Repair of NSN 5998-01-491-3752 for Mini-MUTES
ID: FA825025Q0652Type: 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)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 30, 2025, 11:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of a Circuit Card Assembly, identified by National Stock Number (NSN) 5998-01-491-3752, as part of the Mini-MUTES system. Contractors are required to provide a comprehensive proposal that includes adherence to strict qualification standards, timely delivery of repaired items, and compliance with quality assurance protocols, including the submission of various data items and reports. This procurement is critical for maintaining operational capabilities within military systems, ensuring that the repaired components meet stringent defense standards. Interested contractors should direct inquiries to Logan Drake at logan.drake.4@us.af.mil or John Prather at JOHN.PRATHER.3@US.AF.MIL, with proposals due within the specified timeframe and valid for 120 days.

Point(s) of Contact
Files
Title
Posted
Apr 2, 2025, 11:07 PM UTC
The CAV AF Reporting Requirements document outlines the responsibilities and procedures for contractors regarding the Contract Depot Maintenance (CDM) of Government-owned assets using the Commercial Asset Visibility Air Force (CAV AF) system. This system serves as the primary record for tracking the status of these assets at contractor facilities. Contractors must ensure daily reporting and accurate records of physical assets, submit authorization access requests, and complete annual cyber awareness training. The document emphasizes the need for accuracy in reporting to avoid discrepancies affecting government inventory systems. Specific procedures are outlined for handling not-on-contract items, quality deficiency reports, and discrepancies related to shipments. Contractors are required to follow strict guidelines for using standard forms and ensuring timely reporting of asset movements, which are crucial for compliance and inventory accountability. Overall, this document is an essential resource for contractors managing repairs and logistics for military assets, ensuring that all procedures align with government regulations and promote effective asset management.
Apr 2, 2025, 11:07 PM UTC
The document discusses the importance of utilizing Adobe Reader for optimal viewing of government-related PDFs, specifically those pertaining to federal RFPs (Requests for Proposals), grants, and state and local RFPs. While the specific content within the PDF is inaccessible from the text, the context suggests that the files are likely to contain critical information regarding funding opportunities, application processes, and eligibility requirements for entities seeking government contracts or grants. The emphasis on using compatible software indicates a focus on ensuring that users can effectively engage with potentially complex and detailed government documents. This aspect is vital for entities aiming to navigate the intricacies of federal and state contracting processes, highlighting the necessity for proper tools to view essential resources needed for successful proposals and applications. Overall, the document underscores the relationship between technology and access to government resources for effective participation in public procurement and funding opportunities.
Apr 2, 2025, 11:07 PM UTC
The document outlines a Request for Quotation (RFQ) from the Department of the Air Force seeking proposals for services related to the repair of a specific circuit card assembly, identified by its National Stock Number (NSN). Contractors must adhere to strict qualification requirements to be considered, and the quotations must remain valid for 120 days. Key deliverables include submitting a DD1348-1 form with each shipment, ensuring compliance with quality assurance standards, and coordinating with the Defense Contract Management Agency (DCMA) for inspections and reports. The RFQ also emphasizes timely delivery and includes various clauses applicable to government contracts, such as restrictions on certain suppliers and requirements for reporting executive compensation. A comprehensive quality assurance plan is required, and payment may be withheld if data submissions are not compliant. The document serves as a foundational framework for the contracting process, ensuring safety and regulatory compliance while streamlining procurement for necessary repair services.
Apr 2, 2025, 11:07 PM UTC
The document outlines specifications for a Circuit Card Assembly, identified by NSN 5998014913752FD, as part of a government procurement request. It includes critical data such as dimensions (12.5 inches in length, 8.3 inches in width, and 3.0 inches in height), weight (2.5 pounds), and material composition (laminate). The item serves a vital function as a Single Board Computer. Furthermore, it marks details regarding security, including criticality and demilitarization codes, as well as the presence of electrostatic discharge (ESD) sensitivity. The record initiator is identified as Carl Richard J. Canlas from 415 SCMS/GUMAA, with contact information provided. The document indicates a requirement for government-furnished equipment (GFE) and highlights the absence of helium content, ensuring compliance in terms of environmental and procurement standards. Overall, it represents the structured product specifications essential for processing federal requests for proposals (RFPs), contributing to inventory and operational capabilities within government frameworks.
