REQUEST FOR INFORMATION - E-3 Diminishing Manufacturing Sources (DMS) Replacement of Avionics for Global Operations and Navigation (DRAGON)
ID: FA8539-25-RFI-DRAGONType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8539 AFSC PZABAROBINS AFB, GA, 31098-1670, 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 Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due May 2, 2025, 9:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is seeking information from potential contractors for the E-3 Diminishing Manufacturing Sources (DMS) Replacement of Avionics for Global Operations and Navigation (DRAGON) program. This initiative aims to identify sources capable of providing repair and maintenance services for upgraded avionics systems in the E-3 AWACS aircraft, which have transitioned to a three-person flight deck and integrated advanced technologies for enhanced operational capability and safety. The selected contractor will be responsible for ensuring that repaired assets meet stringent quality standards and delivery timelines, with a contract duration of one year and four optional years, emphasizing compliance with federal regulations and effective management of government property. Interested parties must submit their responses by April 30, 2025, and can direct inquiries to Andrew Adams at andrew.adams.13@us.af.mil or Michelle Allen at Michelle.allen.2@us.af.mil.

Point(s) of Contact
Files
Title
Posted
Mar 31, 2025, 6:05 PM UTC
The Performance Work Statement (PWS) outlines the requirements for the contractor responsible for the repair of avionics systems under the Diminishing Manufacturing Sources (DMS) Replacement program for Global Operations and Navigation (DRAGON). The contractor is tasked with ensuring repaired assets meet quality standards and delivery deadlines, responding promptly to urgent requests, and communicating effectively about any repair or schedule issues. The USAF will benefit by streamlining repair processes which enhance mission capability and battlefield situational awareness. The contract spans a one-year basic period with four optional years and necessitates adherence to strict quality management and reporting standards. Key aspects include item unique identification for accountability, quality control measures with specific thresholds for performance, and the establishment of mitigation strategies for supply chain risks. Notably, the document emphasizes compliance with applicable security regulations and policies, environmental and safety standards, and proper management of government property. Overall, this PWS supports the USAF's operational effectiveness through efficient avionics repair services, ensuring mission readiness while complying with federal regulations regarding performance and property management.
Mar 31, 2025, 6:05 PM UTC
The government is seeking information regarding potential sources to provide repair and maintenance for the E-3 Diminishing Manufacturing Sources (DMS) Replacement of Avionics (DRAGON). This initiative aims to ensure the operational capability of avionics systems in the E-3 AWACS aircraft, which have undergone substantial upgrades, including a transition to a three-person flight deck and the incorporation of advanced technology like a modern Flight Management System Suite and enhanced safety features. Potential contractors are invited to submit documentation detailing their capabilities, experience, and the ability to manage inventory and repair services for specific National Stock Numbers (NSNs) and Part Numbers (PNs). The government highlights that it does not possess the repair data necessary for this work, making collaboration with firms experienced in the area essential. The request emphasizes that participation in this market research does not guarantee future contracts and that all costs incurred by participating entities are non-reimbursable. Responses are due by April 30, 2025, and extensive information about the businesses and their capacity to meet the requirements is requested to assist in planning and forecasting.
Similar Opportunities
Diffractive Optic Head Up Display (DOH) Electronic Module Assemblies (EMA) Wide Area Conventional (WAC) Electronic Module Assemblies (EMA)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and testing of Diffractive Optic Head Up Display (DOH) and Wide Area Conventional (WAC) Electronic Module Assemblies (EMA) for F-16 Advanced Avionics systems. The contractor will be responsible for restoring these electronic modules to their original specifications and ensuring they meet serviceable “A” condition without altering their functional capabilities. This procurement is critical for maintaining the operational integrity of F-16 aircraft, which are vital to national defense. Interested contractors should contact Jesse Baird at jesse.baird@us.af.mil or Alan Gibson at alan.gibson@us.af.mil for further details, with proposals expected to adhere to stringent quality assurance and inspection requirements as outlined in the associated documentation.
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.
REPAIR SERVICES FOR THE AEWS PROGRAM - NSN: 6130012091573
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for repair services related to the AEWS program, focusing on the power supply with National Stock Number (NSN) 6130012091573QX. The procurement involves the repair of 10 units of the specified power supply, with delivery timelines of 30 days and 120 days after receipt of carcasses, along with various data requirements and documentation as outlined in the associated attachments. This opportunity is critical for maintaining operational readiness of military equipment, ensuring compliance with safety and quality standards throughout the repair process. Interested contractors should direct inquiries to Timothy Howard or Valerie Humphries, with proposals due in accordance with the specified guidelines in the solicitation documents.
