Test Set, Radio Frequency Power
ID: FA851725Q0002Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8517 AFSC PZAACROBINS AFB, GA, 31098-1670, USA

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
  1. 1
    Posted Oct 30, 2024, 12:00 AM UTC
  2. 2
    Updated Nov 1, 2024, 12:00 AM UTC
  3. 3
    Due Nov 15, 2024, 10:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of a Test Set, Radio Frequency Power, as part of a sole source effort to support a Foreign Military Sales (FMS) requirement. This commercial item, identified by National Stock Number (NSN) 6625-01-692-7299RH and Part Number (P/N) BBA150-AF, is essential for Test Measurement and Diagnostic Equipment (TMDE) used across various platforms, highlighting its significance in military operations. Interested vendors should note that the contract will be administered under strict quality assurance provisions, including compliance with Federal Acquisition Regulation (FAR) clauses, and must deliver the equipment to Warner Robins, Georgia. For further inquiries, potential bidders can contact Erica Shumate at erica.shumate@us.af.mil or Blake McWilliams at blake.mcwilliams.1@us.af.mil.

Point(s) of Contact
Files
Title
Posted
Nov 1, 2024, 5:05 PM UTC
The document outlines a solicitation for commercial products and services, specifically for the procurement of automatic test support equipment at Robins Air Force Base, GA. With a requisition number FD206024337273 and a solicitation number FA8517-25-Q-0002, the acquisition is classified as unrestricted, promoting participation from all businesses, including small and veteran-owned entities under the NAICS code 811210 with a size standard of $34.00. The contract will be administered by the Code Support Equipment division, and products must be delivered FOB Destination. Included in the solicitation is the requirement for offerors to comply with various Federal Acquisition Regulation (FAR) clauses, emphasizing laws concerning business ethics, equal opportunity, and service-disabled veteran-owned small businesses. The document specifies quality assurance procedures, such as destination inspection, and sets forth terms for payment and invoicing. Overall, this solicitation showcases the federal government's commitment to procurement transparency while encouraging diverse business participation, including minority and disadvantaged companies, in defense contracting opportunities.
Nov 1, 2024, 5:05 PM UTC
The document outlines the packaging and marking requirements for government contracts, emphasizing adherence to military and international standards. It mandates that all packaging instructions adhere to MIL-STD-2073-1 for military preservation and packing, with specific attention to hazardous materials as governed by multiple regulatory codes. The section on wood packaging emphasizes compliance with International Standards for Phytosanitary Measures No. 15 to prevent the spread of invasive species, detailing specific requirements for heat treatment and certification of wood materials. Furthermore, it details the need for specialized containers, encouraging the use of existing designs within the Department of Defense (DoD) framework while outlining the process for the approval of new container designs based on lifecycle costs and compatibility with DoD distribution systems. The document ends with instructions for contractors regarding the documentation and data submission for packaging, ensuring compliance with various military and federal regulations. This comprehensive guidance ensures that all parties involved in federal procurement are aware of the necessary standards for effective material handling and compliance.
Nov 1, 2024, 5:05 PM UTC
The document outlines recommended quality assurance provisions and special inspection requirements for a government procurement contract related to a specific item, identified by a National Stock Number. Key points include the designation of inspection points at both the source and destination, as well as the acceptance criteria. It stresses the importance of certifications, including a Certificate of Conformance and adherence to various Federal Acquisition Regulation (FAR) clauses, which govern quality assurance and inspection responsibilities. Additionally, it notes a commitment to environmental standards through the use of ozone-depleting substances, stating that the contractor is not required to use Class I ODS. A quality pre-award survey is recommended for new sources, underscoring the government's focus on evaluating supplier capabilities before contract award. The document is signed by the technical authority, confirming the provisions and underscoring the need for technical authority coordination if any quality provisions are altered post-award. Overall, this file emphasizes the critical nature of quality assurance processes in government contracting, ensuring compliance and accountability throughout the procurement lifecycle.
Nov 1, 2024, 5:05 PM UTC
The DDFORM 1653 (APR 1999) pertains to transportation data required for government solicitations related to procurement. It outlines essential information such as the Purchase Request number, commodity details, shipping terms (F.O.B. origin or destination), and applicable transportation clauses as governed by the Federal Acquisition Regulation (FAR). The form specifies transportation provisions, including the requirement for prompt contact with the Defense Contract Management Agency (DCMA) concerning Foreign Military Sales (FMS) and other notification protocols for shipments originating outside the U.S. Key remarks include instructions for contractors about maintaining shipping documents for FMS, transportation requirements for classified materials, and a reminder to contact DCMA regarding shipping instructions to avoid additional costs or issues. The document emphasizes the use of specific carriers for different types of shipments, indicating a structured approach for handling domestic and international freight. Furthermore, the inclusion of various FAR citations highlights the compliance framework within which transportation-related negotiations and contractual obligations operate, ensuring clarity in procurement processes concerning military and government logistics.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
UMTE Exciter, Radio Frequ
Buyer not available
The Department of Defense, through the Defense Logistics Agency Aviation at Ogden, Utah, is soliciting bids for the procurement of three units of the UMTE Exciter, Radio Frequency, identified by National Stock Number (NSN) 5840-01-625-6969. This solicitation aims to acquire radar equipment, which plays a critical role in search, detection, navigation, and guidance systems essential for military operations. Interested contractors must adhere to stringent compliance requirements outlined in various documents, including the Contract Data Requirements List (CDRL) and engineering instructions, ensuring quality control and regulatory adherence throughout the manufacturing process. For further inquiries, potential bidders can contact Dennis Bouy at dennis.bouy@us.af.mil, with proposals expected to align with the specified timelines and quality standards.
