Repair of Receiver-Transmitter
ID: FA8524-25-R-0011Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8524 AFSC PZAAAROBINS AFB, GA, 31098-1670, USA

NAICS

Other Communications Equipment Manufacturing (334290)

PSC

RADIO AND TELEVISION COMMUNICATION EQUIPMENT, AIRBORNE (5821)
Timeline
    Description

    The Department of Defense, specifically the U.S. Air Force, is seeking proposals for the repair of Receiver-Transmitter units, crucial for the operational readiness of the TH-1H helicopter used in pilot training for combat search and rescue missions. The procurement involves a total of 25 units, each valued at $26,402, with strict adherence to the original equipment manufacturer's specifications and quality standards, including ISO 9001:2015. This initiative underscores the importance of maintaining essential communication equipment for defense operations, ensuring that the TH-1H remains fully operational. Interested contractors should reach out to Vincent A. Mize at vincent.mize@us.af.mil or call 478-472-8570 for further details, with proposals due by the specified deadline in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    This Performance Work Statement (PWS) outlines the requirements for repairing the Receiver Transmitter utilized on the TH-1H helicopter, vital for training pilots in combat search and rescue missions. The document specifies that repairs must align with the original equipment manufacturer's technical specifications, ensuring the functionality and integrity of the equipment remain unaltered unless authorized. A successful completion of this contract will maintain the TH-1H's operational readiness and enable efficient pilot training. The services summary includes essential performance metrics such as timely delivery, quality of repairs, and comprehensive reporting on production activities. Moreover, the contractor is accountable for handling government property according to federal regulations, ensuring meticulous records of assets and compliance with inventory requirements. Technical requirements stress adherence to established repair standards and protocols, as well as strict reporting obligations regarding any potential loss of government property. Additionally, the emphasis is placed on maintaining quality management aligned with ISO standards while implementing a counterfeit electronic parts prevention strategy. Overall, this PWS illustrates the government's commitment to enhancing aircraft operational capabilities through precise repair and maintenance processes, highlighting rigorous oversight on compliance, reporting, and quality assurance throughout the contract duration.
    The System Authorization Access Request (SAAR) form is a critical document used to validate and process individuals seeking access to Department of Defense (DoD) systems and information. It complies with federal regulations, including the Privacy Act. The form collects essential data such as the user’s name, organization, job title, citizenship status, and justification for access. It consists of multiple sections where the requestor details their information, the supervisor endorses the request, and the Information Assurance Officer (IAO) validates the user's background check. Additionally, it requires sign-offs to confirm the user's need for access, specifying whether it is for unclassified or classified information. The document emphasizes that while disclosure is voluntary, failing to provide necessary information may hinder access requests. Proper handling and filing of this form—maintaining a copy for one year post-account termination—are essential for accountability and regulatory compliance. This authorization process ensures that only trustworthy individuals gain access to sensitive DoD information.
    The document pertains to a federal government requisition involving a serialized item categorized as a receiver-transmitter. The pre-stage identifier for the attachment is 1010894, and the solicitation is dated March 5, 2025. Key details include the National Stock Number (NSN) 582101482843, CAGE Code 45934, and part number 064-01076-0101, indicating that the item is sourced from a specific manufacturer. A total of 25 units are requisitioned, with each unit valued at $26,402. The delivery specifications, including duration and specific delivery events, are noted but not detailed in this attachment. The purpose of this document is to facilitate the procurement process by ensuring accurate tracking of the item requisitioned within the government framework, highlighting the ongoing commitment to maintain necessary equipment for federal operations. This summary encapsulates the essence of the requisition document while maintaining objectivity and clarity.
    The CAVAF Reporting Requirements document outlines guidance for contractor responsibilities and reporting obligations related to the Commercial Asset Visibility Air Force (CAVAF) system. CAVAF serves as the primary record for tracking government-owned assets at contractor repair facilities. Contractors must report maintenance actions daily or within one business day, ensuring accurate and timely data for asset management and distribution. Familiarization training is mandatory for contractors, with specific training and access requests routed through designated points of contact. Key contractor responsibilities include submitting a System Authorization Access Request and completing DoD Information Assurance training annually. Contractors must adhere to stringent reporting protocols for government-furnished property, including accurate management of “Not-on-Contract” assets and compliance with Nuclear Weapon Related Material tracking. Additionally, contractors are responsible for resolving shipment discrepancies through proper reporting channels and managing overages, shortages, and misidentified assets. The document serves as a critical framework for contractors engaged with the Air Force, outlining clear expectations for performance and communication, ensuring compliance with federal standards in asset visibility and maintenance accountability. Accurate data reporting is vital to the success of this governmental oversight initiative.
