Repair of Traffic Collision Avoidance System/Vertical Speed Indicator (TCAS/VSI)
ID: FA8117-25-SS-0008Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8117 AFSC PZABATINKER AFB, OK, 73145-3303, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES (J016)
Timeline
  1. 1
    Posted Mar 19, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 19, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 8:00 PM UTC
Description

The Department of Defense, specifically the United States Air Force, is conducting market research to identify potential sources for the repair of Traffic Collision Avoidance Systems/Vertical Speed Indicators (TCAS/VSI). This opportunity seeks qualified vendors capable of providing comprehensive repair and overhaul services, including labor, materials, and logistical support, ensuring adherence to high-quality standards. The TCAS/VSI systems are critical for aircraft safety, making this procurement essential for maintaining operational readiness. Interested businesses, including small and disadvantaged enterprises, are encouraged to submit their qualifications and respond to the Sources Sought Synopsis by the specified deadline. For further inquiries, potential respondents may contact Gregory Howard or Kristen Carter via the provided email addresses.

Point(s) of Contact
Files
Title
Posted
Mar 19, 2025, 3:06 PM UTC
The document outlines the Repair/Remanufacture Qualification Requirements (RQR) for commodity critical safety and application items managed by the Air Force Sustainment Center (AFSC). It establishes minimum technical standards that potential sources must meet to gain source approval for repair or remanufacturing. The RQR mandates the submission of a Source Approval Request (SAR) package, which includes specific documentation such as technical data rights certifications, quality assurances, and item technical specifications, categorized into three levels based on previous repair experience. Requirements for the SAR submission, such as method of delivery (physical or electronic), inclusion of proprietary information, and conditions for retaining approvals are detailed. The evaluation process delineates how the Engineering Support Activity (ESA) assesses compliance and technical proficiency, potentially leading to approval or the loss of qualification if deficiencies are found. Additionally, the document emphasizes adherence to government standards, instructional guidance for using proprietary data, and expectations around quality history from potential sources. Overall, it serves as a comprehensive framework for ensuring the safety and efficacy of critical repair activities within the defense procurement context.
Mar 19, 2025, 3:06 PM UTC
The document is a Sources Sought Synopsis (SSS) issued by the United States Air Force, specifically the 422nd and 423rd Supply Chain Management Squadrons, to gather market research and identify potential sources capable of providing repair and overhaul services for Traffic Collision Avoidance Systems. The SSS emphasizes the need for labor, materials, and logistical support, ensuring that all repairs are completed to a high standard. Interested businesses, including small and disadvantaged enterprises, are invited to participate by submitting their qualifications. The document also outlines the technical data access process, source approval requirements, and business information that potential respondents must provide. It is crucial to note that this SSS is not a solicitation for proposals but rather a request for information to inform the government's acquisition strategy. Participants must respond by a specified date, and all inquiries should be directed to designated email addresses.
Mar 19, 2025, 3:06 PM UTC
The Technical Order Public Sales document outlines the protocols for acquiring Technical Orders (TOs) at Tinker Air Force Base (AFB) and specifies the requirements for defense industry partners. It establishes the Public Sales Office at Tinker AFB as the central hub for handling TO requests related to Tinker, Robins, and Hill AFBs. Requests for TOs must adhere to the Department of Defense Directive 5230.25 and vary based on whether they support solicitations for government contracts or existing agreements. Potential applicants must submit requests on official letterhead, accompanied by a certified DD Form 2345, and include detailed justification along with specified TO numbers. A fee structure is outlined, with additional costs for physical copies of TOs. The document emphasizes a processing wait time of 30 days before inquiring about request status. This mechanism ensures streamlined access to technical data, supporting both U.S. defense efforts and international military partnerships.
