Defense Automatic Test Equipment (IATE) Augmentation Equipment (DAAE), (DIG), and (REW) Repair
ID: FA853324R0015Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8533 AFLCMC ROKBROBINS 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
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a contract focused on the repair and maintenance of Defense Automatic Test Equipment (IATE) Augmentation Equipment at various Air Force Bases. The contract entails providing onsite repair services to ensure the operational readiness of ten B-1B Radio Frequency (RF) DAAE systems and seven B-1B Digital DAAE systems, with the goal of achieving Fully Mission Capable (FMC) status for these critical testing stations. This procurement is vital for maintaining the operational capabilities of the B-1B fleet, ensuring that essential electronic warfare systems are functional and reliable. Interested contractors must submit their proposals electronically by May 27, 2025, at 4:00 PM EST, and can direct inquiries to Andrea Livingston at andrea.livingston.1@us.af.mil or Audra Brown at audra.brown@us.af.mil. The contract will be structured as a Firm-Fixed Price and Cost Reimbursement Indefinite Delivery Contract, with a base period of 12 months and four optional ordering periods.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) for Purchase Request FD2060-23-30430 outlines the requirements for onsite repair services of Digital (DIG) and Radio Frequency (RF) Defense Automatic Test Equipment (DAAE) at various U.S. Air Force bases. The objective is to ensure that DAAE test stations achieve Fully Mission Capable (FMC) status, improving operational capability and reducing backorders of critical avionics components for the B-1B Bomber. The contractor is responsible for test, evaluation, and minor repair tasks, alongside documenting findings and quality control measures. Key requirements include strict adherence to delivery timelines for contractual data, maintaining quality standards with minimal rejections, and conducting comprehensive engineering analyses. The contractor must also manage risks associated with counterfeit electronic components and comply with relevant security and safety regulations. Performance will be assessed through regular status reports and reliability metrics, with the contract spanning an initial 12-month period with options for further extension. This acquisition framework ultimately underscores the Air Force’s commitment to enhancing its maintenance capabilities and mission readiness.
    The document appears to be an incomplete or inaccessible government file, likely concerning federal Requests for Proposals (RFPs) or grants at state and local levels. It emphasizes the importance of using compatible software, specifically Adobe Reader, to access the content. The lack of substantive information limits the ability to identify specific topics, key ideas, or supporting details. Moreover, the document's structure primarily addresses technical issues related to PDF viewing rather than providing vital information about government funding or proposals. Therefore, it is crucial for users seeking detailed insights on RFPs or grants to ensure they have the appropriate software to access relevant documents effectively for their projects or applications.
    The document appears to be inaccessible due to compatibility issues with the PDF viewer and provides instructions for upgrading Adobe Reader. There's no substantial content related to federal government RFPs, grants, or other relevant information. Without the actual text, the summary cannot address any key ideas, supporting details, or structure as requested. Therefore, the main topic, purpose, and context regarding government proposals remain undetermined until the content is made available for review.
    The document appears to be a placeholder and does not provide any substantive information or content regarding federal government RFPs, federal grants, or state and local RFPs. It offers instructions for upgrading Adobe Reader to access the intended document, suggesting that the PDF viewer may not support its content. Given the lack of an actual file, no key ideas, supporting details, or specific government-related topics can be summarized or addressed. Consequently, the main purpose of this communication seems to be to inform users of the technical requirements necessary to view the intended content properly. The document underscores the importance of having the appropriate software to access government-related files effectively. Without sufficient information to analyze or summarize, an accurate breakdown of objectives, key components, or recommendations related to RFPs or grants cannot be provided.