F-16 Test Station Power Supply (6130-01-373-0561WF)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the F-16 Test Station Power Supply (NSN 6130-01-373-0561WF), with a requirement for 22 units, including options for first article testing. The procurement includes a firm-fixed price contract for the supply of electrical converters, with specific quality assurance measures mandated, including a Counterfeit Prevention Plan and adherence to ISO 9001 standards. This power supply is critical for the operational readiness of the F-16 aircraft, emphasizing the importance of compliance with military specifications and standards. Interested vendors must submit their proposals by May 5, 2025, and can direct inquiries to Leslie Evans at leslie.evans.1@us.af.mil or by phone at 801-586-3964.
F-16/APG-68_Radar_Dual_Mode_Transmitter_NSN_5998-01-303-5872_P/N_762R831G01
Buyer not available
Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking sources for the procurement of an RF Controller for the F-16 AN/APG-68 Radar Dual Mode Transmitter. The RF Controller, with National Stock Number (NSN) 5998-01-303-5872 and Part Number (P/N) 762R831G01, is used for the radar system on the F-16 aircraft. The procurement is for repair services, and the Repair Data List (RDL) and Repair Qualification Requirements (RQR) are provided for reference. The place of performance is in Oklahoma (zip code 73145), USA. For more information, please contact Tracey Beringer at tracey.beringer@us.af.mil or 7772211.
F16_CD_DUAL_MODE_TRANSMITTER_NSN5998012651040Pn762R370G01
Buyer not available
Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking sources for the procurement of a Protection and Control Assembly for the F-16 C/D AN/APG-68 Radar Dual Mode Transmitter. This assembly, with National Stock Number (NSN) 5998-01-265-1040 and Part Number (P/N) 762R370G01, is used for the protection and control of the radar transmitter. The assembly is an essential component of the F-16 C/D aircraft's radar system. The procurement requires potential sources to meet qualification requirements, including prequalification notice, facilities and testing capabilities, data verification, repair process verification, test and evaluation, and qualification article verification. The estimated cost for testing and evaluation is $5000, and the estimated completion time for qualification is 270 days. Source qualification waiver criteria are also provided for potential sources who meet specific conditions. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil or 7772211 for more information. The place of performance for this procurement is Carlton Lndg, Oklahoma, United States.
PR 24-31631 FMS Shunt Set
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of a Shunt Set, designated as NSN 6625-01-656-4576QC, P/N A40B-SET/AF, intended for a Foreign Military Sales (FMS) effort to Thailand. This total small business set-aside contract will result in a firm fixed-price award for one unit, emphasizing the importance of compliance with military standards for packaging and transportation as outlined in the associated documentation. The procurement is critical for ensuring the operational readiness and calibration capabilities of electrical systems within the Thai military. Interested vendors should reach out to Brayan Rubalcava at brayan.rubalcava@us.af.mil or Steve Renfroe at carlos.renfroe.1@us.af.mil for further details and guidance on submission requirements.
F16AN_APG_68_Dual_mode_transmitterNSN5998012744648PN772R023G01
Buyer not available
Sources Sought DEPT OF DEFENSE F16ANAPG68DualmodetransmitterNSN5998012744648PN772R023G01: The Department of Defense, specifically the Department of the Air Force, is seeking sources for the qualification requirements of an RF Monitor used for the F-16 C/D APG-68 Dual Mode Transmitter. The service/item being procured is a qualification test plan/procedure, repair capability evaluation, and qualification article verification. The offeror must have the necessary facilities, equipment, and personnel to repair, inspect, test, package, and store the item. They must also provide a complete data package and comply with Unique Identification (UID) requirements. The estimated cost for testing and evaluation is $3,000, and the qualification effort is expected to require 180 days. Source qualification waiver criteria are also provided for potential sources who meet specific qualifications.
F16_ANAPG-68_Dual_Mode_Transmitter_NSN5960011538780_PN585R224H01_H03
Buyer not available
The U.S. Air Force is seeking sources capable of supplying the F-16 AN/APG-68 Radar Dual Mode Transmitter, a critical electronic component identified by NSN 5960-01-153-8780 and P/N 585R224H01/H03. Potential suppliers must meet stringent qualification requirements, including facility and testing capabilities, to ensure compliance with military standards. This procurement emphasizes the need for a reliable and efficient supply chain for these essential components, with quick turnaround times and clear data package requirements. Interested parties should contact Tracey Beringer for more information on the $4,500 opportunity, with deadlines expected around 180 days from now.
58--RECEIVER-TRANSMITTE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of Receiver-Transmitter units, specifically NSN 5895017198361. The contract includes multiple line items, each requiring delivery to the 23rd Flight Test Squadron at the USAF supply, with a delivery timeline of 5 days after order (ADO) for each unit. These units are critical for communication and detection systems within military operations. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
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.
F-16 CD AN/APG-68 Radar Dual Mode Transmitter 1270-01-238-3662 PN 758R990G01
Buyer not available
Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking a company to repair the F-16 CD AN/APG-68 Radar Dual Mode Transmitter with National Stock Number (NSN) 1270-01-238-3662 and Part Number (P/N) 758R990G01. The Dual Mode Transmitter is used for the F-16 C/D AN/APG-68 Radar application. Interested companies must go through a source approval process. The qualification document is provided with this notice. This is not a solicitation or request for proposal. The approximate issue date is July 11, 2023. For more information and to submit data requests, contact Tracey Beringer at tracey.beringer@us.af.mil or 777-2211. The place of performance is Tinker AFB, OK 73145, USA.