REPAIR SERVICES MINI MUTES PROGRAM
ID: FA825025Q0005Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8250 AFSC PZAAAHILL AFB, UT, 84056-5825, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

CONVERTERS, ELECTRICAL, NONROTATING (6130)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide repair services for the Mini MUTES Program, focusing on a critical power supply component (NSN: 6130-01-314-7781). The procurement requires vendors to be on an approved sources list, with a detailed qualification process outlined in the attached SQSR document, which emphasizes the importance of engineering source approval to ensure product quality and mitigate technical risks. This power supply is essential for ground radar operations, and the successful contractor will be responsible for thorough testing, evaluation, and compliance with stringent military specifications. Interested vendors must contact John Prather at john.prather.3@us.af.mil or call 801-586-3463 for further details, with quotes due by April 11, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The "Commercial Asset Visibility Air Force (CAV AF) Reporting Requirements" document outlines the reporting responsibilities for contractors managing government assets at repair facilities. CAV AF serves as the primary record system for tracking both repairable end items and assets stored in Inventory Control Points (ICPs). Contractors must ensure accurate reporting of asset statuses within one business day post-maintenance events and are required to complete necessary training for access to the system. Key responsibilities include proper documentation of transactions using designated forms, such as the DD Form 1348-1A, which must accompany shipments, and accuracy in reporting for receipt and shipping of Government Furnished Property (GFP). Compliance with cybersecurity training is mandated for all reporting personnel. The document specifies detailed reporting processes for various asset categories, including “Not-on-Contract” items, which pertain to misrouted or unidentified shipments. It emphasizes the importance of correct documentation to avoid discrepancies that could disrupt government inventory management systems. Failure to adhere to these requirements may lead to scrutiny during Program Management Reviews. Overall, adherence to these guidelines is critical for maintaining organizational accountability and compliance with government standards in asset management.
    The document is an overview of various federal and state RFPs (Requests for Proposals) and grants aimed at funding initiatives across different sectors. It highlights key opportunities for organizations to receive financial support for projects that align with governmental priorities. The structure outlines eligibility criteria, application processes, funding limitations, and deadlines for submissions. Additionally, it emphasizes the importance of adhering to regulations and ensuring that proposed projects meet specific requirements set forth by funding bodies. The main purpose is to inform potential applicants about available resources for project funding while stressing compliance and strategic alignment with governmental objectives. Ultimately, the document serves as a valuable guide for organizations looking to navigate the complexities of securing federal and state funding for their initiatives.
    The document outlines a Request for Quotation (RFQ) from the Department of the Air Force's Directorate of Contracting for repair services related to a specific power supply component. The RFQ includes detailed terms regarding pricing, delivery timelines, and contractor obligations, emphasizing performance-based repair methods. Quotes must be submitted by April 11, 2025, and contractors need to ensure compliance with qualification requirements as stipulated. Two contract line items are specified: the teardown, testing, and evaluation of the repairable component, with a maximum extent of work price outlined. Comprehensive quality assurance measures are instituted, including mandatory documentation and inspection rules. Special emphasis is placed on data deliverables, outlining the importance of including the necessary repair item reports and counterfeit prevention plans. The document also lists various federal clauses and regulations applicable to the contract, ensuring compliance with government procurement standards. Overall, this RFQ represents a structured approach to procurement, underscoring the importance of quality, compliance, and timely execution in contracting with the Department of Defense.
    The document details a government request for proposal (RFP) focusing on a power supply unit critical for ground radar operations. The item, identified by NSN 6130013147781FD and CAGE 61773, is governed by multiple specifications, including TCTO and JEDMICS drawings. Key features of the power supply include dimensions of approximately 17.7 inches in length, 16.7 inches in width, and 11.9 inches in height, weighing 34 pounds. It is made from circuit cards and aluminum, and categorized under criticality code X, signifying its importance. The item is marked “U” for security, indicating unclassified status, with specific demilitarization and ESD requirements outlined. The document also contains contact information for the initiator, Carl Richard J. Canlas, from the 415 SCMS office, indicating direct communication channels for further inquiries. This summary captures the essential details required by potential vendors for responding to the RFP while addressing safety and material specifications necessary for compliance in federal procurement contexts.