Mar 19, 2025, 3:06 PM UTC
The document outlines the procedure for submitting a request for access to specific government data, facilitated through the completion of a designated request form. It requires information from the requestor, including details of the company, the intended use of the data, and a valid DD Form 2345 for certification purposes. The request form allows for a maximum of 15 lines of data per submission, with an associated administrative fee of $30 per line and a minimum fee of $150 per request. It specifies that incomplete submissions may be returned, emphasizing the need for comprehensive information to process each data request effectively. The context indicates that this procedure is essential for managing access to sensitive information within federal RFPs and grants, reflecting the government's structured approach to data dissemination while ensuring compliance and accountability in information sharing.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Repair of TCAS-1 Processor
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking sources for a firm-fixed price repair contract for the TCAS-1 Processor, with a base period of twelve months and up to four additional option periods. The procurement aims to identify qualified contractors capable of repairing the TCAS-1 Processor, part number 805-11900-001, in compliance with FAA or EASA Part 145 certifications, and who have access to necessary maintenance manuals and specifications. Interested parties must respond by April 25, 2025, at 4:00 PM EST, providing their qualifications and capabilities to Gabrielle Berry at Gabrielle.M.Berry2@uscg.mil or Luis Mojica at luis.mojica@uscg.mil, referencing notice number 70Z03825IB0000006.
HTAWS Enablement Card for UH-1N Helicopter GNS-530 Navigation Computer
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking responses to a Request for Information (RFI) for the procurement of a Helicopter Terrain Awareness Warning System (HTAWS) Enablement Card for the UH-1N Helicopter’s GNS-530 Navigation Computer. This critical non-stock item, identified by part number 010-00882-01, is essential for providing terrain clearance alerts during missions, thereby enhancing operational safety. The government aims to identify potential vendors capable of supplying this component, with a particular emphasis on encouraging participation from small businesses and joint ventures, as Aero Dynamix is currently recognized as the sole source manufacturer. Interested contractors should submit their qualifications and relevant documentation by the specified deadline to Tosha L. Taylor at tosha.taylor.2@us.af.mil or William D. Martin at william.martin.12@us.af.mil for further consideration.
MARKET SURVEY: Repair of Transmit-Receive (TR) Limiters
Buyer not available
The Department of Transportation, specifically the Federal Aviation Administration (FAA), is conducting a market survey to identify potential sources for the repair of Transmit-Receive (TR) Limiters, also known as Receiver Protectors, which are critical components in the ASR-9 radar system. The FAA requires evaluation and repair services for these limiters, identified by NSN 5960-01-520-3540, to ensure operational readiness and prevent backorders, as the current provider is unable to meet demand. Interested vendors must demonstrate their capabilities in handling RF equipment and provide necessary certifications, including ISO 9001:2015, with responses due by May 28, 2025, at 2:00 PM CT. For further inquiries, vendors can contact Connie Houpt at connie.m.houpt@faa.gov.
AN/ALR-56M Repair of the UP Converter and Frequency Selectable Oscillator
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the AN/ALR-56M UP Converter and Frequency Selectable Oscillator, critical components used in F16 and C130I aircraft. The contractor will be responsible for providing accurate and prompt repair services, along with timely reporting in the Commercial Asset Visibility – Air Force (CAV-AF) system, ensuring compliance with quality control and configuration management standards. This procurement is vital for maintaining the operational readiness of military aircraft systems and includes a focus on small business participation, particularly from women-owned and service-disabled veteran-owned enterprises. Interested parties should contact Michael Turk at michael.turk.6@us.af.mil or Lynsey Eades at lynsey.eades@us.af.mil for further details, as the contract will be awarded under FAR Part 15 procedures with a two-year requirement for firm fixed prices.
Repair of MKV EGPWS Military Transport / Alarm Control
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking information from potential vendors regarding the repair of the MKV EGPWS Military Transport / Alarm Control system. This Sources Sought Notice aims to gather market information to assist in determining possible sources for a firm-fixed price repair purchase order for the specified component, identified by part number 965-0779-001 and National Stock Number 6340-01-561-1670. The MKV EGPWS is critical for aviation safety and operational efficiency within the Coast Guard's long-range surveillance capabilities. Interested parties are encouraged to submit their responses, including a capabilities statement and relevant business information, by April 21, 2025, at 2:00 PM EST, via email to Kiley.E.Brown2@uscg.mil and D05-SMB-LRS-Procurement@uscg.mil, referencing notice number 70Z03825IH0000008 in the subject line.
