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
    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
    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.
    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.
    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.
    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
    F16_CD_DUAL_MODE_TRANSMITTER_NSN5998012651040Pn762R370G01
    Dept Of Defense
    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.
    F16_ANAPG-68_Dual_Mode_Transmitter_NSN5960011538780_PN585R224H01_H03
    Dept Of Defense
    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.
    12--DETECTOR,RADIO FREQ
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking quotes for the procurement of 44 units of the NSN 1285012475851, a Radio Frequency Detector. This solicitation is a source-controlled drawing item, with the approved source being 33025 DX1400-002, and the items must meet the specified requirements outlined in the solicitation. The procurement is critical for ensuring the availability of essential fire control equipment, which plays a vital role in defense operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with delivery expected within 147 days after order placement.
    F16_ANAPG_68_RadarDualModeTransmitterNSN5998013035872PN762R831G01
    Dept Of Defense
    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 Test Set, Pneumatic
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting quotations for the procurement of two Pneumatic Test Sets (NSN: 4920-99-575-1342) specifically designed for F-16 aircraft. This opportunity is open to qualified sources, including BAE Systems and Druck Limited, and requires compliance with various standards, including ISO 9001:2000, as well as adherence to specific packaging and marking requirements outlined in military standards. The procurement is critical for maintaining the operational readiness of F-16 aircraft, ensuring that the necessary equipment is available for maintenance and repair. Quotations are due by January 16, 2026, and interested parties should direct inquiries to April Blakeley at april.blakeley@us.af.mil for further information.
    AMPLIFIER,RADIO FRE NSN: 7HH 5996 015575337
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking sources capable of supplying 150 units of the AMPLIFIER, RADIO FREQUENCY (NSN: 7HH 5996 015575337, P/N: DB-5601) as part of a one-time buy. This procurement aims to gather information on potential suppliers' capabilities, including item availability, pricing, delivery timelines, and compliance with traceability requirements for non-OEM suppliers. The amplifiers are critical components used in various defense applications, underscoring the importance of reliable sourcing. Interested parties must complete the attached market survey and submit it via email to Trevor Monn at Trevor.L.Monn@dla.mil by 4:30 PM EDT on December 18, 2025, to be considered for this opportunity.
    59--AMPLIFIER,RADIO FRE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of eight units of the Radio Frequency Amplifier, NSN 5996014811850. This solicitation is part of a combined synopsis/solicitation process, and the approved source for this item is identified as 8M6A5 725691-802. The amplifiers are critical components used in various military applications, ensuring reliable communication and operational effectiveness. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and all inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The deadline for delivery is set for 168 days after order placement.
    TRANSMITTER,PRESSUR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Mechanicsburg, is soliciting bids for the procurement of a pressure transmitter, identified by the part number 742RF0015DXDA. The contract requires the manufacturer to adhere to specific quality assurance and inspection standards, ensuring that the transmitter meets all necessary specifications for measuring and controlling industrial process variables. This equipment is critical for various defense applications, emphasizing the importance of reliability and precision in military operations. Interested vendors should contact Ryan Brennan at 445-737-9728 or via email at RYAN.BRENNAN@DLA.MIL for further details, noting that the quantity has been amended from two to one unit, with all other terms remaining unchanged.
    16--POWER AMPLIFIER ASS, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking qualified sources for the repair and modification of a power amplifier assembly, identified by NSN 7R-1680-016100020-E7, with a quantity of 48 units required. This procurement necessitates engineering source approval to ensure the quality of the part, as it is flight critical and requires that only approved sources are solicited for the contract. Interested parties must provide detailed technical data and documentation as outlined in the NAVSUP Source Approval Information Brochures, and must submit their proposals along with any required source approval information by the specified deadlines. For further inquiries, potential bidders can contact Christian M. Markle at (215) 697-6679 or via email at CHRISTIAN.M.MARKLE.CIV@US.NAVY.MIL.
    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.