    The document appears to be an inaccessible PDF file from the federal government related to Requests for Proposals (RFPs), federal grants, and state and local RFPs. The inability to view its contents suggests a technical issue rather than a substantive narrative. Typically, government documents like RFPs outline funding opportunities and solicitation details for potential contractors and grant applicants. These documents generally include objectives, eligibility requirements, submission guidelines, evaluation criteria, and funding amounts. The primary goal is to facilitate transparency and competition among vendors while ensuring compliance with federal regulations. Given the context of RFPs and grants, this document likely serves as a framework for formal procurement processes within government sectors. However, without direct content to analyze, specific topics and details remain unspecified, limiting the ability to provide a comprehensive assessment.
    The document appears to be an inaccessible PDF file, presumably containing details related to federal government RFPs, federal grants, or state and local RFPs. The central aim of such files typically involves providing guidelines or opportunities for receiving funding or contracts from various levels of government. They often outline eligibility criteria, application processes, funding limits, and project scopes to ensure compliance with governmental standards. Such documents serve as critical resources for organizations seeking to engage with government projects or programs, thereby advancing public service initiatives or community developments. However, due to the unreadable format of this specific document, no specific details or key ideas can be extracted or summarized accurately.
    The document is inaccessible due to technical limitations, as it appears to be a placeholder message from a PDF viewer indicating that the file cannot be displayed. As a result, there are no specific details, key ideas, or topics available for analysis or summarization. Without the actual content of the government file, it is impossible to provide a summary or extract relevant information regarding federal RFPs, grants, or state/local initiatives. Accessing the proper contents of the document or an alternative source is necessary to fulfill the request effectively.
    The document outlines a Request for Proposal (RFP) issued by the United States Air Force for establishing a contract for on-site test, evaluation, and repair services of Defense Automatic Test Equipment Augmentation Equipment. Contractors are required to provide firm fixed prices for repair services and cost reimbursement for travel. The contract anticipates operations at multiple Air Force Bases, with a basic period of 12 months and four optional years. Key provisions include an emphasis on compliance with the Performance Work Statement and the Government Furnished Property guidelines. Contractors must submit proposals electronically and comply with established deadlines and specifications. The contract's structure allows for ordering of services as needed and clarifies that estimated quantities are not guarantees. Overall, the RFP aims to enhance operational capability through effective repair and maintenance of critical testing equipment while ensuring adherence to strict governmental and regulatory standards.
    The Performance Work Statement (PWS) outlines the services required for onsite repair of the Digital Defense Automatic Test Equipment (DAAE) systems at Dyess and Ellsworth Air Force Bases. The objective is to enhance operational test capabilities, reduce backorders for avionics components, and increase the mission readiness of the B-1B fleet. The contractor will perform testing, evaluation, and repairs to ensure all DAAE systems are fully mission-capable. Key responsibilities include adherence to strict delivery timelines for data, quality management standards, and compliance with safety regulations. The Contractor must maintain high standards in performance metrics, with no significant late submissions or rejections of deliverables. Moreover, the contractor is required to adopt counterfeit parts prevention systems and engage in the Government Industry Exchange Program (GIDEP) for reporting deficiencies. The contract spans 12 months, with potential extensions, and mandates that contractors meet security requirements to access government facilities. Overall, the document emphasizes the importance of maintaining reliable electronic warfare systems crucial for national defense, ensuring that the required repairs are conducted efficiently while upholding stringent quality and safety protocols.
    This document presents the Wage Determination No. 2015-4495 issued by the U.S. Department of Labor under the Service Contract Act, detailing minimum wage rates for various occupations in selected counties of Georgia. It specifies wage rates based on contracts awarded before and after January 30, 2022, citing Executive Orders 14026 and 13658. The minimum hourly wage is set at $17.75 for contracts post-January 30, 2022, and $13.30 for contracts awarded between January 1, 2015, and January 29, 2022, unless higher rates apply. The document outlines prevailing wages for a broad range of occupations, such as administrative support, automotive service, food service, health occupations, and more, including fringe benefits. Additionally, it includes guidelines for contractors on health benefits, vacation, holidays, and paid sick leave under Executive Order 13706. The wage determination aims to ensure fair compensation in service contracts and outlines the responsibilities for conforming classifications and wage rates, emphasizing worker protection and compliance with federal labor laws. These mandates are critical for RFP submissions and federal grants that involve service contracts, reinforcing standards for workers in various industries.
