MARKET SURVEY: Overhaul and repair of Rotary Couplers
ID: 6973GH-25-MS-00001Type: Sources Sought
Overview

Buyer

TRANSPORTATION, DEPARTMENT OFFEDERAL AVIATION ADMINISTRATION6973GH FRANCHISE ACQUISITION SVCSOKLAHOMA CITY, OK, 73125, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

ANTENNAS, WAVEGUIDES, AND RELATED EQUIPMENT (5985)
Timeline
    Description

    The Federal Aviation Administration (FAA) is conducting a market survey to identify potential contractors for the overhaul and repair of Rotary Couplers used in various radar systems critical to air traffic control. The FAA requires these services for multiple National Stock Numbers (NSNs), with annual demands ranging from one to seven units per NSN, emphasizing the importance of quality and reliability due to the rotary couplers being single points of failure in radar systems. Interested vendors must demonstrate their capabilities in manufacturing, repairing, and testing rotary couplers, as well as provide proof of registration in the System for Award Management (SAM) and any relevant certifications. Responses to this market survey must be submitted by 2:00 p.m. CT on November 12, 2024, to Connie Houpt at connie.m.houpt@faa.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the inspection and testing protocols for a Rotary Joint (NSN: 5985-01-394-3848) used in radar systems. Key specifications include tests on Voltage Standing Wave Ratio (VSWR) and insertion loss across multiple channels to ensure operational efficiency. Measurements for channels 1 through 5 include maximum VSWR limits, minimum insertion loss values, and specific pin depth parameters, all aimed at ensuring compliance with rigorous performance standards. An extensive inspection and testing record is detailed, including initial assessments for shipping damage, electrical tests for continuity, component functionality, and pressure tests to detect any leaks. The document emphasizes the importance of thorough inspection, verification of encoder cable integrity, and the condition of encoder gears. Jitter tests and final quality control checks are also included, ensuring that all products meet the established technical requirements prior to serviceable stock classification. This file is vital for ongoing federal and state projects that require strict adherence to equipment reliability and performance standards, reflecting government diligence in maintaining high-quality operational readiness for national defense systems.
    The document details the verification process for rotary couplers used in ARSR-1 and ARSR-2 systems, focusing on electrical continuity tests, depth measurements, and wiring diagrams associated with Mode-S Enroute Encoder Cables. It outlines channel specifications, gauge readings, and post-repair actions categorized by technician assignments. The verification process includes multiple tests for electrical integrity across various components, including the stator, rotor, and encoder connections. Each section includes structured input from two technicians, documenting grounding, cross-connects, and point-to-point assessments. The overall objective is to ensure the reliability and functionality of the rotary couplers in maintaining communication and operational standards critical for federal and local aviation services. This document serves as a technical guide for quality control and routine maintenance in regulatory compliance, aligning with government RFPs and grants related to aerospace technologies and infrastructure.
    The document is a Certificate of Compliance for the Mode-S ARSR-2 Rotary Joint, designated by NSN 5985-01-394-3847. It details test measurements across multiple channels, confirming the device's suitability for serviceable stock and field use. Key performance metrics, including Voltage Standing Wave Ratio (VSWR), Insertion Loss, and electrical continuity, are provided for five channels, with strict thresholds established for operational reliability. Various tests ensure quality assurance, such as electrical tests to detect failures, pressure tests for leakage, and assessments of the encoder’s functionality. The document outlines both initial and final inspections conducted to ensure the asset's integrity and includes sections for technician verification and quality control signatures. The completed testing indicates that the device meets all required specifications, ensuring its readiness for deployment. The purpose of this document aligns with federal compliance requirements, emphasizing quality control and operational safety as part of government procurement practices. It serves as an official record for stakeholders involved in federal RFPs and grants, ensuring transparency and accountability in the testing of critical equipment used in radar systems.
    The document outlines verification and testing protocols for ARSR-2 Rotary Couplers and associated components, specifically focusing on cable connections for the Mode-S Enroute system. It details specifications for N-Type Connector depths and phase spread measurements, including QC verification for electrical continuity tests executed by different technicians. The document is structured into attachments, each representing a verification worksheet that assesses multiple connections and remaining spare components. Each section emphasizes the importance of precise measurements and thorough verification to ensure operational integrity of equipment in aviation systems. This is vital for compliance with federal standards and ensuring the reliability of systems used in air traffic control. The meticulous recording of measurements and test outcomes reflects the document's commitment to high standards in technical configuration and verification processes relevant to government RFPs and grants involving defense and aerospace technologies.
