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
    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
    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.
    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.
    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.
    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
    Similar Opportunities
    Repair Various Radar Components
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking information from qualified firms regarding the repair of various radar components. The procurement focuses on the repair capabilities for specific radar items, including a Radar Array, Radar Receiver, and Radar Controller, which must be performed by the Original Equipment Manufacturer (OEM) or an OEM authorized repair facility. This sources sought notice is part of the Coast Guard's market research to identify potential sources and does not constitute a solicitation for proposals or quotes. Interested parties must respond by December 16, 2025, at 2:00 PM EST, providing relevant company information and documentation of OEM authorization to Adam Finnell at Adam.A.Finnell2@uscg.mil and MRR-PROCUREMENT@uscg.mil, referencing notice number 70Z03826IJ0000009 in the subject line.
    Sources Sought Synopsis: Repair of the GPS Power System
    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 of the GPS Power System, focusing on electronic and radio components for the AN/FRC-178 system. The Government is seeking small businesses, including those classified as 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned, to participate in a 5-year Indefinite-Delivery Indefinite-Quantity (IDIQ) firm-fixed price contract for this work. Interested contractors must demonstrate their ability to obtain or create the necessary resources to perform repairs, as the technical data is currently owned by X Technologies, Inc. Responses are due by January 5, 2026, at 12:00 PM MST, and should be directed to Valerie Humphries at valerie.humphries@us.af.mil.
    F16_AN-APG_68_RADAR_PN758R99OG01_NSN_1270012383662
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide repair services for the Dual Mode Transmitter, part number 758R990G01, associated with the F-16 C/D Model AN/APG-68 Radar. The procurement requires potential contractors to meet stringent qualification requirements, including the ability to certify facilities for repair, testing, and inspection, as well as to provide a complete data package and a qualification test plan. This opportunity is critical for maintaining the operational readiness of military aircraft, ensuring that the necessary components are repaired to government standards. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil or call 801-777-2211 for further details, with an estimated qualification cost of $10,000 and a completion timeline of approximately 1465 days.
    16--SENSING ELEMENT VCS
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of five units of the Sensing Element VCS, identified by NSN 1680015628649. This procurement is a Total Small Business Set-Aside, aimed at acquiring aerospace craft components and accessories, which are critical for various defense applications. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and all submissions must be received within 155 days after the award date. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.
    F-16 SST Repair; NSN; 5998-01-555-5340
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the repair of the Stores System Tester (SST) Special Function Module (SFM) Circuit Card Assemblies (CCA) under the Sources Sought Notice FA8251-26-R-SST. The procurement involves a major overhaul of the CCAs, which includes a complete or substantial disassembly and the use of reusable components to restore functionality, ensuring that the original specifications are maintained unless otherwise directed. This repair effort is crucial for maintaining the operational capabilities of the F-16 aircraft systems, with responses due by December 24, 2025, to the primary contacts, Paige LaPoint and Jesse Baird, at their respective email addresses. Interested parties are encouraged to submit a three-page white paper detailing their repair capabilities and experience.
    Travis AFB - NONDESTRUCTIVE INSPECTION HIGH-ENERGY RADIATION COMPUTED TOMOGRAPHY (CT) SYSTEM MAINTENANCE
    Dept Of Defense
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base (AFB) in California, is seeking qualified vendors for periodic maintenance and emergency troubleshooting services for the FF85 High-Energy Radiation Computed Tomography (CT) System. The maintenance is critical to prevent dust contamination and ensure the integrity of the system's high-energy X-ray tube heads, with services required every six months and a more extensive inspection annually. Interested businesses, particularly small and disadvantaged firms, are invited to respond to this Sources Sought notice by December 15, 2025, at 1:00 PM Pacific Time, providing necessary business details and capabilities; questions must be submitted by December 9, 2025, to SSgt Alexander Love Gaunt at alexander.lovegaunt@us.af.mil.
    Solicitation N0038323RC442
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of a critical safety item (CSI) used in shipboard aircraft launch and recovery systems, identified by NSN 7R-1720-011581698-VX. This procurement requires engineering source approval due to the flight-critical nature of the item, necessitating that only previously approved sources may submit proposals, along with detailed technical data and qualifications. The contract is a rated order under the Defense Priorities and Allocations System (DPAS), emphasizing stringent quality assurance and inspection requirements, with a current solicitation close date extended to January 16, 2026. Interested parties should contact Timika Nicholson at (215) 697-2582 or via email at TIMIKA.D.NICHOLSON.CIV@US.NAVY.MIL for further information.
    C-130, C-17 and C-5 Solid State Cockpit Voice Recording (SSCVR) and Solid State Flight Data Recorder (SSFDR) and Amplifier Control Unit (ACU)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is preparing to solicit a contract for the repair of Solid State Cockpit Voice Recorders (SSCVR) and Flight Data Recorders (SSFDR) for the C-130, C-17, and C-5 aircraft. The procurement aims to establish a five-year, Firm Fixed Price, Requirements, Indefinite Delivery Contract (IDC) that includes one base period of 12 months and four additional ordering periods, with the intent to negotiate solely with ACRON AVIATION, INC. for these services. This equipment is critical for flight safety and operational integrity, and the official Request for Proposal (RFP) is expected to be issued on February 1, 2026. Interested parties may submit their Statements of Capabilities to the designated contacts, Chiquita Glover-Perkins and Anthony Simmons, via email for consideration in the procurement process.
    Opportunity Details
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of KC-135 and C-130 Vertical Indicators, specifically the "INDICATOR, VERTICAL" items with National Stock Numbers (NSN) 6610-01-527-2395 and 6610-01-433-2219. This procurement is crucial for maintaining the operational readiness of military aircraft, ensuring that critical flight instruments are functioning correctly. The solicitation has been amended to extend the proposal due date to December 16, 2025, at 3:00 PM Central Standard Time, with the contract period running from September 20, 2026, to September 19, 2033. Interested parties can reach out to Nathan R. Sholund at nathan.sholund@us.af.mil or Gregory Howard at gregory.howard.9@us.af.mil for further information.
    Repair CTI Systems Teleplatforms
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of twelve CTI Systems Teleplatforms at Tinker Air Force Base in Oklahoma. This sole-source requirement necessitates troubleshooting and repair services, with contractors expected to provide all necessary labor, tools, equipment, and materials while adhering to manufacturer specifications and safety protocols. The teleplatforms are critical for depainting and painting processes, and the original equipment manufacturer, CTI Systems, has proprietary access to the control system, making this a specialized procurement. Proposals are due by December 15, 2025, and interested parties should contact Chelsie Hannah at chelsie.hannah@us.af.mil or Tran Tran at Tran.Tran.1@us.af.mil for further details.