    This document outlines the packaging requirements for wooden materials in compliance with international standards to prevent the spread of invasive species, specifically referencing the Pinewood Nematode. It specifies that all wood packaging materials (WPM) must be made from debarked wood and heat-treated to a minimum temperature of 56°C for 30 minutes, with certification from an accredited agency recognized by the American Lumber Standards Committee (ALSC). The packaging guidelines are aligned with MIL-STD-129 and MIL-STD-2073-1 standards, mandating proper military packaging and shipping container marking. Specific items listed in the document are categorized with coded data, each indicating no additional packaging data requirements. Notably, the document emphasizes the necessity of following detailed supplemental packaging instructions and marking requirements to ensure compliance with military standards. The contact for this document is identified as Wendy L Monson, a Packaging Specialist within the 406 SCMS / GULAA organization, who is responsible for addressing packaging inquiries. This document serves as a critical reference for contractors and suppliers engaged in government contracts involving packaging, ensuring adherence to established regulations and standards.
    The Department of the Air Force's Performance Work Specification (PWS) outlines the requirements for contracting services to inspect and restore a Power Supply (NSN 6130-01-314-7781) to a serviceable condition. The contractor's responsibilities include conducting visual, mechanical, and electrical testing to evaluate the component's state, with a detailed report to be provided to contracting officers. If repairs are necessary, the contractor must ensure the end item meets original specifications and is returned in a "like new" condition. Key performance requirements include acceptance testing, quality management, and adherence to cleanliness and corrosion prevention standards. Any required engineering changes must be submitted for approval. The document also stresses the importance of a Counterfeit Prevention Plan to avoid counterfeit electronic parts and mandates thorough inspection protocols for all government property. The PWS emphasizes compliance with all relevant safety, handling, and environmental regulations, as well as timely communication regarding damages or discrepancies. Ultimately, this specification serves as a framework for ensuring quality repair and maintenance of critical Air Force assets, aiming to maintain operational readiness without compromising safety or quality standards.
    The document is a Repair Data List for the Power Supply, specifically identified by National Stock Number (NSN) 6130013147781FD and Part Number 2001205-002. The data includes multiple entries related to source control drawings and technical publications linked to this equipment, indicating the associated contractor's CAGE code, which is 66948. The report outlines specific documents available for repair, such as a source control drawing numbered 2001205, technical orders, and packaging requirements. These documents possess government rights and have specific distribution codes, defining how they can be accessed. The document serves to inform potential contractors about the requirements and resources needed for maintenance or repair work related to the specified Power Supply. This data is crucial for compliance with federal regulations in the context of government contracts, enhancing the transparency and efficiency of procurement and servicing processes. It encapsulates an essential aspect of federal RFPs, ensuring potential vendors understand the available technical data as they prepare responses for government contracts.
    The document outlines compliance requirements related to wood packaging material (WPM) for international trade, specifically concerning the revision of the International Standards for Phytosanitary Measures (ISPM No. 15). It emphasizes the need for the use of debarked wood and heat treatment to eliminate invasive species like the pinewood nematode. WPM includes various wooden items such as pallets, crates, and boxes that facilitate international shipments. To ensure compliance, wooden materials must be certified by an accredited agency recognized by the American Lumber Standards Committee (ALSC). This regulation aims to prevent the spread of invasive pests through international trade, and adherence is crucial for entities engaged in the manufacture and export of wooden products. The document serves as a guideline for those involved in federal and state procurement processes related to WPM.