    The document outlines Wage Determination No. 2015-5211, issued by the U.S. Department of Labor under the Service Contract Act. It specifies the minimum wage and fringe benefits required for federal contracts in Texas, particularly in Callahan, Jones, and Taylor Counties. Minimum wage rates are determined by the type of contract and its effective date, with rates set at $17.75 per hour for contracts post-January 30, 2022, and $13.30 for contracts awarded between January 1, 2015, and January 29, 2022. The document lists numerous occupations along with corresponding wage rates, emphasizing compliance with federal regulations regarding compensation, paid sick leave, and fringe benefits. Key benefits include health and welfare payments, paid vacation, and paid holidays, ensuring workers are compensated fairly. Additionally, it outlines the procedures for conforming wage rates for unlisted job classifications, vital for contractors to follow for compliance. The document underscores regulatory requirements applicable to government contracts, reflecting the government's approach to ensuring fair labor conditions while managing federal grants and local RFPs.
    The U.S. Department of Labor's Wage Determination No. 2015-5377 outlines required wage rates under the Service Contract Act, effective for contracts in specified South Dakota counties. For contracts initiated after January 30, 2022, workers must receive at least $17.75 per hour, while contracts between January 1, 2015, and January 29, 2022, remain at a minimum of $13.30. Specific job titles across various occupational categories, including administrative support, automotive services, and health occupations, have designated wage rates. The document also specifies additional benefits such as health and welfare compensation, vacation time, and holiday pay. Notably, it emphasizes compliance with Executive Orders related to paid sick leave and mandates that contractors adhere to fringe benefit standards. A conformance process for unlisted job classifications is detailed, ensuring that workers receive fair wages relative to their responsibilities. This wage determination is integral for federal contractors, ensuring compliance with federal labor standards while promoting fair compensation and worker protections.
    Similar Opportunities
    VDATS Support Equipment Rhodes & Schwartz
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of VDATS support equipment kits, including RF, AB-19, SASI, PM, SIG GEN, and VDATS XC Kits, under solicitation FA857926R00010001. This firm-fixed-price requirements contract is set for a five-year period, with an estimated quantity of five units per kit for each of the five ordering periods, and is specifically set aside for Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). The equipment is crucial for measuring and testing electrical signals, and all kits will be inspected and accepted at Robins AFB in Georgia. Interested offerors must provide a financial capability statement, substantiating documentation, and detailed pricing information, with proposals due by the specified deadline. For further inquiries, contact Jonathon VanBrunt at jonathon.vanbrunt@us.af.mil or Valerie Evans at valerie.evans.1@us.af.mil.
    16--ANTENNA EFA, IN REPAIR/MODIFICATION OF (AMENDED)
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of the Antenna EFA, as outlined in solicitation N00383-25-R-D049. The procurement requires contractors to provide comprehensive repair services, including testing and inspection, with a desired turnaround time of 200 days and a throughput of one unit per month. This opportunity is critical for maintaining operational readiness of military aircraft, ensuring that essential components are restored to a serviceable condition. Interested contractors must submit their proposals by the extended deadline of October 10, 2025, and can direct inquiries to Christian M. Markle at 771-229-0508 or via email at CHRISTIAN.M.MARKLE.CIV@US.NAVY.MIL. The estimated value for repairs determined to be Beyond Economical Repair (BER) is set at $625,287.08.
    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.
    RECEIVER TRANSMITTER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of Receiver Transmitters, specifically for the B-2 aircraft. This contract involves the supply of 14 units of the Receiver Transmitter, which facilitates two-way voice communication between the aircraft and other vehicles or surface stations, and is constructed from metal alloy with electronic components. Interested vendors should note that the estimated issue date for the Request for Proposal (RFP SPRTA1-26-R-0134) is December 26, 2025, with a closing date of January 26, 2026, and inquiries can be directed to Michael Hannan at Michael.Hannan.1@us.af.mil or by phone at 385-591-3092. The contract will not be set aside for small businesses, and all proposals must be submitted within 45 days of the notice publication.
