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 WNKABROBINS 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 to provide onsite repair services for Defense Automatic Test Equipment (IATE) Augmentation Equipment (DAAE) at various Air Force bases. The contract aims to ensure the operational readiness of ten B-1B Radio Frequency (RF) DAAE units and seven B-1B Digital DAAE units, requiring contractors to perform testing, evaluation, and repair services to achieve Fully Mission Capable (FMC) status. This procurement is critical for maintaining the functionality of essential testing equipment used in the B-1B Bomber program, with the contract structured as a Firm-Fixed Price and Cost Reimbursement Indefinite Delivery Contract over a base period of 12 months, followed by four optional years. Interested contractors must submit their proposals electronically by April 10, 2025, and can direct inquiries to Andrea Livingston or Audra Brown via the provided email addresses.

    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.
    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
    PR 24-00065 Repair of Chassis Plug-In Unit
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair, calibration, and testing of the Chassis Plug-In Unit, a critical electronic component used in the Fire Control System Test set for military aircraft. This five-year contract, which includes a basic year and four option years, requires compliance with stringent performance standards and the management of government property, ensuring that repairs meet original equipment manufacturer (OEM) specifications. The successful contractor will be responsible for adhering to various federal regulations, including packaging and transportation requirements, as well as maintaining high-quality standards throughout the contract duration. Interested vendors should contact Brayan Rubalcava at brayan.rubalcava@us.af.mil or Steve Renfroe at Carlos.renfroe.1@us.af.mil for further details, with proposals due by April 11, 2025.
    REPAIR SERVICES JTE PROGRAM
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Repair Services JTE Program, focusing on the teardown, testing, and evaluation of motor controllers. Contractors are required to meet stringent military standards for inspection, testing, and potential repair of the specified equipment, ensuring compliance with quality assurance protocols and timely deliverables. This procurement is critical for maintaining the operational efficiency and reliability of defense equipment, with a bid submission deadline set for March 12, 2025. Interested parties can contact John Prather at john.prather.3@us.af.mil or by phone at 801-586-3463 for further details.
    REPAIR OF B-1 INTEGRATED BATTLE STATION PROCESSOR SRUS
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B-1 Integrated Battle Station Processor SRUS, with the contract number FA8117-23-R-0015. The procurement aims to ensure the operational readiness of critical electronic systems used by the Air Force, requiring contractors to adhere to strict quality assurance standards and timely delivery schedules. This opportunity is vital for maintaining the functionality of the B-1 aircraft, with a proposal submission deadline extended to April 30, 2025. Interested parties can reach out to Michael Shand at michael.shand@us.af.mil or David Herrig at david.herrig.1@us.af.mil for further inquiries.
    FA822025RB004 F-4 Repair and Overhaul
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and overhaul of F-4 aircraft components under contract number FA822025RB004. This procurement aims to support Foreign Military Sales (FMS) countries by ensuring the maintenance and operational readiness of critical military assets through comprehensive repair services, including teardown, testing, evaluation, and acceptance of various components. The contract emphasizes compliance with federal acquisition regulations and includes specific requirements for Technical Data Packages (TDPs) and performance evaluations. Interested contractors must acknowledge receipt of amendments and submit their proposals by the extended deadline of March 21, 2025, at 1400 MST. For further inquiries, potential bidders can contact Danielle Stiff at danielle.stiff.1@us.af.mil or call 1-801-777-8416.
    Repair of the SEM/EDX JetSCAN Equipment
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Scanning Electron Microscopes (SEM/EDX), focusing on the inoperable JetSCAN equipment. The procurement aims to establish a firm fixed price contract that includes identifying, troubleshooting, and repairing the JetSCAN machines, along with providing a three-day user training course and monthly status reports for data trend analysis. These services are crucial for maintaining the operational readiness of high-value scientific equipment used by the U.S. Air Force. Proposals are due by January 16, 2025, and interested contractors can reach out to Jordan Rausch at jordan.rausch@us.af.mil or Lance Culver at jimmy.culver@us.af.mil for further information.
    REPAIR SERVICES ECA, RFGU, SYNTH, 2-18 GHz DW, ECA, RFGU, SYNTH, .5-18 GHz DW
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide repair services for electronic components, including the 2-18 GHz and 0.5-18 GHz digital waveforms, as part of a Sources Sought notice. Interested parties must demonstrate their capability to repair specific components, including the NSN 5998-01-598-5645 and P/N 903-5004068, by submitting a detailed qualification test plan, a qualification article, and a complete data package, with estimated costs for testing around $13,000 and a completion timeline of approximately 90 days. These components are critical for the AN/TSQ-T10 Joint Tactical Terminal (JTE) system, emphasizing the importance of reliability and compliance with military standards. For inquiries, potential offerors can contact Chao Chin at chao.chen.1@us.af.mil or John Prather at JOHN.PRATHER.3@US.AF.MIL, with the understanding that foreign participation at the prime contractor level is prohibited.
    Keithley Systems Service
    Buyer not available
    The Department of Defense, through the Defense Microelectronics Activity (DMEA), is soliciting proposals for the Keithley Systems Service, specifically targeting maintenance and support for Keithley test systems, including the S530 and 4200A models. The procurement aims to ensure accurate calibration, repair, and technical support for DMEA-owned equipment, which is critical for testing wafers produced for defense microelectronics applications. This firm-fixed-price contract will be awarded based on best value, with a submission deadline for quotes set for 2:00 p.m. PST on March 19, 2025. Interested contractors should direct inquiries to Zonel Laborde at zonel.laborde.civ@mail.mil, noting that the contract is contingent on funding availability and emphasizes compliance with federal acquisition regulations.
    Versatile Depot Automatic Test Station (VDATS) DA 2 and AB-8 Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the repair of the Versatile Depot Automatic Test Station (VDATS) DA 2 and AB-8. This procurement aims to ensure the operational readiness of critical aircraft components and accessories by maintaining and repairing essential testing equipment. The opportunity is set aside for small businesses under the Total Small Business Set-Aside program, emphasizing the importance of supporting small enterprises in the defense sector. Interested parties should reach out to Kayla Flores at kayla.flores@us.af.mil or call 801-777-3280 for further details regarding this opportunity.
    Repair services for the CRC TPS-75 program NSN 5840-01-538-6564
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for repair services related to the CRC TPS-75 program, focusing on the frequency generator identified by NSN 5840-01-538-6564. The procurement requires contractors to perform comprehensive inspection, testing, and restoration services, adhering to strict quality standards and documentation protocols, including Electrostatic Discharge (ESD) control and counterfeit prevention measures. This equipment is critical for military operations, necessitating that all repairs meet the standards of new items to ensure operational readiness. Interested contractors should contact Valerie Humphries at valerie.humphries@us.af.mil or Timothy Howard at TIMOTHY.HOWARD.27@US.AF.MIL for further details, with proposals due by March 31, 2025.
    Flight Data Recorder
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of KC-135 Flight Data Recorders under solicitation number FA8117-25-R-0007. Contractors are required to demonstrate their capabilities in providing high-quality repair services that comply with ISO 9001:2015 standards, including adherence to stringent counterfeit prevention measures and effective supply chain risk management. The Flight Data Recorders are critical components for military operations, ensuring the reliability and safety of aircraft systems. Proposals are due by March 13, 2025, and interested parties can contact Tanner Mullins at tanner.mullins.1@us.af.mil or Sheila M. Thee at sheila.thee@us.af.mil for further information.