    The document outlines the justification for establishing qualification requirements for the procurement of a specific Power Supply (NSN: 6130-01-314-7781, P/N: 2001205-002) essential for the AN/MST-T1(V) Mini-MUTES application. Key justifications include the criticality of the supply which mandates engineering source approval to ensure product quality, and the complexity involved in manufacturing and repairing the Power Supply to meet rigorous specifications. It emphasizes that pre-contract qualification is necessary to mitigate potential technical and scheduling risks. The estimated costs for qualification testing are approximately $13,000, with a completion timeline of about 60 days, due to the involved complexities. Furthermore, the document details qualification requirements, including prequalification notifications, certification of facilities and inspection capabilities, data verification, and compliance with established engineering specifications. A set of potential waiver criteria is also included which allows exceptions for entities previously associated with similar projects. This comprehensive framework ensures that only qualified sources are considered for contract awards, thereby maintaining high standards for essential military equipment. Overall, the document serves to safeguard the integrity and reliability of critical defense systems through meticulous qualification processes.
    The document outlines transportation data related to a federal RFP concerning various commodities, initiated on March 6, 2025. It specifies details about shipping, including transportation funds information, vendor instructions, and shipping addresses predominantly focused on Hill Air Force Base in Utah. F.O.B. (Free on Board) terms are set as destination, providing instructions to contact the DCMA Transportation for clearances and shipping documentation before freight movement, particularly for contracts administered by DCMA. The document includes multiple entry points for shipment consignments and the associated National Stock Numbers (NSN) connecting to procurement details. Overall, the file emphasizes transportation compliance and regulatory adherence needed to facilitate contracts involving federal procurement processes for military and defense logistics. This emphasis is vital in ensuring the efficiency and effectiveness of federal transportation operations associated with military supplies.
    The document outlines the requirements for Item Unique Identification (IUID) marking, specifically relating to a power supply with the National Stock Number (NSN) 6130013147781FD. It references the Defense Federal Acquisition Regulation Supplement (DFARS) and identifies key personnel, including the initiator and organization codes, along with relevant contact numbers. The requirement stipulates compliance with the latest MIL-STD-130 marking guidelines, indicating the proper procedures for marking items. Additionally, the document includes sections concerning embedded items, confirming that this item belongs to a broader category requiring specific identification measures. Important technical details, such as engineering drawing numbers, marking types, and methods, are also recorded, demonstrating the structured approach to item tracking and accountability within government contracting processes. Overall, this document serves to ensure clarity in the identification and marking of military supplies, emphasizing adherence to established regulations, which is critical in government procurement and logistics operations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Power Supply
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting bids for the procurement of 63 units of a power supply component, specifically NSN 6130-21-914-2914, designated for the F-16 aircraft. Interested contractors must submit a qualification package to become recognized as qualified sources, adhering to stringent military specifications and documentation requirements, including compliance with packaging and labeling standards for hazardous materials. This acquisition is critical for maintaining the operational readiness of military aircraft, ensuring that all components meet the necessary technical and safety standards. The solicitation has been extended to April 4, 2025, with inquiries directed to Scottina Malia at scottina.malia@us.af.mil for further information.
    61--POWER SUPPLY, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of a power supply, identified by NSN 7R-6130-014214773-GF, with a quantity of 22 units required. The procurement is critical as the item is flight critical, and the government requires source approval prior to contract award, limiting competition to previously approved sources only. Interested parties must submit detailed technical data and source approval information with their proposals, as failure to do so will result in disqualification. Proposals must be submitted within 45 days of this notice, and inquiries can be directed to Hayden Young at (215) 697-2928 or via email at HAYDEN.J.YOUNG3.CIV@US.NAVY.MIL.
    61--POWER SUPPLY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking to procure eight units of a power supply identified by NSN 7H-6120-017246229. The procurement is for a specific item that cannot be reverse-engineered or sourced from additional suppliers due to the lack of ownership of necessary data by the Government, making it essential for interested parties to demonstrate their capability to fulfill this requirement. This power supply is critical for military operations, and the delivery is expected at DLA Distribution Norfolk, VA. Interested vendors should contact Jon Zeigler at (717) 605-5696 or via email at jon.zeigler@navy.mil, with proposals due within 45 days of the notice publication, as the Government intends to negotiate with only one source under FAR 6.302-1.