    This document, titled "Certificates of Compliance," outlines the inspection and testing requirements for the ARSR-4 Rotary Joint (NSN: 5985-01-547-2366). It includes parameters for testing across multiple channels (1-17), detailing maximum Voltage Standing Wave Ratio (VSWR), insertion loss standards, and pin depth measurements. Channels 1-6 are subjected to stricter criteria, while channels 7-17 have slightly relaxed standards. The document emphasizes the importance of verifying electrical continuity, conducting pressure tests, and ensuring no shipping damage occurs. Technical specifications are listed for use in federal RFPs and grants, demonstrating compliance standards necessary for equipment acceptance within government operations. The final section outlines cautions regarding air pressure gauge operation during shipment and storage. The document concludes with spaces for technician and quality control signatures, verifying that the rotary joint has met all required conditions. This summary serves as a crucial guideline for government contractors and suppliers regarding compliance testing and quality assurance processes.
    The document pertains to the verification and testing process of the ARSR-4 Rotary Coupler, specifically focusing on the performance of its N-Type Connector depth measurements and phase measurements across various channels. Each channel’s metrics are outlined, indicating pass or fail results for parameters such as phase spread. The data suggests successful continuity tests and outlines the roles of technicians involved in the testing process. Key highlights include the pass results for beacon channels and the maintenance of specified phase spread standards. Additionally, it includes a comprehensive quality control verification worksheet outlining electrical continuity tests and grounding procedures. The report is structured to provide a systematic overview of the testing outcomes and validates the coupler's readiness for operational deployment. This documentation is essential not only for compliance purposes but also within the context of government RFPs, ensuring that equipment meets necessary operational standards to fulfill federal or state requirements for functionality and safety.
    The document presents a Certificate of Compliance for the ASR-11 Rotary Joint, NSN: 5985-01-512-6662, indicating its readiness for serviceable stock and field use. It details electrical performance metrics for multiple channels, specifying acceptable limits for Voltage Standing Wave Ratio (VSWR) and insertion loss, along with measurements required for various connectors. An inspection and testing section outlines procedures conducted using calibrated equipment like the Agilent Network Analyzer, verifying electrical continuity, and identifying any failures. The report requires final assembly of test data sheets and reference materials within the packaging. It emphasizes the due diligence of technicians and quality control personnel through verification signatures, establishing accountability. Overall, this document serves as part of compliance verification in the context of government RFPs, ensuring that components meet operational standards and safety protocols before deployment in defense applications.
    The document outlines specifications and quality control measures for the ASR-11 Rotary Coupler, Sivers PN# 6940/02, focusing on connector depth measurements for the stator and rotor. It details various measurements, with a specific tolerance of 0.197 inches for the stator and a phase spread of 0 for the rotor measuring 1.0°. Accompanying the specifications is the ASR-11 Slip Ring/Brush Block Verification Worksheet, which includes electrical continuity tests for multiple connections, verifying parameters such as voltage and current capacities (28VDC/1A and 276VAC/5A). Two technicians are involved in the verification process, ensuring thorough testing and validation of the connections and systems. The document is structured with a technical focus on ensuring compliance with prescribed standards for quality control in government specifications. Overall, the purpose is to ensure that the assembly and components of the rotary coupler meet required specifications for functionality and safety within government contracts. This alignment is crucial in the context of federal and state RFPs, ensuring adherence to technical standards and regulatory obligations.
    The document is a certificate of compliance for the NSN 5985-01-313-7839 ASR-9 Rotary Joint, which outlines the technical specifications and testing results for multiple channels. Each channel is assessed for criteria including maximum VSWR (Voltage Standing Wave Ratio), insertion loss, and pin depths which are crucial for ensuring optimal performance. Testing includes analyzing phase match between channels 4 to 6 and checks for encoder gear wear, pressure testing for leaks, and electrical continuity assessments for slip-ring and encoder cables. All tests are performed using calibrated equipment such as an Agilent Network Analyzer and multi-meters. The verification of all metrics coupled with technician signatures signifies quality assurance processes before the rotary joint's release. This compliance documentation indicates a commitment to rigorous standards necessary in government contracts and equipment reliability, relevant to federal and state procurement processes.