Apr 2, 2025, 11:07 PM UTC
The document outlines the Item Unique Identification (IUID) Checklist in compliance with DFARS 252.211.7003 for a specific circuit card assembly (NSN 5998014913752FD). It details the responsibilities of the initiator, Man T Dinh, from the 415 SCMS / GUEA. The marking of the item must conform to MIL-STD-130, supported by the relevant engineering drawing number (3050945). Additionally, the checklist addresses embedded items associated with the primary NSN and provides necessary marking guidance, although specific details regarding those embedded items are not included. This document's purpose is to ensure proper tracking and management of government items, indicative of the structured requirements frequently encountered in federal Requests for Proposals (RFPs) and grants, ensuring compliance with defense standards.
Apr 2, 2025, 11:07 PM UTC
This document outlines specific packaging requirements as per Federal Purchase Instrument Number: FD20202500652-00, ensuring compliance with military and international standards. Key directives include adherence to MIL-STD 129 and MIL-STD 2073-1, especially concerning wood packaging materials (WPM) to prevent the introduction of invasive species like the pinewood nematode. All wooden pallets and containers must be constructed from debarked and heat-treated wood, certified by an accredited agency. Packaging specifications detail the types and dimensions of containers used for shipments, including an Environmental Stress Dissipation (ESD) protection requirement. Additionally, instructions emphasize military packaging practices and precise labeling criteria, which may include barcodes and original equipment manufacturer details, enhancing traceability and ensuring compliance during shipments worldwide. The document reflects the stringent standards expected in government procurement processes, particularly in logistical and environmental considerations.
Apr 2, 2025, 11:07 PM UTC
The document outlines the preservation, packaging, and marking requirements for military materials as specified by the Department of Defense (DoD). It mandates adherence to various military standards, including MIL-STD 2073-1 for military packaging and MIL-STD 129 for shipping and storage markings. Different regulations apply to the packaging of hazardous materials, requiring compliance with international standards like ICAO and UN specifications. The use of Special Packaging Instructions (SPI) is emphasized for items categorized under specific needs, and proper documentation is essential per the Contract Data Requirements List (CDRL). The contractor is instructed to manage reusable shipping containers responsibly and report any discrepancies in packaging through the Web Supply Discrepancy Report system. The file serves as a guideline to ensure that contractors involved in government procurement adhere to strict packaging and labeling requirements, ensuring compliance, safety, and efficiency in military logistics.
Apr 2, 2025, 11:07 PM UTC
The Department of the Air Force has issued a Performance Work Specification (PWS) for the maintenance of VME single board computers under contract PR NO: FD20202500652-00. The contractor must provide all necessary facilities, materials, and services to inspect, repair, or restore the equipment to a serviceable condition without it being critical in emergency scenarios. The work involves Test, Teardown, and Evaluation (TT&E), which includes visual and mechanical checks, as well as potential repairs and documentation of any required part replacements. The contractor is expected to maintain all performance requirements to ensure items are returned in a condition like new. Furthermore, the PWS outlines detailed handling procedures, including security for Government Furnished Property and proper shipping documentation requirements (including DD Form 1348-1A). Quality control is emphasized, with provisions for reporting and addressing defects post-repair, as well as a focus on counterfeit prevention in procurement processes. The document also stresses adherence to environmental impact regulations, safety standards, and the importance of quality assurance measures during the repair process. Ultimately, the PWS details comprehensive expectations for contract performance and asset management to uphold Air Force standards and ensure functionality.
Apr 2, 2025, 11:07 PM UTC
The document presents a Repair Data List for a Circuit Card Assembly, identified by part number 3050945-101 and National Stock Number (NSN) 5998014913752FD. It includes repair information relevant to federal procurement. The list specifies the associated CAGE code (66948) and outlines supporting documents necessary for the repair processes. Notably, it denotes several attachments, including the original drawing, special packaging instructions, and technical data references, indicating the availability and rights to this information. Different furnishing method codes are provided, categorizing the availability of documentation for contractors, such as whether documents are classified, vendor data, or available upon request. This summary indicates the technical nature of the document and its relevance in federal RFP contexts, serving as an essential reference for contractors involved in government procurement processes related to electronic assembly repairs.
