REPAIR SERVICES CRC TSP-75 PROGRAM
ID: FA825025Q0004Type: Combined Synopsis/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

RADAR EQUIPMENT, EXCEPT AIRBORNE (5840)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide repair services for the Sensitivity Time Control (STC) Interface Board Assembly, part of the TPS-75 radar system. The procurement includes comprehensive repair services, which may involve teardown, evaluation, and various levels of repair, ensuring that the equipment meets stringent military performance standards. This opportunity is critical for maintaining operational readiness and effectiveness of radar systems used in military operations. Interested small businesses must submit their proposals by March 24, 2025, and can direct inquiries to John Prather at john.prather.3@us.af.mil or by phone at 801-586-3463.

    Point(s) of Contact
    Files
    Title
    Posted
    The CAV AF Reporting Requirements document outlines the contractor obligations for reporting government-owned asset status within the CAV AF system. It mandates accurate tracking of assets at contractor repair facilities, requiring daily updates and timely reporting of maintenance actions. Contractors must utilize current user guides, submit System Authorization Access Requests, and complete annual DoD IA CyberAwareness training to maintain access. Specific guidelines address inventory operations, including handling Not-on-Contract items, ensuring compliance with shipping and receipt documentation requirements, and managing discrepancies during shipments. The document emphasizes the importance of precise data reporting to avoid systemic errors that could affect government inventory management. Additionally, it provides contact information for support and assistance from various Air Force Base representatives, fostering communication between contractors and the government. Adherence to these requirements is vital for program integrity and effective asset visibility within Air Force operations.
    The document is a Request for Quotations (RFQ) from the Department of the Air Force, specifically concerning the procurement of repair services for a Sensitivity Time Control (STC) Interface Board Assembly. It details the requisition number, issue date, and buyer's contact information. The RFQ is not set aside for small businesses and requests quotation submissions by March 24, 2025. The RFQ outlines three Contract Line Item Numbers (CLINs)—firm-fixed price for teardown and evaluation (CLIN 0001), minor repairs to be negotiated (CLIN 0002), and a not-to-exceed price for major repairs (CLIN 0003). It emphasizes the need for proposals to comply with qualification requirements and mandates proper documentation for the repair process. The document underscores that the quotes should be valid for 90 days and outlines the responsibilities of the Contracting Officer's Representative (COR), including verification of asset visibility inputs and payment processing. Various clauses relevant to government contracts are stipulated, focusing on compliance, inspections, and delivery specifications, alongside an emphasis on sustainability and responsible sourcing. This RFQ represents a structured approach to service procurement by the Air Force, ensuring compliance with federal regulations while fostering accountability and efficiency in the contracting process.
    The document details a controlled item designated as the Sensitivity Time Control (STC) Interface Board Assembly, identified by NSN 5840011580152ZR. The item is characterized by specific dimensions (18” length, 12” width, 3.5” height) and weight (2.65 lbs), made of PCB material, and includes an ESD-sensitive warning. The report was created by Isaias M. Rodriguez from the 415 SCMS/GUMAC, providing contact information for inquiries. The item has a criticality code of D and requires demilitarization. Additionally, it holds a security classification of 7 and is classified under the MDC ZAB with ES code 2L. The document emphasizes the importance of the item in military operations, highlighting its sensitive and regulated nature, which necessitates careful handling in accordance with federal contracting practices. This summary serves to inform potential bidders or stakeholders in government procurement about specifications and handling requirements for the assembly within the context of federal RFPs.
    The document outlines packaging requirements for wood packaging materials (WPM) in compliance with international standards, particularly addressing concerns about invasive species like the pinewood nematode. All wooden components used in packaging must be made from debarked wood and heat-treated to specific temperatures to ensure they meet phytosanitary regulations. This is relevant for military shipments and logistics centers, emphasizing the need for certification from accredited agencies. Key items specified in the document are associated with unique identification codes and contain detailed instructions for preservation levels and methods. Additional packaging and marking standards are mandated in alignment with military specifications (MIL-STD-2073-1 and MIL-STD-129) that detail how items should be marked for shipping and storage. The document serves as a guideline for vendors and packaging specialists to ensure compliance with government regulations related to packaging materials, thereby safeguarding against potential ecological threats while facilitating efficient global trade practices. The contact for the packaging specialist and an official signature are also included in the document for credibility and communication purposes.
