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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    59--CIRCUIT CARD ASSEMB, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    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 7H-5998-013864016, with a quantity of 30 units required for delivery to DLA Distribution in New Cumberland, PA. This procurement necessitates engineering source approval to ensure the quality of the parts, as the approved sources possess unique design capabilities and technical data essential for the manufacturing and repair processes. Interested parties are encouraged to submit their interest and capability statements within 45 days of this notice, as the government intends to negotiate with only one source under FAR 6.302-1. For further inquiries, potential bidders can contact Sarah Haley at (717) 605-3550 or via email at SARAH.R.HALEY2.CIV@US.NAVY.MIL.
    59--CIRCUIT CARD ASSEMB, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanics, is seeking to procure two circuit card assemblies under a presolicitation notice. The procurement involves the repair and modification of a specific part identified by NSN 7H-5998-015064159, with the government indicating that it does not own the necessary data or rights to purchase or contract repair from alternative sources, making reverse engineering uneconomical. This procurement is critical for maintaining operational capabilities, and interested parties are encouraged to express their interest and capability to meet the requirement within 15 days of this notice. For further inquiries, interested vendors can contact Derek Ford at (717) 605-4385 or via email at DEREK.J.FORD@NAVY.MIL.
    59--CIRCUIT CARD ASSEMB
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of Circuit Card Assemblies. This procurement requires compliance with specific quality assurance standards and documentation, including adherence to MIL-STD-130 for item identification and various codes for design changes. The Circuit Card Assemblies are critical components used in military applications, ensuring operational reliability and performance. Interested vendors must submit their proposals via NECO or email to the primary contact, Logan Mann, at LOGAN.W.MANN.CIV@US.NAVY.MIL, with a delivery timeline of 900 days from the contract award. The solicitation emphasizes the importance of being an authorized distributor of the original manufacturer's item for consideration in the award process.
    59--CIRCUIT CARD ASSEMB, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanics, is seeking to procure 22 units of the Circuit Card Assembly for repair and modification purposes. This procurement is critical as the government does not possess the data or rights necessary to purchase or contract the repair of this part from alternative sources, making it uneconomical to reverse engineer. Interested vendors must include their CAGE code in solicitation requests and may express their interest and capability to meet the requirement within 45 days of this notice, with the understanding that the government intends to negotiate with only one source under FAR 6.302-1. For further inquiries, interested parties can contact Kathleen Byrne at (717) 605-3918 or via email at KATHLEEN.J.BYRNE.CIV@US.NAVY.MIL.
    59--CIRCUIT CARD ASSEMB, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    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. The procurement aims to ensure that the repaired items meet operational and functional requirements as specified by unique Cage Codes and reference numbers, adhering to strict quality assurance and inspection standards. These circuit card assemblies are critical components used in various defense systems, emphasizing the importance of timely and compliant repairs to maintain operational readiness. Interested contractors should submit their quotes, including pricing and repair turnaround time, to the primary contact, Christian D. Spangenberg, at 717-605-5192 or via email at CHRISTIAN.D.SPANGENBERG2.CIV@US.NAVY.MIL, as part of the solicitation process.
    CIRCUIT CARD ASSEMB
    Dept Of Defense
    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 these critical electronic components, which are essential for various defense systems. The contract will require bidders to provide a Repair Turnaround Time (RTAT) of 120 days, with all repairs subject to Government Source Inspection. Interested contractors should submit their quotes, including pricing and capacity constraints, to Nicole Diehl at NICOLE.A.DIEHL.CIV@US.NAVY.MIL or by phone at 717-605-5415. The solicitation is open for responses, and the contract will be awarded bilaterally upon acceptance.
    CIRCUIT CARD ASSEMB
    Dept Of Defense
    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 systems. The government requires a Repair Turnaround Time (RTAT) of 780 days and emphasizes the importance of compliance with quality assurance standards throughout the repair process. Interested contractors should submit their quotes, including unit prices and RTAT, to Genevieve E. Miller at GENEVIEVE.E.MILLER2.CIV@US.NAVY.MIL or by phone at 717-605-6457, with the solicitation details available for review.
    59--CIRCUIT CARD ASSEMB- AND SIMILAR REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanics, is seeking to procure circuit card assemblies and similar replacement parts for repair and modification purposes. The procurement involves a quantity of 194 units of National Stock Number (NSN) 7H-5998-014841478, with delivery terms set as FOB Origin, and is intended to be solicited and negotiated with only one source due to the government's determination that it is uneconomical to acquire the necessary data or rights for competitive procurement. Interested parties are encouraged to express their interest and capability to fulfill the requirement within 45 days of the notice, with a forthcoming solicitation expected around February 19, 2025. For further inquiries, potential vendors can contact Amber Wale at (717) 605-2541 or via email at amber.wale@navy.mil.
    59--CIRCUIT CARD ASSEMB, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    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. This sole-source requirement necessitates that the contractor possess Government Source Approval prior to award, as the Government lacks sufficient data to contract with other sources. The circuit card assemblies are critical components used in various defense systems, and the successful contractor will be responsible for ensuring compliance with stringent repair and testing procedures outlined in the Statement of Work. Interested parties must submit their proposals, including necessary documentation for source approval, to Danielle Junod at danielle.m.junod.civ@us.navy.mil, with proposals remaining valid for a minimum of 120 days following submission.
    NIIN: 01-560-2895/ NOMEN: RECEIVER-TRANSMITTE
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Weapon Systems Support (NAVSUP WSS), is soliciting quotes for the repair of two RECEIVER-TRANSMITTER units (NSN: 7R 5841 015602895, Part Number: 264A020-1) under a sole-source requirement for Foreign Military Sales (FMS) Case: SR-P-MAL. Contractors are required to provide either a firm-fixed price or time and materials pricing, along with estimated repair costs, while adhering to strict compliance with packaging, marking, inspection, and quality assurance standards, including MIL-STD-2073-1 and ISO 9001. The successful contractor will be responsible for ensuring timely delivery of the repaired units within 365 calendar days from the award date, with the performance period spanning from December 16, 2025, to March 16, 2026. Interested parties should direct inquiries to Kate N. Schalck at KATE.N.SCHALCK.CIV@US.NAVY.MIL for further details.