Apr 2, 2025, 11:07 PM UTC
The document outlines the qualification requirements for becoming an approved source for the Circuit Card Assembly (NSN: 5998-01-491-3752, P/N: 3050945-101), crucial for the AN/MST-T1(V) Mini-MUTES system. Prospective offerors must notify the appropriate government offices and certify access to facilities for repair, testing, and inspection. These requirements include owning a complete data package with engineering drawings and conforming to government standards during the repair process. Offerors must prepare a qualification test plan for compliance assessment at their own expense, with estimated costs of approximately $2,000 and a completion timeframe of around 60 days. Additionally, waiver criteria are outlined, allowing certain sources to request exemptions from full qualification if they meet specific conditions, such as prior experience with similar government contracts or components. The document emphasizes that approval as a qualified source does not guarantee contract awards. This process is essential for ensuring that supplier capabilities meet the stringent requirements for military electronics, aligning with government procurement standards under federal RFPs and grants.
Apr 2, 2025, 11:07 PM UTC
This document outlines transportation data related to the federal procurement process established by Purchase Instrument Number FD20202500652-00, initiated on March 18, 2025. Its primary focus is on the shipping guidelines and transportation provisions, particularly for items designated "F.O.B. Destination." Vendors are instructed to contact the DCMA Transportation office for shipping instructions to avoid incurring additional costs or logistical issues. The document lists specific items to be shipped to Hill Air Force Base (AFB), Utah, including detailed ship-to addresses and relevant forms. It also includes transportation funds information and multiple item shipment details tied to their respective National Stock Numbers (NSN). The purpose is to ensure that transportation arrangements comply with federal regulations and to mitigate risks associated with freight movement in accordance with the Department of Defense guidelines. The structured presentation includes sections on purchase instruments, item descriptions, and additional transactions, reflecting the complexities of federal procurement processes.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Repair of NSN: NSN: 5998012939676 FD Circuit Card Assembly
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of a Circuit Card Assembly (NSN: 5998-01-293-9676 FD) under a Total Small Business Set-Aside. The contractor will be responsible for providing all necessary facilities, parts, materials, and services to inspect, evaluate, and restore the assembly to a serviceable condition, with a focus on compliance with stringent quality assurance standards and federal regulations. This assembly is critical for military applications, and the work includes both Test, Teardown, and Evaluation (TT&E) and repair processes to ensure the item meets original specifications. Interested contractors must submit their proposals by the specified deadline, with a firm pricing requirement in place for 120 days, and can direct inquiries to Cydnee Simpson at cydnee.simpson@us.af.mil.
59--CIRCUIT CARD ASSEMB, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of circuit card assemblies, identified by NSN 7R-5998-310189596-QF, with a quantity of 20 units required. This procurement is critical for maintaining the operational readiness of electronic systems, as these assemblies are integral components in various defense applications. The government intends to solicit and negotiate with only one source under FAR 6.302-1, and interested parties are encouraged to submit their capabilities within 45 days of this notice. For further inquiries, potential bidders can contact Jeremy P. Barney at (215) 697-1234 or via email at JEREMY.BARNEY1@NAVY.MIL.
59--CIRCUIT CARD ASSEMB
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of a circuit card assembly, identified by NSN 0R-5998-016932359-P8 and reference number 1194935-2. The item is critical for flight operations, and due to its unstable design and marginal performance, significant changes are anticipated, which may render the current configuration obsolete. Interested vendors must be approved sources and are required to submit detailed technical data and source approval information with their proposals, as the government intends to negotiate with only one source under FAR 6.302-1. Proposals must be submitted within 45 days of the notice, and interested parties can contact Patrick Horan at (215) 697-0275 or via email at PATRICK.J.HORAN1@NAVY.MIL for further details.