    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.
    Common Data Entry Electronic Unit (CDEEU)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Common Data Entry Electronic Units (CDEEU) and associated components, primarily for F-16 aircraft, under solicitation FA8251-26-R-0002. The contractor will be responsible for testing and repairing various National Stock Number (NSN) items to a serviceable “A” condition, adhering to OEM specifications and ISO 9001-2015 quality standards, with deliveries expected to commence 30 to 60 days after receipt of assets. This procurement is critical for maintaining the operational readiness of F-16 avionics, ensuring that essential components are restored to functionality. Interested contractors should contact Piper Martin at piper.martin@us.af.mil or Jesse Baird at jesse.baird@us.af.mil for further details, and are encouraged to review the solicitation documents for specific requirements and deadlines.
    Overhaul of B-1 Electro-Mechanical Actuator NSN 1680015097158RK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting offers for the overhaul of B-1 Electro-Mechanical Actuators (NSN 1680015097158RK) under Solicitation Number FA8118-26-R-0002. This procurement involves a five-year, firm-fixed-price requirements contract, which includes a three-year basic period from 2025 to 2028 and two one-year option periods extending to 2030. The overhaul of these critical components is essential for maintaining the operational readiness and performance of the B-1 aircraft, which plays a vital role in national defense. Interested contractors must submit their proposals by the extended deadline of January 7, 2026, at 1:00 PM, and can direct inquiries to Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further information.
    Common Armament Tester for Fighter (CAT-F)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Common Armament Tester for Fighter (CAT-F) program, aimed at developing, manufacturing, and sustaining armament testers for F-16, F-15, and A-10 aircraft. This procurement involves creating a versatile armament tester capable of performing essential maintenance tasks, including Preload, Clean Wing, and Fault Isolation Requirements at both O-Level and I-Level Maintenance. The selected contractors will be responsible for delivering prototypes and subsequent production units, with a total maximum contract value estimated at $420,430,000.00, and the contract period includes a one-year basic term with four one-year options. Interested parties should direct inquiries to Oya Harrison at oya.harrison.1@us.af.mil or Alexis Davis at alexis.davis.13@us.af.mil, noting that the proposal due date is currently indefinite due to a protest, with updates to be provided in forthcoming amendments.
    Remanufacture of B-1B Electro-Mechanical Actuator.
    Dept Of Defense
    The Department of Defense, through the United States Air Force, is seeking contractors for the remanufacture of B-1B Electro-Mechanical Actuators, which are critical components for aircraft yaw trim functionality. The procurement involves a firm-fixed-price, 5-year requirements contract that includes a 3-year basic period and a 2-year option, with an estimated annual requirement of 12 units. This initiative is vital for maintaining the operational readiness and safety of the B-1B aircraft fleet. Interested parties should note that the solicitation is expected to be released around December 31, 2025, and must direct inquiries to Jessica Vinyard or M. Ryan Churchwell via the provided email addresses. Offerors are required to comply with qualification requirements and submit a DD Form 2345 for technical data access.
    Repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is issuing a solicitation for the repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW, under a firm-fixed price indefinite-delivery requirements contract. The procurement involves comprehensive repair services, including minor and major repairs, as well as handling units deemed Beyond Economically Repairable (BER) and Beyond Physical Repair (BPR). This equipment is critical for monitoring and controlling avionics systems in the B-2 aircraft, ensuring operational readiness and safety. Interested contractors must submit their proposals by January 8, 2026, and can direct inquiries to Morgan Wallar Larsen at morgan.wallarlarsen@us.af.mil or Lance Culver at jimmy.culver@us.af.mil.