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)

Set Aside

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

    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the overhaul and repair of rotary couplers used in various radar systems critical to air traffic control. The procurement involves refurbishing FAA-owned rotary couplers, ensuring compliance with Original Equipment Manufacturer (OEM) standards, and includes responsibilities for labor, materials, and technical expertise to restore these components to serviceable condition. Given the rotary couplers' role as a single point of failure in radar systems, their reliability is essential for maintaining safety in the National Airspace System (NAS). Proposals are due by email by June 20, 2025, and interested parties must be registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Connie Houpt at connie.m.houpt@faa.gov.

    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 document pertains to an amendment (A0005) for a federal solicitation, primarily altering the terms and conditions associated with Department of Transportation contracts. The key changes include an extension of the proposal submission deadline to May 30, 2025, and revisions to specific clauses concerning small business utilization and subcontracting plans. The document emphasizes the Federal Aviation Administration’s (FAA) obligation to ensure participation by small and disadvantaged businesses in government contracts, outlining definitions, duties, and goals for prime contractors toward these business entities. Several outdated clauses were removed, and new interim clauses were introduced, highlighting the focus on equitable opportunities for small businesses. The summary of clauses includes stipulations for contractor reporting, subcontracting plan requirements, and obligations to ensure timely payments to subcontractors. The modification underscores the government’s commitment to fostering small business growth in federal contracting, ensuring compliance and monitoring through detailed reporting systems. The amendment retains all other original terms and conditions, signifying a structured approach to managing federal contracts while accommodating updates to regulatory requirements and business practices.
    This document details an amendment (A0006) to a federal solicitation for proposals related to the FAA Aeronautical Center. It officially extends the deadline for submitting proposals to 2:00 p.m. CT on June 20, 2025. The amendment does not alter other terms or conditions previously outlined, indicating that all previous stipulations remain in effect. The issuance of this amendment requires offerors to acknowledge receipt prior to the modified deadline, using specified methods of communication to ensure their proposals are considered valid. The contracting officer responsible for this amendment is Connie M. Houpt. Overall, this document reflects routine administrative actions within the framework of federal solicitations, ensuring transparent communication and fairness in the procurement process.
    This document represents Amendment A0004 to a government solicitation, specifically pertaining to Contract No. 6973GH-25-R-00026 issued by the FAA Aeronautical Center. The primary purpose of this amendment is to extend the deadline for proposal submissions to April 30, 2025, at 2:00 p.m. CT. All other terms and conditions of the solicitation remain unchanged. Contractors are required to acknowledge receipt of this amendment before the new deadline through specified methods, such as via a signed return of the amendment or written correspondence. The document outlines pertinent information about the contract, including the issuing and administering offices and contractor details. The amendment serves to inform potential offerors of the change in timeline and reiterates the importance of compliance with the proposed submission guidelines, emphasizing the consequences of failure to acknowledge the amendment. This document is a standard procedural update aimed at facilitating the procurement process within the federal government framework.
    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
    Repair Color Weather Radar
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the repair of Color Weather Radar units essential for MH-60T aircraft operations. The procurement involves evaluating and repairing six radar components, ensuring compliance with OEM specifications, and addressing corrosion issues typical in maritime environments. This opportunity is critical for maintaining the airworthiness of Coast Guard aircraft, with a focus on quality assurance and traceability of parts. Interested vendors must submit their quotations by December 30, 2025, at 2:00 PM EST, and can direct inquiries to Adam Finnell at Adam.A.Finnell2@uscg.mil.
    N0038326PR0R038 FMS_ REPAIR
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to solicit a sole source contract for the repair of HF Couplers from Rockwell Collins, the Original Equipment Manufacturer (OEM). This procurement is critical as the government does not possess the necessary data or rights to source these repairs from alternative suppliers, making Rockwell Collins the only known source capable of fulfilling this requirement. Interested parties have 15 days to express their interest and capability to meet the government's needs, with a final deadline for proposals set at 45 days from the publication of this notice. For further inquiries, interested organizations may contact Alyssa Thieu at alyssa.t.thieu.civ@us.navy.mil.