    The document outlines a Performance Work Specification (PWS) from the Department of the Air Force concerning the repair and restoration of a specific radar control unit (National Stock Number: 5840-01-158-0152). The contractor is tasked with providing facilities, parts, and services to inspect, test, and potentially restore the item to a serviceable condition. The work scope includes four possible levels of service: Test, Teardown, and Evaluation (TT&E) only; TT&E with Minor Repair; TT&E with Moderate Repair; and TT&E with Major Rebuild, depending on the condition of the unit. Key requirements emphasize ensuring the repaired item meets new performance standards, managing electrostatic discharge, and maintaining rigorous quality control with a failure reporting system. The document stresses the importance of proper handling, packaging, and shipping of the unit and associated materials, alongside necessary security measures. Additionally, it mandates the contractor to develop a Counterfeit Prevention Plan to mitigate the risks of counterfeit parts in compliance with military standards. This PWS reinforces the Air Force's commitment to maintaining operational integrity while adhering to strict guidelines and regulations throughout the repair process.
    The document outlines the Repair Data List for a specific control item, identified by National Stock Number (NSN) 5840011580152ZR, designated for sensitivity controls. The information includes various parts with details such as Cage Codes, reference numbers, repair codes, and available documentation related to their technical specifications. Two critical entries detail components associated with the control item: the "CONTROL, SENSITIVITY" and the “BOARD ASSEMBLY, STC INTERFACE," both linked to personnel named Isaias M. Rodriguez, with data availability marked accordingly. The document also indicates classifications related to furnished technical data, ranging from classified documents to vendor data. This information is relevant within the context of government Requests for Proposals (RFPs) and grants, as it provides potential contractors with essential details for repairs and maintenance of government property, ensuring compliance with regulatory requirements and efficient project management.
    The Statement of Work outlines the requirements for military packaging, emphasizing adherence to various Department of Defense (DoD) standards, such as MIL-STD 2073-1 and MIL-STD 129. The contractor is obligated to follow strict guidelines for preservation, packaging, labeling, and marking, particularly for hazardous materials, ensuring compliance with international regulations such as the International Civil Aviation Organization (ICAO) and U.S. federal regulations. The document details the use of Special Packaging Instructions (SPI) and specifies the management of reusable containers, requiring safeguards and proper disposal of unserviceable packaging. Additionally, the contractor must utilize the Special Packaging Instructions Retrieval & Exchange System (SPIRES) for packaging details and the Web Supply Discrepancy Report (WebSDR) for reporting discrepancies. The Statement emphasizes the importance of compliance with all applicable military and federal documents, reinforcing the importance of safety, proper packaging practices, and accountability in military logistics operations. This document serves as a critical guide for contractors involved in the procurement and packaging processes within government contracting, ensuring that all materials are packaged and labeled correctly for military use.
    The document outlines the qualification requirements for becoming an approved source for the repair of the Radar Control unit (NSN: 5840-01-158-0152, P/N: 1D18131G01) used in the TPS-75 radar system. Key steps include notifying the government of qualification intent, certifying access to necessary facilities for testing, and confirming possession of complete and accurate repair data. Offerors must also provide evidence of compliance with government specifications and a comprehensive qualification test plan for performance evaluation. The estimated cost for qualification efforts is $6,000, with completion anticipated within 30 days. Notably, the requirements emphasize that potential offerors may still submit bids while demonstrating their compliance before contract award. A waiver for qualification may be granted under specific criteria, such as prior experience with similar items or ownership changes affecting the potential source. Overall, the document aims to establish clear standards and procedures for firms interested in contracting for the repair of the Radar Control unit under federal procurement processes.
    The document pertains to a federal procurement solicitation involving transportation data associated with military logistics. It outlines crucial details regarding purchase instrument number FD20202500592-00, intended for shipments to specific Department of Defense (DoD) facilities, notably Hill Air Force Base. The primary focus is on transportation provisions, including terms of freight, shipment marking requirements, and the need for coordination with the Defense Contract Management Agency (DCMA) for shipping instructions. The file includes multiple line items, all directed to the same shipping address, each identified by unique National Stock Numbers (NSN). Furthermore, it emphasizes the importance of adherence to regulatory clearances, necessary communications with DCMA prior to shipment, and the potential financial implications of non-compliance. Each item also contains procurement fund allocations and contact information for transportation coordination. This document is integral to federal government RFP processes, serving to ensure compliance and efficiency in logistics and transportation for military supplies. The specifics it contains are vital for vendors to facilitate timely and accurate deliveries within legal frameworks and budget allocations.
