Repair services for the GPS program; Antenna Control; NSN 5985-01-551-5043 GO
ID: FA825026Q0216Type: 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

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for repair services related to Antenna Control Units (NSN 5985-01-551-5043 GO) under Request for Quotation FA8250-26-Q-0216. The procurement includes Test, Teardown, and Evaluation (TT&E) services for three units, along with repair services, and requires compliance with various data and reporting requirements as outlined in the solicitation. These Antenna Control Units are critical components for the AN/FRC-178 ground antennae, necessitating meticulous repair and restoration to ensure operational readiness. Interested contractors must submit their quotations by January 12, 2026, and can direct inquiries to Elijah Leo Carino at elijah_leo.carino@us.af.mil or Valerie Humphries at valerie.humphries@us.af.mil for further information.

    Files
    Title
    Posted
    The provided file is not a government document or an RFP, grant, or solicitation. Instead, it is a technical note indicating that the PDF portfolio should be opened in Adobe Acrobat X or Adobe Reader X, or later, for the best experience. It also suggests getting Adobe Reader now. This content is a technical instruction for viewing the file and does not contain any information relevant to federal government RFPs, federal grants, or state and local RFPs.
    The CAV AF Reporting Requirements document provides comprehensive guidance for contractors on technical responsibilities and reporting within the Commercial Asset Visibility Air Force (CAV AF) system. This system is the primary record for daily status of government-owned assets at contractor repair facilities, including those in Inventory Control Points. Contractors are responsible for ensuring accurate, daily reporting within one business day of a maintenance action, utilizing current user guides, and maintaining a valid Public Key Infrastructure (PKI). Key responsibilities include assigning two CAV AF reporters who must complete initial and annual DoD Information Assurance CyberAwareness Challenge training. The document details specific transactional reporting for "Not-on-Contract" items, proper usage of forms like DD Form 1348-1A for receipt and shipping actions, and procedures for systemic data problems. It also outlines reporting for Nuclear Weapon Related Materiel (NWRM), contract closure dispositions, and discrepancies incident to shipment, emphasizing immediate reporting to ensure accurate asset visibility and compliance with federal regulations.
    This government file details an Antenna Control Unit (NOUN: CONTROL,ANTENNA) with National Stock Number 5985015515043GO, manufactured by CAGE 09SP4 under reference RTL-S200008. The unit is designed for the AN/FRC-178 ground antennae and is associated with TCTO NUMBER 31R2-2FRC178-4. It is classified with a criticality code of X, demilitarization code D, and security code 7. Key specifications include dimensions of 28.5000 inches in length, 27.5000 inches in width, 20.7500 inches in height, and a weight of 36.0000 lbs. The unit comprises assorted electronic components and functions as an antenna control unit. It is marked as ESD sensitive. The document was initiated by William S. Leonhardt on April 22, 2015, and verified by Johnny R. Tucker from 415 SCMS / GUMBB.
    This government file outlines packaging requirements for various items, emphasizing compliance with international and military standards. A key requirement is the use of wood packaging material (WPM) that is debarked and heat-treated to prevent the spread of invasive species, as per International Standards for Phytosanitary Measures (ISPM) No. 15. Certification and marking by an American Lumber Standards Committee (ALSC) accredited agency are mandatory for all WPM. While most items specify "No Packaging Data Required," item PACRN AAC explicitly requires military packaging and marking in accordance with MIL-STD-2073-1 for packaging and MIL-STD-129 for shipping and storage markings. Additional markings or barcoding requirements exceeding MIL-STD-129 may also apply. The document highlights a distinction between general packaging requirements and specific military packaging standards for certain items, ensuring adherence to both environmental protection and military logistical needs.
    This document outlines comprehensive preservation, packaging, and marking requirements for government contractors. It mandates adherence to various military and commercial standards, including AFMC Form 158, MIL-STD 2073-1 for military packaging, ASTM D3951 for commercial packaging, and MIL-STD 129 for military marking. Specific guidelines are provided for hazardous materials, classified materials, electrostatic sensitive items, and wood packaging materials (ISPM 15). The document also details requirements for Item Type Storage Codes (ITSC), palletized unit loads (MIL-STD-147), and specialized shipping containers (MIL-STD-648). Contractors must comply with regulations for hazardous material shipments from various international and federal organizations, prepare Safety Data Sheets (SDS) per FED-STD-313, and utilize the SPIRES website for packaging instructions. It also covers the handling of reusable containers and procedures for reporting supply discrepancies via WebSDR. The document emphasizes using the latest revisions of all listed standards and provides contact information for queries.