    The document appears to be heavily corrupted or encoded, rendering it unreadable in terms of traditional text analysis. It lacks coherent content that can be summarized or paraphrased effectively. However, the overall context suggests it relates to federal and state RFPs (Requests for Proposals) and potentially grants, focusing on processes or initiatives associated with government projects. These might include aspects such as regulations, compliance requirements, and procedural outlines for proposal submissions, evaluations, or funding allocations. To create a meaningful summary, the document must be returned to a readable format, as the current state prevents any substantive analysis or extraction of key points.
    The document outlines the packaging requirements for military shipments under Purchase Instrument Number FD20602500072-00, emphasizing compliance with international standards to prevent the introduction of invasive species through wood packaging materials (WPM). This includes wood pallets, crates, and containers, which must be constructed from debarked wood that is heat-treated to specified temperatures for pest control. Certification from an accredited agency is mandatory to ensure adherence to the International Standards for Phytosanitary Measures (ISPM No. 15). Additional requirements include compliance with MIL-STD-2073-1 for military packaging and MIL-STD-129 for shipping and marking of containers. Containers deemed unserviceable must be disposed of and replaced by the contractor according to the standards outlined in AFMC Form 158. The document also lists specific coded data for items and details the responsibilities of the packing specialist in ensuring all packaging meets military standards. Overall, this directive aims to facilitate safe and efficient logistics for military operations while ensuring environmental compliance and resource management in packaging practices.
    The document outlines transportation data related to federal solicitations, specifically focusing on the procurement process under purchase instrument number FD20602500072-00 initiated on April 1, 2025. It emphasizes the importance of following proper transportation provisions, including contacting the Defense Contract Management Agency (DCMA) for instructions on shipping requirements. Key information such as transportation funds, account codes, and specific shipping destinations are detailed, directing the recipient to comply with guidelines like F.O.B. terms. The document also specifies ship-to addresses for various items, highlighting the need for vendors to contact supply planners for detailed shipping instructions a few days prior to completion. Communication is paramount, as poor coordination can lead to additional costs. The structure is segmented into clear sections regarding transportation funds, item shipping specifics, and essential contact information, ensuring that all parties involved understand their roles and responsibilities for effective execution. Overall, this document serves as a vital reference for vendors engaged in federal contracts, aiming to streamline transportation logistics and ensure regulatory compliance throughout the procurement process.
    The document outlines the Contract Data Requirements List (CDRL) for the TH-1H Helicopter contract (FD20602500072) with Ontic, detailing specific data submission and reporting requirements. It includes multiple data items, such as the Commercial Asset Visibility (CAV) Reporting, Government Property Inventory Report, Contract Depot Maintenance Monthly Production Report, Item Unique Identification Marking Plans, and Counterfeit Prevention Plans. Each item specifies the data item number, frequency of submission, format, and relevant regulatory references. Reports must be submitted electronically, with deadlines set for daily, quarterly, or annual submissions relative to the contract's performance periods. Key responsibilities include the contractor's obligation to provide up-to-date transactional data within specified timelines while ensuring compliance with government standards. The document stresses the importance of electronic submissions, training in CAV protocol, and communication with designated program managers and supply planners. Overall, this CDRL serves as a guide to ensure contract compliance through meticulous reporting and documentation, reflecting the government's commitment to oversight and accountability in defense contracting.
    The document outlines a Request for Proposal (RFP) for commercial products and services from the U.S. government, specifically focused on supplying and repairing Receiver-Transmitter units (NSN #5821-01-482-8431 HL). The procurement, facilitated by the U.S. Air Force, includes firm fixed pricing for the delivery of five units and additional requirements for data management and reporting as specified under contract Data Item Requirements Lists (CDRLs). The contractor must comply with quality standards, including ISO 9001:2015, and must ensure proper item identification and documentation as outlined in the contract clauses such as Item Unique Identification and Valuation. The proposal invites offerors to provide a detailed line-item schedule and price, emphasizing delivery and acceptance procedures at designated military installations. Furthermore, the RFP highlights the initiative's commitment to strict compliance with federal acquisition regulations, aiming to enhance communication capabilities for defense operations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    58--RECEIVER-TRANSMITTE, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking contractors for the repair and modification of Receiver-Transmitter units under a federal contract. The procurement requires contractors to provide comprehensive repair services, including testing and inspection, to return the units to a Ready for Issue (RFI) condition, with a stipulated repair turnaround time of 180 days after receipt of the asset. These units are critical for airborne radio and television communication, emphasizing their importance in military operations. Interested contractors can reach out to Chad M. Fichter at 215-697-2782 or via email at chad.m.fichter.civ@us.navy.mil for further details and to express their interest in this opportunity.
    58--RECEIVER-TRANSMITTE, 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 Receiver-Transmitter, identified by NSN 7R-5821-015855355-P8. The procurement involves a quantity of three units, with delivery terms set to FOB Origin, and requires engineering source approval to ensure the quality of the part, as it is flight critical. Interested vendors must be approved sources or provide detailed documentation for source approval, as the item’s unique design and technical data are not readily available to the Government. Proposals must be submitted within 45 days of this notice, and interested parties can contact Dina M. Wojciechowski at (215) 697-1219 or via email at DINA.M.WOJCIECHOWSKI.CIV@US.NAVY.MIL for further information.