59--CIRCUIT CARD ASSEMB, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of circuit card assemblies. The procurement aims to ensure the operational readiness of critical electronic components, which are essential for various defense systems. This contract will require vendors to provide a comprehensive repair service, including teardown and evaluation, with a requested turnaround time of 110 days for completion. Interested contractors should submit their proposals to Zachary R. Morrill at zachary.r.morrill.civ@us.navy.mil, with all contractual documents considered issued upon electronic transmission. The solicitation emphasizes compliance with specific quality assurance and inspection standards, and it is crucial for bidders to demonstrate their status as authorized distributors of the original manufacturer’s items.
59--CIRCUIT CARD ASSEMB
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of circuit card assemblies, identified by NSN 7R-5998-013123188-EY, with a quantity of four units required for delivery FOB origin. This procurement is critical as the items are flight critical and require engineering source approval to ensure quality, necessitating that only approved sources are solicited for this contract. Interested parties must provide comprehensive documentation as outlined in the NAVSUP Source Approval Information Brochures, and proposals must be submitted within 45 days of this notice, with the primary contact for inquiries being Danielle M. Junod at danielle.m.junod.civ@us.navy.mil. The government intends to negotiate with only one source under FAR 6.302-1, emphasizing the importance of compliance with qualification requirements for award consideration.
59--CIRCUIT CARD ASSEMB, IN REPAIR/MODIFICATION OF
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 and modification of circuit card assemblies. This procurement involves the repair of two each of NSN: 7HH 5998 012249954 VN, with a focus on ensuring compliance with military standards and specifications, as the government does not own the drawings or data rights for this item. The successful contractor will be required to complete a teardown and evaluation within 41 days of receipt and provide a firm-fixed price quote for the full repair effort, including all associated costs. Interested vendors must submit their quotes via email to Sharon Houssou by the specified deadline, and any inquiries should be directed to the same contact. The solicitation emphasizes the importance of timely and quality repairs for national defense purposes, with the contract being subject to the Defense Priorities and Allocations System (DPAS).
CIRCUIT CARD ASSEMB
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 Circuit Card Assemblies. The procurement aims to ensure the operational readiness of critical electronic components, which are essential for various defense applications. The contract will require adherence to strict quality assurance standards and a Repair Turnaround Time (RTAT) of 83 days, with the possibility of increasing quantities under the resultant contract. Interested contractors should submit their quotes, including unit prices and RTAT, to Marcus A. Hill at MARCUS.A.HILL21.CIV@US.NAVY.MIL by the specified deadline, with further details available upon request.
59--CIRCUIT CARD ASSEMB, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the NAVSUP Weapon Systems Support Mechanicsburg, is seeking to procure repair services for a circuit card assembly, identified by NSN 7H-5998-015087782. The procurement is intended for the repair of a specific part, with KATO Engineering being the sole source identified for this requirement, as they are the Original Equipment Manufacturer and the only known provider of the necessary repair support. This circuit card assembly is critical for maintaining operational capabilities, and the contract is expected to last for one year, with a solicitation release anticipated on April 18, 2025, and a closing date of May 18, 2025. Interested parties are encouraged to submit their capabilities to Jessica M. Gershenfeld via email at jessica.m.gershenfeld.civ@us.navy.mil within 15 days of this notice, as the government will consider all proposals received within 45 days.
Repair of NSN: 5895-01-309-3076 ZR Display Module Assembly
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to repair the Display Module Assembly (NSN 5895-01-309-3076 ZR). The procurement involves comprehensive services including Test, Teardown, and Evaluation (TT&E), as well as minor and major repairs to restore the item to a serviceable condition. This assembly is critical for military operations, and the selected contractor will be responsible for ensuring compliance with stringent quality control standards and government specifications throughout the repair process. Interested vendors must submit their proposals by April 24, 2025, and can contact Cydnee Simpson at cydnee.simpson@us.af.mil for further details regarding the qualification requirements and submission guidelines.
CIRCUIT CARD ASSEMB
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of circuit card assemblies. This requirement includes the repair of items specified in the solicitation, with an emphasis on accelerated delivery at no additional cost to the government. The goods are critical for maintaining operational readiness and supporting various defense systems. Interested contractors should note that the contract will include specific requirements for repair turnaround times and throughput constraints, with all proposals due to the primary contact, John Maier, at john.a.maier11.civ@us.navy.mil or by phone at 215-697-2782.