    The document focuses on the ASR-9 Rotary Coupler and its verification processes, specifically concerning N-Type Connector depth measurements and electrical continuity tests. It outlines specifications, such as gauge readings and actual measurements needed to ensure compliance, including a standard phase spread of 2.5°. The analysis includes a detailed breakdown of attachments relating to cable verification for encoder connections, including pin assignments and various wire specifications. Various technicians recorded data regarding grounding and electrical cross connections, documenting actions necessary for final verification post repair. The document serves as a comprehensive audit of maintenance procedures and quality control measures, emphasizing rigorous technical standards and the importance of adherence to specified requirements. This aligns with federal government standards for RFPs and grants, ensuring equipment functionality and operational integrity in a governmental context.
    The Statement of Work (SOW) outlines the refurbishment requirements for rotary couplers used in FAA radar systems by the AJW-L900 Radar Product Group. Contractors are tasked with providing all necessary resources, including labor and materials, to restore government-owned rotary couplers and ensure compliance with OEM specifications. The refurbishment involves thorough testing and evaluation, reporting results to the FAA. Key components include a specified flat rate job price covering all expenses, engineering support, and managing parts for refurbishing services, with additional costs for unforeseen labor or materials tracked separately. Strict testing protocols must be adhered to, with the FAA retaining the final authority on acceptance. The document also stipulates conditions for configuration changes, the return of refurbished units, and outlines a comprehensive approach to ongoing communication and approval processes between the contractor and FAA personnel. The project spans a base year and four options for extension, solidifying the government’s commitment to maintaining aviation safety and operational efficiency through rigorous equipment management. This SOW serves as a structured framework for potential contractors interested in bidding for this crucial refurbishment work.
    This document serves as a Certificate of Compliance for the Mode-S BOS Rotary Joint, identified by NSN: 5985-01-394-3849 and part number FA-10254. It outlines critical testing metrics for various channels at specified frequencies, highlighting parameters such as Maximum Voltage Standing Wave Ratio (VSWR), insertion loss, and pin depth measurements. The document details inspection procedures, including initial checks for shipping damage, electrical tests, and final verification of component positioning and continuity. The rotary joint has undergone rigorous assessments, including encoder tests for jitter, ensuring functionality within tolerance levels. The final section mandates the inclusion of necessary documentation with the asset before it is sealed for shipping. This compliance certificate indicates the asset's readiness for military or governmental use, aiming to assure quality and operational integrity in line with federal requirements for defense-related procurements.
    The document details specifications and verification processes for the Mode-S BOS Rotary Coupler, including channel specifications and connector depth measurements related to the Kevlin PN# 1443. Notable components include electrical connections and parameters for encoder cables, specifically the J15 and J16 verification attachments which outline wiring diagrams, pin assignments, and technical testing protocols. Quality control (QC) verification procedures are emphasized, detailing grounding, cross-connection, and electrical continuity tests conducted by technicians. The systematic approach to verification suggests adherence to rigorous standards for equipment reliability and functionality, aligning with federal and local requirements for technical accuracy within government RFPs and grants. Overall, the document reflects necessity in compliance with performance benchmarks while ensuring equipment safety and operational capacity.
    This document serves as a Certificate of Compliance for the Rotary Joint, NSN: 5985-01-394-3850, P/N: FA-10253. It details inspection and testing results across six channels, focusing on parameters such as Voltage Standing Wave Ratio (VSWR), insertion loss, and pin depth measurements. Each channel has specific thresholds which must be verified; for instance, VSWR must not exceed 1.20 and insertion loss must meet or exceed -0.30 dB. The report also records a final inspection of the rotary joint repair process, emphasizing the verification of electrical continuity, pressure tests for leakage, and jitter tests for encoder performance. The technician and quality control signatures confirm the testing's completion, demonstrating compliance with safety and operational standards. Overall, the document encapsulates technical specifications, testing procedures, and compliance verification essential for government contracting and consistent with the standards expected in federal grants and Requests for Proposals (RFPs).