    This Performance Work Specification (PWS) outlines the requirements for inspecting and restoring Antenna Control Units (NSN 5985-01-551-5043, Part Numbers 1262806, 1262802, 3883, RTL-S200008) to serviceable, like-new condition for the Department of the Air Force. The contractor must provide all necessary facilities, parts, materials, equipment, and services. The work includes either Test, Teardown, and Evaluation (TT&E) only, or TT&E followed by repair, if approved by the Procurement Contracting Officer (PCO). All repairs must meet original specifications, and the items must be cleaned, configured, refinished, and tested. The PWS also details requirements for subcomponent changes, foreign disclosure restrictions, acceptance testing, quality deficiency reporting, packaging, handling, security, transportation, and condemnation criteria. A significant section addresses Electrostatic Discharge (ESD) control and a comprehensive Counterfeit Prevention Plan (CPP) in accordance with MIL-PRF-87893, ANSI/ESD S20.20-2021, T.O. 00-25-234, and SAE 5553. The document emphasizes meticulous record-keeping, reporting through the Commercial Asset Visibility Air Force (CAV AF) system, and adherence to specific marking, cleaning, corrosion control, and maintenance procedures.
    The document "RDL REVISION 5" is a Repair Data List (RDL) for an Antenna Control unit (NSN 5985015515043GO, CAGE CODE 1Q601, PART NUMBER 1262806). Dated 24 FEB 2025, it outlines the technical documentation required for the repair of this specific component. Key repair data includes references to T.O. 31R2-2FRC178-4, Figure 28, Index 7, and VID (Vendor Item Drawing) RTL-S200008, both verified in May 2016. The document also lists 31R2-2FRC178-411C as a repair data document. All listed data is marked as "R" (Furnished by PCO upon request) and available with Government Rights, and a Distribution Code of "E". The legend clarifies various furnished method codes for technical data, indicating how documents are provided to contractors.
    This government file, controlled by 406 SCMS, GULAA-HILL AFB, and CUI/SP-CTI, outlines packaging and handling requirements for federal government assets, particularly those involved in worldwide shipments and strategic deployments. Key notices address the integrity of previous packaging, the availability of NSNs, material substitution if it meets MIL-STD-2073-1 and offers equal or better protection without increased cost to the government, and specific guidelines for Level A and Level B packaging. Level A protection is mandated for severe worldwide conditions, including war reserve material and security assistance items. A significant portion details compliance with ISPM No. 15 for wood packaging material (WPM) to prevent the spread of invasive species. All WPM, including pallets, skids, and crates, must be constructed from debarked, heat-treated wood (56 degrees Celsius for 30 minutes) and certified by an ALSC-recognized agency. The document also includes specific instructions for wrapping and cushioning items, emphasizing proper placement and sealing, along with 'THIS SIDE UP' and 'FRAGILE HANDLE WITH CARE' markings.
    The “ITEM UNIQUE IDENTIFICATION (IUID) CHECKLIST” details IUID marking requirements for a “CONTROL,ANTENNA” item, NSN 5985015515043GO. This document, version 1, specifies that marking must follow MIL-STD-130, guided by engineering drawing RTL-S200008. Initiated by Nghia T. Dam from 415 SCMS/GUEA, it provides contact information for inquiries. The checklist also addresses embedded items, noting that a separate item is embedded within the primary NSN 5985015515043GO, with its own marking guidance and engineering drawing number. This document is crucial for ensuring proper identification and tracking of government property in accordance with DFARS 252.211.7003.
    This government file outlines the qualification requirements for sources intending to repair Antenna Control Units (NSN: 5985-01-551-5043, P/N: 1262806 / 1262802 / 3883 / RTL-S200008) for the AN/FRC-178(V) application. To qualify, offerors must notify the government, certify access to necessary repair and testing facilities, verify possession of a complete data package (including Lockheed Martin drawing RTL-S200008), demonstrate compliance with repair processes and Unique Identification (UID) requirements, and submit a qualification test plan. The estimated cost for qualification is $0, with an estimated completion time of 30 days. Offerors must be fully qualified before contract award, though an opportunity to demonstrate qualification prior to award will be provided. The document also details six Source Qualification Waiver Criteria (QWC) for potential sources to apply for a waiver of all or part of the qualification requirements, which may still necessitate a post-contract award first article exhibit.
    The Department of the Air Force issued Request for Quotation FA8250-26-Q-0216 for Test, Teardown, and Evaluation (TT&E) and repair services for Antenna Control Units (NSN: 5985-01-551-5043 GO). This is not a small business set-aside. The solicitation outlines requirements for three units, including firm-fixed-price CLINs for TT&E (CLIN 0001) and repair (CLIN 0002), with subsequent negotiation for repair funds. Additionally, the RFQ details Not Separately Priced (NSP) data requirements for Commercial Asset Visibility Air Force (CAVAF) (CLIN 0003), Repairable Item Inspection Report (RIIR) (CLIN 0004), Counterfeit Prevention Plan (CPP) (CLIN 0005), and Engineering Change Proposal (ECP) (CLIN 0006). Failure to comply with data requirements may result in payment withholding. Key clauses include those related to item unique identification and valuation, small business programs, combating trafficking in persons, and various environmental and security regulations. The deadline for quotations is January 12, 2026.
