Zenith Panel and Fall Arrest System for AN/FPS-124 Radar
ID: FA8217-25-ZenithPanelType: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8217 AFLCMC HBDKHILL AFB, UT, 84056-5838, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

INSTALLATION OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (N059)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking to procure and install a Zenith Panel and Fall Arrest System for the AN/FPS-124 Short Range Radar located at the Lab-4 site in Goose Bay, Newfoundland and Labrador, Canada. This urgent requirement arises from the current Zenith Panel's non-compliance with approved design specifications, posing safety risks to personnel at the site. The Government intends to award a single-source contract to Infinite Technologies RCS Inc. (ITI), the sole provider capable of meeting the necessary specifications, which includes the procurement of various components and installation services. Interested parties may submit capability statements or proposals for consideration, with inquiries directed to Christopher Jarman at christopher.jarman@us.af.mil or Cameron Tucker at cameron.tucker.6@us.af.mil.

    Files
    Title
    Posted
    The Air Force Life Cycle Management Center (AFLCMC) is issuing a Request for Information (RFI) to procure a 28-foot composite-material radome zenith panel featuring a fall arrest system. This RFI specifically seeks a replacement for a current zenith panel attached to an SCR-T28D Radome, which must include functional equivalents of existing accessories, while integrating a personnel fall-arrest system compliant with OSHA standards. The Air Force is not looking for development or design proposals; instead, it requests information from vendors capable of fulfilling these specifications. The RFI aims for a single-source contract but seeks to establish if alternative vendors can meet the requirements. Interested parties are instructed to submit a white paper by April 2, 2025, with specific formatting guidelines. This document emphasizes that responses are for informational purposes only and that participation does not guarantee future contract opportunities.
    Similar Opportunities
    Eastern Range Launch Pad Lightning Warning System Sole Source
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a Lightning Warning System for the Eastern Range Launch Pad through a sole source justification. This procurement aims to enhance safety measures by implementing a reliable lightning warning system that is critical for operations at the launch pad. The system is categorized under IT and Telecom application development software, indicating its technological significance in ensuring operational readiness and safety during launch activities. Interested parties can reach out to Edwin Baldomero at edwin.baldomero.1@spaceforce.mil or call 321-494-5560 for further details regarding this opportunity.
    Repair of JTE Antenna NSN: 5985-01-599-9815
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting qualified contractors for the repair of the JTE Antenna (NSN: 5985-01-599-9815). The procurement involves comprehensive services including Test, Teardown, and Evaluation (TT&E) of the antenna, as well as potential repair of identified components to restore the item to a serviceable, like-new condition. This antenna is critical for radar applications, and the successful contractor will be responsible for ensuring compliance with stringent quality and security standards throughout the repair process. Interested vendors must submit a Source Approval Request (SAR) to qualify, with a response deadline set for January 5, 2026. For further inquiries, contractors can contact Elijah Leo Carino at elijahleo.carino@us.af.mil or Cydnee Simpson at cydnee.simpson@us.af.mil.
    Zeiss XTR Probe Head
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a Zeiss XTR Probe Head and associated components for the Oklahoma City Air Logistics Complex at Tinker Air Force Base. The requirements include one Zeiss Vast XTR Gold Probe Head, ten Zeiss Vast XTR Adapter Plates, and five Zeiss Vast XTR Probe Change Sockets, along with comprehensive technical documentation and a one-year warranty for all items. These components are critical for the operation of the Zeiss Contura Coordinate Measuring Machine, which is essential for precision measurement and testing in various defense applications. Interested vendors, particularly small businesses, should contact Brian Eakers at brian.eakers@us.af.mil or Kyle Newcomb at Kyle.newcomb@us.af.mil for further details, as this opportunity is set aside for total small business participation.
    FMS Canada Repair NIIN 016868604
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of NIIN 016868604, a Receiver Transmitter Radio (-40), intended for the country of Canada under the Foreign Military Sales (FMS) program. The procurement requires a Repair Turnaround Time (RTAT) of 180 days from the receipt of the asset, with specific throughput constraints to be determined by the contractor, and an induction expiration date set for 365 days post-contract award. This repair service is critical for maintaining operational readiness of defense communication systems, emphasizing adherence to stringent technical, quality, and logistical standards, including compliance with various military specifications for packaging and marking. Interested contractors should contact Chad Fichter at chad.m.fichter.civ@us.navy.mil or call 771-229-0432 for further details regarding the solicitation.