    The document outlines technical specifications and verification procedures for the Mode-S FPS Rotary Coupler, including its wiring diagrams and associated components such as slip rings and encoder cables. It details measurements for various channels and the electrical continuity tests performed by multiple technicians (Tech 1 and Tech 2) to ensure accurate functionality. Attachments include specific verification worksheets for the Mode-S Enroute Encoder and Connector systems across different channels (J15, J16) and highlight the need for quality control (QC) measures after repairs. This structured verification process is essential for maintaining operational integrity in aviation technology used in ARSR-1 and ARSR-2 systems. The focus on rigorous testing and standard measurements supports adherence to federal standards and ensures reliable aerospace communication systems as part of government contracts and procurement procedures. Overall, the document emphasizes quality assurance and technical compliance in the maintenance and operation of essential aviation equipment.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Synopsis Repair of COUPLER, ROTARY, RADIO FREQUENCY
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking qualified sources for the repair of a rotary radio frequency coupler (Part Number: 26710-3, National Stock Number: 5985016681867) under a Foreign Military Sales (FMS) repair contract. The procurement is limited to approved manufacturers, and interested parties not already approved must submit a Source Approval Request (SAR), although the procurement process will not wait for SAR approval. This equipment is critical for military communications and operations, emphasizing the importance of reliable and efficient radio frequency components. Interested firms must submit their capability statements via email to the designated contact, Gina Sassane, at gina.p.sassane.civ@us.navy.mil, with the electronic solicitation expected to be issued on November 7 and responses due by December 9.
    COUPLER,RADAR RECEI
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the repair of radar couplers under the title "COUPLER, RADAR RECEI." The procurement requires contractors to provide a Repair Turnaround Time (RTAT) of 300 days, with specific guidelines for inspection, acceptance, and pricing, including penalties for delays. These radar couplers are critical components for military operations, emphasizing the importance of timely and quality repairs to maintain operational readiness. Interested contractors should submit their quotes, including unit price and RTAT, to Jaclyn Phillips at jaclyn.i.phillips.civ@us.navy.mil by the specified deadline, with further details available upon request.
    SOLICITATION: DESIGN AND FIRST ARTICLES -- ASR-9 RADAR MULTIVOLTAGE POWER SUPPLY (MVPS) REPAIR KITS.
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is soliciting proposals for the design and production of Multi-Voltage Power Supply (MVPS) repair kits for the ASR-9 Radar System. The procurement aims to acquire first articles for various modules (A, C, D, and D1) to replace outdated components, ensuring continued operational performance of critical radar systems used in air traffic control. This initiative is vital for maintaining the functionality and reliability of radar sites, with the contractor required to deliver prototypes within 200 days of contract award. Interested offerors must submit their proposals by November 21, 2024, and can direct inquiries to Josh Huckeby at joshua.d.huckeby@faa.gov.
    Repair Color Weather Radars
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to repair Color Weather Radars utilized in MH-60T aircraft. The procurement involves a sole-source acquisition for the repair of five radar units, necessitating compliance with stringent operational standards and adherence to Original Equipment Manufacturer (OEM) specifications, as Honeywell International is the only supplier capable of providing the required services due to proprietary rights. Interested parties must submit their quotations by November 18, 2024, with an anticipated award date of November 20, 2024. For further inquiries, contact Michelle Monds at Michelle.R.Monds@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil.
    2840 - FMS Repair of ROTOR, TURBINE, AIRCR (2 units)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking contractors for the repair of two units of ROTOR, TURBINE, AIRCR for the F-18 Fighter Jet, intended for the country of Kuwait. The procurement requires eligible contractors to provide labor, materials, and facilities necessary to restore these government-owned articles to operational condition, as the government lacks the data to perform the repairs or manufacture the items. This opportunity is critical for maintaining the operational readiness of the F-18 Fighter Jet, a vital asset in military operations. Interested parties must submit their capability statements within five days of the notice publication, and inquiries can be directed to Carmelena Oldroyd at 215-697-9035 or via email at carmelena.oldroyd@navy.mil.