    The document outlines the IUID (Item Unique Identification) checklist as mandated by DFARS 252.211.7003, detailing the requirements for marking items that necessitate IUID. Specifically, it references an item with the NSN 5840011580152ZR, classified as a control sensitivity initiator, and identifies Dam Nghia T as the contact person from the 415 SCMS organization. Marking is required to follow the latest version of MIL-STD-130. The document includes specifics on engineering drawings and a reference number associated with the item. It also indicates that the item is categorized as an embedded item related to the referenced NSN. The listing emphasizes compliance with standardized marking guidance, potentially relevant for government contracts and requisitions across federal and local agencies. Compliance with these guidelines supports tracking and management of military assets in response to procurement requests.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    Repair of NSN 5996-00-572-1617
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the amplifier subassembly identified by National Stock Number (NSN) 5996-00-572-1617, which is critical for the AN/TPS-75 weapon system. The procurement involves comprehensive inspection, testing, and restoration services, categorized into three phases: Test, Teardown, and Evaluation (TT&E); TT&E and Minor Repair; and TT&E and Major Repair, with a focus on maintaining performance standards equivalent to new items. This amplifier subassembly plays a vital role in aerial surveillance operations, underscoring its importance to military capabilities. Interested contractors should contact Tracy Powell at tracy.powell.5@us.af.mil or call 801-777-6355 for further details, with proposals expected to adhere to stringent quality assurance and packaging standards as outlined in the solicitation documents.
    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 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.
    Repair of NSN 5950000238464 Coil, Electrical
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of an electrical coil, identified by NSN 5950-00-023-8464, which is critical for the AN/TPS-75 Radar Control and Reporting Center. Contractors are required to provide comprehensive repair services, including testing, evaluation, and adherence to strict quality standards, with an estimated cost for testing and evaluation around $3,000. This procurement is vital for maintaining the operational integrity of essential defense systems, and it is set aside exclusively for small businesses under the SBA guidelines. Interested parties should contact Valerie Humphries at valerie.humphries@us.af.mil or Timothy Howard at TIMOTHY.HOWARD.27@US.AF.MIL for further details, with the expectation that qualification completion will take approximately 60 days.
    TACAN Radio Control Set
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide maintenance and repair services for the TACAN Radio Control Set, a critical component for enhancing operational readiness for the United States Air Force, Navy, and Coast Guard. The contractor will be responsible for ensuring compliance with Original Equipment Manufacturer (OEM) specifications, managing government property, and adhering to rigorous quality assurance protocols while avoiding counterfeit parts. This contract, which will be executed at the contractor's facility in Warner Robins, Georgia, emphasizes the importance of timely delivery and effective communication regarding repair statuses. Interested vendors can contact Clyde Kincaide at clyde.kincaide@us.af.mil or by phone at 478-926-6773 for further details.
    F16_APG68_RadarDualModeTransmitter_PN772R0225G01_NSN5598012031936
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources to repair the RF Controller (Part Number 772R025G01) associated with the F-16 C/D AN/APG-68 Radar Dual Mode Transmitter. Interested contractors must meet stringent qualification requirements, including demonstrating access to necessary facilities and equipment for repair, inspection, and testing, as well as providing a complete data package that includes relevant drawings and specifications. This RF Controller is critical for the operational capabilities of the F-16 aircraft, and the repair process must comply with government standards to ensure reliability and performance. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil for further details, with an estimated qualification cost of $5,000 and a completion timeline of approximately 270 days.
    F16_ANAPG_68_RadarDualModeTransmitterNSN5998013035872PN762R831G01
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources for the repair and maintenance of the RF Controller (NSN: 5998-01-303-5872, P/N: 762R831G01) used in the F-16 C/D AN/APG-68 Radar Dual Mode Transmitter. Interested offerors must meet stringent qualification requirements, including the ability to certify access to necessary facilities and equipment, provide a complete data package, and undergo a rigorous testing and evaluation process to demonstrate compliance with government standards. This procurement is critical for maintaining the operational readiness of the F-16 radar systems, ensuring that the RF Controller functions effectively within military operations. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil or by phone at 7772211 for further details, as the qualification process is estimated to take approximately 270 days and may incur costs around $5,000.
    Repair of AN/APG 68 F-16 C/D Multi SRU Repair
    Buyer not available
    The Department of Defense, specifically the United States Air Force, is seeking contractors capable of performing repair services for the AN/APG 68 F-16 C/D Multi System Repair Units (SRUs). This initiative is part of a market research effort to identify potential vendors and assess the feasibility of establishing a Small Business Set-Aside for the project, which falls under NAICS Code 811210 for Electronic and Precision Equipment Repair. The repair services are critical for maintaining the operational readiness of F-16 aircraft, ensuring that these essential components are functional and reliable. Interested parties, particularly small businesses, are invited to submit their qualifications and relevant experience by March 13, 2025, with inquiries directed to Darin Rector at daren.rector@us.af.mil or Hunter Doney at hunter.doney@us.af.mil.
    REPAIR OF RECEIVER TRANSMITTER
    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 receiver transmitters. This procurement aims to ensure the operational readiness and reliability of radar equipment, specifically under the NAICS code 334511, which encompasses search, detection, navigation, guidance, and related systems. The repair services are critical for maintaining the functionality of radar systems, which play a vital role in defense operations. Interested vendors can reach out to Charles Horan at 215-697-1303 or via email at charles.f.horan@navy.mil for further details regarding the solicitation process.