    61--POWER SUPPLY, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking to procure the repair and modification of power supply units, identified by NSN 7H-6130-012740647. The procurement involves the manufacture or repair of four units, which necessitates specialized test and inspection facilities to ensure ultra-precision quality and system integrity. These power supply units are critical components in various defense systems, underscoring their importance in maintaining operational readiness. Interested parties should contact Adolphe Andou at (717) 605-1228 or via email at ADOLPHE.ANDOU@NAVY.MIL for further details, and proposals must be submitted within 45 days of this presolicitation notice.
    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 seeking sources for the procurement of the F-16 Test Station Power Supply (NSN 6130-01-373-0561WF). The procurement involves compliance with stringent packaging, marking, and manufacturing qualification requirements, as outlined in various documents, including adherence to military standards for packaging and item unique identification. This power supply is critical for the operational readiness of the F-16 aircraft, emphasizing the importance of quality and reliability in defense logistics. Interested parties should contact Leslie Evans at leslie.evans.1@us.af.mil or call 801-586-3964 for further details regarding participation in this sources sought notice.
    AEWS Power Supply
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting proposals for the procurement of ten units of a specific power supply component, identified by NSN 6130-00-146-6063QX. This solicitation aims to enhance on-time delivery performance as part of an initiative to improve supply chain efficiency for military logistics, emphasizing compliance with federal regulations and military packaging standards. The contractor is required to adhere to strict packaging, labeling, and documentation protocols, ensuring that all materials meet the necessary safety and quality standards. Interested parties should submit their proposals by April 30, 2025, and can direct inquiries to Kody Quayle at kody.quayle@us.af.mil for further information.
    61--POWER SUPPLY DWR, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking to procure 21 units of a power supply component identified by NSN 7H-6130-016591304, as part of a presolicitation notice for repair and modification services. The procurement is limited to a single source due to the government's determination that it is uneconomical to acquire the necessary data or rights for competitive sourcing, making this a non-competitive procurement under FAR 6.302-1. The goods are critical for maintaining operational capabilities within the Navy's weapon systems, and interested parties are encouraged to submit their interest and capability statements within 45 days of the notice publication. For further inquiries, potential vendors can contact Abigail R. Hurlbut at (717) 605-6805 or via email at ABIGAIL.R.HURLBUT.CIV@US.NAVY.MIL.
    61--COMMON POWER SUPPLY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure eight units of a common power supply, identified by NSN 7R-6130-015855285-P8 and reference number 1072379P-2. This procurement is critical for maintaining operational readiness and ensuring the reliability of electrical converters used in various defense applications. The government intends to solicit and negotiate with only one source under FAR 6.302-1, with a deadline for interested parties to submit proposals or capability statements within 45 days of the notice publication. For further inquiries, interested vendors can contact John A. Maier at (215) 697-2782 or via email at JOHN.A.MAIER@NAVY.MIL.
    6130-01-718-8723 (25-Q-0487)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting bids for the procurement of a Power Supply Assembly (NSN: 6130-01-718-8723) and a Counterfeit Prevention Plan under solicitation number SPRHA4-25-Q-0487. The procurement requires the delivery of five units of the power supply assembly, which is critical for the F-16 aircraft, along with a comprehensive plan to prevent counterfeit components, emphasizing strict adherence to quality assurance and documentation standards. Interested contractors must comply with military packing and marking protocols, and the submission deadline for offers has been extended to March 28, 2025, with delivery dates set for February 25, 2025, for the Counterfeit Prevention Plan and October 16, 2026, for the power supply assembly. For further inquiries, interested parties can contact Johnny Wakefield at johnny.wakefield.2@us.af.mil or by phone at 385-519-8310.
    POWER SUPPLY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of power supply units under a fixed-price contract. The procurement aims to ensure timely and efficient repair services, with a required Repair Turnaround Time (RTAT) of 60 days, emphasizing the importance of maintaining operational readiness for military equipment. Interested contractors must provide detailed quotes including unit prices, RTAT, and any capacity constraints, with the solicitation deadline extended to March 25, 2025. For further inquiries, potential bidders can contact Jamie Kershaw at 717-605-3233 or via email at jamie.kershaw@navy.mil.