    B-2 KU-Band (Lower) Antenna NSN 5985-01-262-1927 P/N DAA3391P010-105
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE B-2 KU-Band (Lower) Antenna NSN 5985-01-262-1927 P/N DAA3391P010-105 The Department of Defense, specifically the Department of the Air Force, is seeking prospective vendors for an engineering services effort regarding the B-2 Ku-Band (Lower) Antenna. This antenna is part of the B-2 Ku-Band radar system used to identify and determine the range and bearing of the vehicle. It also serves as a secondary structure that forms a portion of the outer mold line. The unit is designed for low observable and nuclear environment operations. The purpose of this effort is to resolve obsolescence, develop, and qualify a sustainable configuration for manufacturing. The Air Force is in search of vendors who can evaluate the Bill of Materials (BOM), production/test equipment, and documentation, identify obsolete parts and materials, propose alternatives for long-term sustainment, maintain the form, fit, and function of the antenna, meet all existing specification requirements, address testing requirements, and develop and deliver a full production Technical Data Package. At this time, Northrop Grumman is the only known source with qualifications to execute this effort. However, the Air Force is conducting this market survey to identify potential sources that may possess the specialized expertise, capabilities, and experience required. It is important to note that participation in this survey does not ensure participation in future solicitations or contract awards, and the government will not reimburse participants for any expenses associated with their participation. Prospective vendors must demonstrate their capabilities and past performance in areas such as low observable applications, repair and manufacture of B-2 aircraft antennas, B-2 aircraft integration testing, B-2 aircraft environmental testing, and compliance with security clearance requirements. Additionally, vendors must maintain a corporate cost accounting system that meets the requirements of DCMA and/or DCAA, and must not be owned by a foreign company or individual for the duration of any potential government contract. Small businesses are encouraged to indicate if conditions exist for a small business set-aside for any portion of the requirement, and provide information on their qualifications and experience. Large businesses should submit their reasonable expectation of subcontracting opportunities for small business concerns. The place of performance for this procurement is Oklahoma City, OK, with a zip code of 73145, and the primary contact for this notice is 424 SCMS/GUEAA. For more information, interested parties can contact 424SCMS.RFI.Responses@us.af.mil.
    Overhaul of B-1 of Electromechanical Actuator
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources for the overhaul of electromechanical actuators, focusing on NSN 1680-01-509-7158RK. The requirement anticipates the repair of 65 units over a five-year period, with an emphasis on returning them to "like new" condition. This effort is crucial for maintaining operational readiness and safety of Air Force equipment, and the government is particularly interested in participation from small and disadvantaged businesses. Interested vendors must respond to the Sources Sought Synopsis to be considered for the qualification process, and they are encouraged to submit a Source Approval Request (SAR) package detailing their capabilities. For further inquiries, interested parties can contact Amy Gil at amy.gil@us.af.mil or Mayona Presley at mayona.presley@us.af.mil. Please note that no solicitation is currently available, and no funds are allocated for this market research effort.
    Overhaul/Repair of Actuators for HC-27J and HC-144
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors for the overhaul and repair of actuator assemblies for the HC-27J and HC-144 aircraft. The procurement aims to identify capable repair vendors who can provide services in compliance with Original Equipment Manufacturer (OEM) specifications, particularly for parts manufactured by Moog Wolverhampton Limited. These services are critical for maintaining the operational integrity and safety of the aircraft, which are subject to harsh environmental conditions that necessitate regular maintenance. Interested parties must submit their capability statements, including relevant certifications and documentation, by November 6, 2024, at 10:00 a.m. EST, and can direct inquiries to Logan J. Brown at Logan.J.Brown3@uscg.mil or Dmitri E. Mercer at Dmitri.e.mercer@uscg.mil.
    Repair of the Pitch Rate Gyrosccope (PRG)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Integrated Logistics Supply Center, is seeking sources for the repair of Pitch Rate Gyroscopes (PRG) used in Black Hawk UH-60A/L Helicopters. The procurement involves repair services for the Spinning Mass Rate Gyroscopes, specifically part numbers 304580-1 and 304580-2, for which the government does not possess the technical data package. This market survey aims to identify capable suppliers who can demonstrate past performance in manufacturing similar items and ensure compliance with airworthiness certification. Interested parties must submit their responses by November 1, 2024, to the designated contacts, Mark Colangelo and Keith J. Hoskins, via the provided email addresses.
    Repair of TF33 1st Stage Turbine Nozzle Vanes, NSN: 2840013945225RV, 2840013945226RV, 2840013945228RV, 2840013945229RV, 2840013945230RV, 2840013945231RV, 2840013945883RV
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought Synopsis to identify potential sources for the repair and overhaul of TF33 1st Stage Turbine Nozzle Vanes, associated with several National Stock Numbers (NSNs). The procurement aims to gather information on vendors capable of providing comprehensive supply chain management for repairs, testing, preservation, and logistics, with an emphasis on determining whether the requirements can be fulfilled competitively or set aside for small businesses. This initiative is crucial for maintaining the operational readiness of the TF33 engine components, which are vital for various airframes. Interested vendors are encouraged to submit a business information package, and they may need to independently source technical data for repairs, as it is not guaranteed to be available. For further inquiries, vendors can contact John Freeman at John.Freeman.16@us.af.mil.