AN/ALR-56M Repair of the UP Converter and Frequency Selectable Oscillator
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the AN/ALR-56M UP Converter and Frequency Selectable Oscillator, critical components used in F16 and C130I aircraft. The contractor will be responsible for providing accurate and prompt repair services, along with timely reporting in the Commercial Asset Visibility – Air Force (CAV-AF) system, ensuring compliance with quality control and configuration management standards. This procurement is vital for maintaining the operational readiness of military aircraft systems and includes a focus on small business participation, particularly from women-owned and service-disabled veteran-owned enterprises. Interested parties should contact Michael Turk at michael.turk.6@us.af.mil or Lynsey Eades at lynsey.eades@us.af.mil for further details, as the contract will be awarded under FAR Part 15 procedures with a two-year requirement for firm fixed prices.
FMS Repair Requirement for the country of France, P/N: 1025290G-2
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking qualified vendors to provide repair services for the E2-D Aircraft, specifically for part number 1025290G-2. The procurement involves the supply of labor, materials, and facilities necessary to repair the National Stock Number (NSN) 7RH 1680 015612490, which is categorized under miscellaneous aircraft accessories and components. This repair requirement is critical for maintaining the operational readiness of the E2-D Aircraft, which plays a vital role in naval aviation operations. Interested parties are encouraged to reach out to Devon M. McNamee at 215-917-2782 or via email at devon.m.mcnamee.civ@us.navy.mil for further details regarding this solicitation.
1680-01-610-2343, NRP,CONTROL PANEL C, WSDC: EEN, E2/C2 ALL SERIES AIRCRAFT
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 10 units of the Control Panel C, identified by NSN 1680-01-610-2343 and manufactured by Northrop Grumman Systems Corporation. This acquisition is crucial for maintaining operational capabilities across various aircraft series, emphasizing the need for a higher-level quality system and compliance with specific delivery and inspection requirements. The solicitation is expected to be issued around April 21, 2025, with a closing date on or about May 6, 2025, and interested vendors must be registered in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, potential bidders can contact Joshua Mitchell at joshua.mitchell@dla.mil or by phone at 804-279-2528.
Flat Panel Up Front Controller (FPUFC) - Request for Information
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources capable of repairing the Flat Panel Up Front Controller (FPUFC), identified by NSN 5895-01-530-1899FX and PN A05A0249-12. The government seeks contractors with the necessary repair data, expertise, and capabilities to meet the qualification requirements, as the original manufacturer, L-3 Aviation Products, is currently the sole source for these repair services. This opportunity is critical for maintaining operational readiness, as the FPUFC is essential for the F-15E aircraft, and the government does not own the technical data required for alternative repair methods. Interested parties must submit their capabilities documentation by April 21, 2025, and can direct inquiries to Trinity Choo at trinity.choo@us.af.mil, with additional contacts provided for support.
FMS repair of RADAR SET SUBASSY
Buyer not available
The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is soliciting proposals for the repair of radar set subassemblies associated with the E-2D aircraft. This Request for Quotation (RFQ) outlines the requirements for contractors to restore these government-owned items to operational condition, including necessary labor, materials, and compliance with applicable government standards. The procurement emphasizes the importance of maintaining operational readiness for critical aerospace components while adhering to regulatory frameworks such as the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS). Interested contractors can reach out to Dina Wojciechowski at 215-697-1219 or via email at dina.m.wojciechowski.civ@us.navy.mil for further details regarding the submission process and requirements.
Repair of DISC BRAKE ASSEMBLY NSN 6110015230228 for the GEODSS Program
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the Disk Brake Assembly (NSN 6110015230228) as part of the GEODSS Program. The procurement includes the delivery of three electric brake assemblies, a First Article Test Plan, and a Counterfeit Prevention Plan, with strict adherence to military specifications and quality assurance protocols. These components are critical for the operational safety of the GEODSS system, emphasizing the importance of reliability and compliance in defense contracting. Interested vendors should contact Timothy Howard at timothy.howard.27@us.af.mil or Valerie Humphries at valerie.humphries@us.af.mil for further details, with a delivery deadline set for December 10, 2025, and a focus on a sole-source award to Caliber Sales Engineering, Inc.
Re-manufacture of B-1B Electro-Mechanical Actuator
Buyer not available
The Department of Defense, through the Air Force Sustainment Center at Tinker AFB, is seeking contractors for the re-manufacture of the B-1B Electro-Mechanical Actuator, which is critical for operating valves that control the hydraulically operated speed brakes of the aircraft. The procurement involves comprehensive services including disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing to restore the actuators to like-new condition. This firm fixed price requirements contract is anticipated to last five years, comprising a three-year base period with two one-year options, and requires delivery of two units every 45 days, with an estimated quantity of eight units annually. Interested vendors must submit a Source Approval Request if unqualified, and technical data requests during the pre-solicitation phase should be directed to the provided email contacts. The solicitation is expected to be issued around April 17, 2025, with responses due by May 17, 2025; for further inquiries, contact Cliff Morgan or Matthew Tonay via their respective emails.