    Repair of Electronic Amplifier
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of electronic amplifiers, identified by NSN 5996-01-384-9562 and Part Number URA0240L-400. The procurement aims to secure firm-fixed-price contracts for repair services, including no-fault-found and beyond-economic-repair options, essential for maintaining the functionality of the ARC-210 SATCOM system. This opportunity is critical for ensuring the operational readiness of military communications equipment, with the performance period for the basic contract set from August 16, 2026, to August 15, 2027. Interested contractors should submit their proposals by January 31, 2026, and can direct inquiries to primary contact Sheeja Santhosh at sheeja.santhosh@us.af.mil or secondary contact Kristen Carter at kristen.carter@us.af.mil.
    SPRRA1-26-R-0002/NSN: 1615-01-141-7532/ NOUN: COUPLING ASSY,SERVO
    Dept Of Defense
    The Defense Logistics Agency (DLA) is issuing a Request for Proposal (RFP) for the acquisition of 371 Coupling Assembly, Servo units (NSN 1615-01-141-7532, Part Number 70400-06100-042) as part of Solicitation Number SPRRA1-26-R-0002. This procurement includes critical requirements such as Contractor First Article Test, Production Lot Test, and compliance with The Army Maintenance Management System-Aviation (TAMMS-A), as the item is classified as a Critical Safety Item. Proposals must be submitted in writing by December 5, 2025, to the primary contacts, Stacy Hood and Christopher Butler, who can be reached at their respective emails and phone numbers for further inquiries. Certified Cost and Pricing Data is required for non-commercial items exceeding $2,500,000, and proposals should include a simulated delivery schedule and acknowledge all RFP terms.
    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.
    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.
    49--NRP,ANTENNA COUPLER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is seeking to procure three units of the Antenna Coupler (NSN 7R-4920-016010099-E8, REF NR 74D765118-1001). Due to the unavailability of necessary data for competitive acquisition or repair of this part, the government intends to solicit and negotiate with only one source under FAR 6.302-1. The Antenna Coupler is critical for aircraft maintenance and repair operations, underscoring its importance in ensuring operational readiness. Interested parties may submit their interest and capability statements within 45 days of this notice, and should contact Michael Kneble at (215) 737-5619 or via email at MICHAEL.KNEBLE@DLA.MIL for further details.
    Overhaul of Spindles, Modulation Valves, Bifilar Assemblies, Hubs and Retention Plate Assemblies.
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the overhaul of spindles, modulation valves, bifilar assemblies, hubs, and retention plate assemblies for its MH-60T aircraft. The procurement involves a sole-source contract with Sikorsky Aircraft Corporation, requiring all components to have traceability to the OEM and compliance with FAA guidelines to ensure safety and airworthiness. The contract will be structured as an Indefinite Delivery Requirements type with a one-year base period and two optional one-year extensions, totaling a maximum duration of three years. Interested vendors must submit their quotations by February 27, 2026, with the anticipated award date around June 17, 2026; inquiries can be directed to Trenton Twiford at trenton.c.twiford@uscg.mil.
    Repair of B-1B Torque Motor
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of B-1B Torque Motors, specifically National Stock Numbers 6105-01-232-8318 and 6105-01-232-8319. The procurement aims to secure comprehensive repair services, including provisions for "No Fault Found" items and additional work requirements, with a total estimated contract value of $4,149,750.00 over a base year and three option years. This contract is critical for maintaining the operational readiness of the B-1B aircraft, ensuring that essential components are serviced to meet military standards. Interested contractors must submit their proposals by January 30, 2026, and can direct inquiries to Amy Schmitz at amy.schmitz.1@us.af.mil or David Herrig at david.herrig.1@us.af.mil.
    N0038326QN059
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking a sole source contractor for the repair of a Rotor Positioning Unit for the MV-22 aircraft. The procurement specifically targets the item with NSN 7RH 5990 014606390 and part number 41010950-103, which is critical for the operational capabilities of the platform. This opportunity is not a Total Small Business Set-Aside, and interested parties must submit their capability statements or proposals within 15 days of the notice publication, with the solicitation expected to be issued around December 25, 2025. For further inquiries, potential bidders can contact Amanda M. Sweeney at amanda.m.sweeney4.civ@us.navy.mil.