    Repair of Transmission Assemblies Applicable to the UH-1N Helicopters
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the repair of transmission assemblies applicable to UH-1N helicopters under solicitation FA8524-26-R-0001. This procurement involves a Firm-Fixed Price, Requirements Type, Indefinite Delivery Contract (IDC) for the overhaul of these critical components, with a performance period anticipated from FY26 to FY31. The selected contractor must demonstrate Bell Certification or be an Air Force qualified source of repair, ensuring compliance with stringent quality standards essential for military operations. Proposals are due by December 19, 2025, at 3 PM EST, and interested parties can contact Leigh Ann Taylor at leigh.taylor.3@us.af.mil or Jessica Cobb at Jessica.cobb.3@us.af.mil for further information.
    NIIN: 01-560-2895/ NOMEN: RECEIVER-TRANSMITTE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the repair of a Receiver-Transmitter, identified by NIIN: 01-560-2895. Contractors are required to submit a quote that includes either a firm-fixed price or time and materials pricing, along with estimated costs for the repair of this item. This procurement is crucial as it pertains to radar equipment used in airborne applications, which plays a vital role in navigation and detection systems. Interested contractors should direct their inquiries to Kate N. Schalck at KATE.N.SCHALCK.CIV@US.NAVY.MIL, as the government will consider proposals upon receipt for contract issuance.
    Temperature Regulating Valve Repair (Applicable to the TH-1HHelicopter Program)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a firm-fixed-price contract to repair Temperature Regulating Valves (NSN 4820-00-931-2314GA) for the TH-1H Helicopter program. The contract encompasses a Basic Year and four one-year Ordering Periods, requiring the contractor to provide all necessary services, materials, and equipment for the repairs, which are critical for pilot training and combat search and rescue missions. The selected contractor must adhere to OEM specifications, maintain high-quality repair standards, and comply with various reporting and inventory management requirements, with the work to be performed at the contractor's facility in Warner Robins, Georgia. Interested parties should contact Teresa Smith at teresa.smith.16@us.af.mil or William D. Martin at william.martin.12@us.af.mil for further details.
    SYNCHRONIZER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of a SYNCHRONIZER unit. The procurement aims to establish a firm-fixed-price contract for the repair services, with a required Repair Turnaround Time (RTAT) of 126 days, emphasizing the importance of timely and efficient repair processes for critical communication equipment. This opportunity is vital for maintaining operational readiness and ensuring the functionality of essential military communication systems. Interested contractors should submit their quotes, including pricing and capacity constraints, to Hilary Garrett at HILARY.GARRETT@NAVY.MIL or by phone at 717-605-2375, with the solicitation details available for review.
    99--RECEIVER TRANSMITTE, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of the Receiver Transmitter, identified by NIIN 016298083. This procurement is a sole source requirement, indicating that the government lacks sufficient data to contract with any source other than the current one, necessitating Government Source Approval prior to award. The items are critical for military operations, and interested vendors must submit the required documentation as outlined in the NAVSUP WSS Source Approval Brochure to be considered. Proposals must remain valid for a minimum of 120 days following submission, and inquiries can be directed to Cody Cameron at cody.p.cameron.civ@us.navy.mil or by phone at 215-697-1202.
    RECEIVER,COUNTERMEA
    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 the Receiver, Countermeasure (NSN: 016772663, Part Number: 2687100B001). The procurement involves the repair, testing, and inspection of four units, which must be conducted in accordance with established repair procedures and quality requirements to ensure they are returned to a Ready for Issue (RFI) condition. This equipment is critical for electronic countermeasures and plays a vital role in national defense operations. Interested contractors must submit their quotes via email to Autumn M. Rau at AUTUMN.M.RAU2.CIV@US.NAVY.MIL by the specified due date, and they must comply with government source approval requirements prior to award.
    RECEIVER,COUNTERMEA
    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 Receiver, Countermeasure (NSN: 016772663, PN: 2 2687100B001), with a requirement for three units. The contractor will be responsible for ensuring compliance with specified repair procedures, including inspection, testing, and returning the items to a Ready for Issue (RFI) condition, adhering to the latest approved repair methods and publications. This procurement is critical for maintaining operational readiness and support for naval operations. Interested parties must submit their quotes via email to Autumn M. Rau at AUTUMN.M.RAU2.CIV@US.NAVY.MIL by the specified due date, and all proposals must include the necessary documentation for government source approval.
    FMS Finland Repair of NIIN 016229568 | PN 1007101G-30
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for the repair of a Receiver Transmitter (PN 1007101G-30, SN 10235) under the Foreign Military Sales (FMS) program for Finland. The contract requires a Firm Fixed Price arrangement with a Repair Turnaround Time (RTAT) of 124 days, emphasizing compliance with stringent Configuration Management and Controls, as well as adherence to specific packaging and marking standards. This repair is critical for maintaining operational capabilities in airborne communication systems, ensuring the equipment meets high-quality standards and regulatory requirements. Interested contractors should contact Chad Fichter at chad.m.fichter.civ@us.navy.mil or call 771-229-0432 for further details and to discuss submission timelines.