    58--PANEL,ANGLE INDICAT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of seven units of the Panel, Angle Indicator (NSN 7HH 5895 012829033). The contract requires a firm fixed price that includes all costs associated with manufacturing, packaging, and shipping the specified item, with Government-Source Inspection and Acceptance mandated. This equipment is crucial for military applications, particularly in naval operations, and must adhere to strict quality and packaging standards, including MIL-STD requirements. Interested vendors should submit their quotes to Heather Jones via email at heather.r.jones52.civ@us.navy.mil, ensuring that the quote remains valid for six months from the submission date.
    Synopsis for Solicitation N0038326QD053
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking proposals for the repair of specific radar and inertial measurement units in support of the United Kingdom under a Foreign Military Sales (FMS) requirement. The procurement involves the repair of two units of NIIN 016482622, known as the Radar Data Center, and one unit of NIIN 016320381, referred to as the Inertial Measurement Unit (IMU). These items are critical for flight operations, and currently, Raytheon Company is the only known source with the full repair capabilities required; however, other responsible sources are encouraged to submit capability statements or proposals for consideration. Interested parties must contact Shannon K. Fitzgerald at 215-697-3638 or via email at Shannon.K.Fitzgerald3.CIV@us.navy.mil for further details, and must adhere to the source approval process outlined in the U.S. Navy Aviation Supply Office Source Approval Information Brochure to be eligible for contract award.
    F16_APG68_Radar_NSN1270012235840_PN758R862G01
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking sources for the procurement of an IF Assembly for the APG68 Radar. The IF Assembly is used in Section C of the radar and is essential for its operation. The offeror must have the necessary facilities, equipment, and personnel to repair, inspect, test, package, and store the item. They must also possess a complete data package and comply with Unique Identification (UID) requirements. The offeror will be required to submit a qualification test plan/procedure and a qualification article for evaluation by the government. The estimated cost for testing and evaluation is $5000.00, and the qualification effort is expected to take 180 days. Qualified sources may apply for a waiver of the qualification requirements based on certain criteria.
    F-16_Radar_Antenna_Phase_Shift_Driver_Unit_NSN1270015616088_PN562R218Ho1
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources to repair the Phase Shifter Assembly (P/N: 562R218H01, NSN: 1270-01-561-6088WF) for the AN/APG-68 Radar Antenna. Offerors must demonstrate their capability to meet stringent qualification requirements, including access to necessary facilities and equipment, adherence to ESA-approved data packages, and submission of a comprehensive qualification test plan and report. This repair component is critical for maintaining the operational effectiveness of the radar systems used in military applications. Interested parties should contact the SASPO office at 429SCMS.SASPO.Workflow@us.af.mil, with an estimated qualification cost of $4,000 and a completion timeframe of 90 days prior to contract award. Successful qualification does not guarantee a contract award.
    F-16 Radar Antenna Phase Shift Driver Unit NSN: 1270-01-561-6088 PN: 562R218H01
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources to repair the Phase Shifter Assembly (P/N: 562R218H01, NSN: 1270-01-561-6088WF) for the AN/APG-68 Radar Antenna. Interested offerors must demonstrate their capability to meet stringent qualification requirements, which include providing a complete data package, submitting a qualification test plan, and delivering a pre-contract award qualification article for evaluation. This repair unit is critical for maintaining the operational effectiveness of the radar systems used by the Air Force. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil or by phone at 7772211 to express their intent to qualify, with an estimated qualification cost of $4,000 and a completion timeframe of 90 days. Note that successful qualification does not guarantee a contract award.
    12--PANEL,INDICATOR, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is seeking to procure four units of a specialized indicator panel (NSN 7H-1290-014382607) for repair and modification purposes. This procurement is critical as the government has determined that it is uneconomical to purchase the data or rights necessary for contracting repair from additional sources, and reverse engineering the part is also deemed uneconomical. Interested parties are encouraged to submit their interest and capability statements within 45 days of this notice, with the primary contact for inquiries being Christian D. Spangenberg at (717) 605-5192 or via email at CHRISTIAN.SPANGENBERG@NAVY.MIL. This opportunity is set aside for small businesses under the SBA guidelines, and proposals will be considered for a contract action that intends to negotiate with only one source.