Repair of B-2 Dimmer Switch, B-2 Lamp Control, B-1 Transformer Rectifier, B-1 CCA
Buyer not available
The Department of Defense, specifically the U.S. Air Force, is conducting a Sources Sought Synopsis to identify potential contractors for the repair of various aircraft components, including the B-2 Dimmer Switch, B-2 Lamp Control, B-1 Transformer Rectifier, and B-1 CCA, at Tinker Air Force Base in Oklahoma. The procurement aims to assess whether these repair services can be competitively fulfilled or set aside for small businesses, with a focus on ensuring compliance with operational safety standards and quality assurance. Interested vendors are required to provide complete labor, materials, equipment, testing, preservation, and logistics support, and must submit a Source Approval Request package to qualify for participation. For inquiries, vendors can contact Gregory Howard at gregory.howard.9@us.af.mil or Kristen Carter at kristen.carter@us.af.mil, with responses due by the specified deadline.
16--TCA - AND SIMILAR REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of TCA and similar replacement parts. The procurement focuses on the repair of miscellaneous aircraft accessories and components, particularly the Cable Assembly, Rota, with specific National Stock Numbers (NSNs) and associated requirements for quality control, inspection, and acceptance. This contract is critical for maintaining operational readiness and reliability of naval aircraft systems. Interested contractors should contact Hayden Young at 215-697-2928 or via email at hayden.j.young3.civ@us.navy.mil for further details, with the expectation of adhering to strict timelines and quality standards outlined in the solicitation.
B-1 Torque Motors
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the repair of B-1 torque motors utilized in military aircraft, as outlined in a Sources Sought Synopsis. The contractor will be responsible for providing all necessary labor, materials, facilities, and equipment to accomplish repair, testing, preservation, and packaging, while also managing supply chain logistics and forecasting for parts. This procurement is critical for maintaining operational readiness and safety of military aircraft, with specific estimated repair requirements for various part numbers and National Stock Numbers (NSNs) detailed in the opportunity. Interested vendors, including small and veteran-owned businesses, are encouraged to submit their business information and inquiries to the designated contacts, with no current solicitations available and a focus on gathering market research for future acquisition strategies.
Repair of Circuit Card Assembly/ TACAN Antenna
Buyer not available
The Department of Defense, specifically the Air Force Sustainment Center, is seeking potential contractors to repair the Pattern Generator (NSN 5998-01-700-1758IM) and TACAN Antenna (NSN 5985-01-665-0616IM) at Carlton Landing, Oklahoma. The procurement involves comprehensive repair tasks including disassembly, cleaning, inspection, maintenance, reassembly, testing, and ensuring the items are returned to a serviceable condition, with contractors required to possess the necessary technical data and repair capabilities. This initiative is crucial for maintaining operational safety and effectiveness in military aviation, ensuring that only qualified suppliers can contribute to the maintenance of critical military hardware. Interested parties should express their interest and submit relevant business information to the primary contact, 424th SCMS, at 424.SCMS.AFMC.RFI.Responses@us.af.mil, or to the secondary contact, Jordan Rausch, at jordan.rausch@us.af.mil.
Repair of the Vertical Indicators on the TH-1H Helicopters
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking qualified contractors for the repair of 15 Vertical Indicators on the TH-1H helicopters, as outlined in the presolicitation notice FA8524-25-Q-0004. This procurement involves a five-year Firm-Fixed Price Requirements Contract to support the TH-1H helicopter training program based at Fort Novosel, Alabama, with repairs required to be completed within 60 days after induction. The work is designated for the Original Equipment Manufacturer, Aerosonic, LLC, due to the lack of technical data available to other sources, emphasizing the critical nature of maintaining these aviation components for military training operations. Interested parties should note that the RFQ will be accessible via www.SAM.gov, with proposals due by May 15, 2025, and all completed work to be delivered to Robins AFB, Georgia. For further inquiries, contact Yashica Woods at yashica.woods@us.af.mil or Shawna Barrett at shawna.barrett.1@us.af.mil.