any government-furnished materials. The F101 DEC is critical for aircraft operations, necessitating strict adherence to quality assurance standards and comprehensive reporting throughout the repair process. Interested contractors must submit their proposals by the revised deadline of February 21, 2025, at 4:00 PM CST, and can direct inquiries to Brandi Bridgett at brandi.bridgett@us.af.mil or Tara Parker at tara.parker.4@us.af.mil.
    59--COUPLER,TRANSMISSIO
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting offers for the procurement of transmission couplers under solicitation N00383-24-Q-T471. This contract aims to secure essential components classified under the NAICS code 334220, which pertains to Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing, and PSC code 5985, related to antennas and waveguides. The successful contractor will be selected based on the lowest priced technically acceptable (LPTA) proposal, with evaluations focusing on past performance as a critical non-price factor. Interested vendors must submit their proposals by 4:30 PM EST on the closing date, which has been extended to March 4, 2025, and can reach out to Christina Foley at 215-697-0484 or via email at christina.foley1@navy.mil for further inquiries.
    Open, Inspect and Report for COUPLER ANTENNA
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors to perform the overhaul of a coupler antenna, identified by stock number 5985-01-678-7919 and part number 798011-001-004. Contractors are required to deliver complete items, report any discrepancies, and provide a warranty for up to two years against defects post-delivery, with government acceptance occurring at the destination. This procurement is crucial for maintaining operational readiness and compliance with federal standards, with an estimated budget cap of $10,000 for the overhaul process. Interested parties should contact Eric Goldstein at Eric.I.Goldstein@uscg.mil for further details and to ensure compliance with the necessary representations and certifications outlined in the procurement documents.