    Lifecycle
    Similar Opportunities
    Repair of NSN: 5985-01-307-6290 for the UMTE Program
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting qualified sources for the repair of antennas (NSN: 5985-01-307-6290) as part of the Unmanned Threat Emitter (UMTE) program. The procurement requires vendors to adhere to stringent qualification standards, including the submission of a Source Approval Request (SAR) for those not previously approved, and compliance with various reporting and documentation requirements such as the Commercial Asset Visibility Air Force (CAVAF) system. This antenna is a critical component for defense operations, necessitating high-quality repair services to ensure operational readiness. Proposals are due by January 5, 2026, and interested parties should contact Avery Irwin at avery.irwin@us.af.mil or John Prather at JOHN.PRATHER.3@US.AF.MIL for further details.
    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.
    Repair of Electronic Amplifier
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of electronic amplifiers, identified by NSN 5996-01-384-9562 and Part Number URA0240L-400. The procurement aims to secure firm-fixed-price contracts for repair services, including no-fault-found and beyond-economic-repair options, essential for maintaining the functionality of the ARC-210 SATCOM system. This opportunity is critical for ensuring the operational readiness of military communications equipment, with the performance period for the basic contract set from August 16, 2026, to August 15, 2027. Interested contractors should submit their proposals by January 31, 2026, and can direct inquiries to primary contact Sheeja Santhosh at sheeja.santhosh@us.af.mil or secondary contact Kristen Carter at kristen.carter@us.af.mil.
    16--ANTENNA EFA, IN REPAIR/MODIFICATION OF (AMENDED)
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of the Antenna EFA, as outlined in solicitation N00383-25-R-D049. The procurement requires contractors to provide comprehensive repair services, including testing, teardown, and inspection, with a desired turnaround time of 200 days and a throughput of one unit per month. This opportunity is critical for maintaining operational readiness of aircraft systems, ensuring that the repaired components meet stringent military standards. Interested contractors must submit their proposals by January 12, 2026, at 2:00 PM EDT, and can direct inquiries to Christian M. Markle at 771-229-0508 or via email at CHRISTIAN.M.MARKLE.CIV@US.NAVY.MIL.
    F16_ANAPG_68_RadarDualModeTransmitterNSN5998013035872PN762R831G01
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources for the repair and maintenance of the RF Controller (NSN: 5998-01-303-5872, P/N: 762R831G01) used in the F-16 C/D AN/APG-68 Radar Dual Mode Transmitter. Interested offerors must meet stringent qualification requirements, including the ability to certify access to necessary facilities and equipment, provide a complete data package, and undergo a rigorous testing and evaluation process to demonstrate compliance with government standards. This procurement is critical for maintaining the operational readiness of the F-16 radar systems, ensuring that the RF Controller functions effectively within military operations. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil or by phone at 7772211 for further details, as the qualification process is estimated to take approximately 270 days and may incur costs around $5,000.
    F16_APG68_RadarDualModeTransmitter_PN772R0225G01_NSN5598012031936
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources to repair the RF Controller (Part Number 772R025G01) associated with the F-16 C/D AN/APG-68 Radar Dual Mode Transmitter. Interested contractors must meet stringent qualification requirements, including demonstrating access to necessary facilities and equipment for repair, inspection, and testing, as well as providing a complete data package that includes relevant drawings and specifications. This RF Controller is critical for the operational capabilities of the F-16 aircraft, and the repair process must comply with government standards to ensure reliability and performance. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil for further details, with an estimated qualification cost of $5,000 and a completion timeline of approximately 270 days.
    AN/ALQ-172 Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the repair of redesigned AN/ALQ-172 Line Replaceable Units (LRUs) as part of a Request for Information (RFI). The procurement focuses on several specific NSNs, including 5865-01-718-3672EW (LRU-4), TBD (LRU-8 P/N 2624708G007), 5865-01-668-8772EW (LRU-10), and 5865-01-669-5621EW (LRU-12), due to a lack of complete repair data and serviceable assets, with no funding available for reverse engineering. This initiative is currently a sole-source effort with L3Harris, but the RFI encourages responses from both large and small businesses, including joint ventures, to showcase their repair capabilities and quality assurance processes. Interested parties must submit their responses by January 5, 2026, to Kenneth Dickman at kenneth.dickman@us.af.mil, with participation being voluntary and no reimbursement provided for submissions.
    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.
    RECEIVER-TRANSMITTE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of the RECEIVER-TRANSMITTE, a critical component in radio navigation equipment. The procurement aims to establish a contract for repair services, with a required Repair Turnaround Time (RTAT) of 80 days, emphasizing the importance of timely and efficient service to maintain operational readiness. This equipment plays a vital role in airborne radio navigation, underscoring the necessity for reliable repair services to support military operations. Interested contractors should submit their quotes, including pricing and RTAT, to William G. Biggs at WILLIAM.G.BIGGS4.CIV@US.NAVY.MIL or by phone at 717-605-4061, with further details outlined in the solicitation documentation.
    ANTENNA, NSN:5985016084976WF, PN: 42G1215A-XT-1
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure an antenna with NSN: 5985016084976WF and part number 42G1215A-XT-1 through a proposed sole source contract action. This procurement is intended to fulfill a specific agency requirement, as the government does not possess the technical data for these parts, which are owned by ANTCOM CORPORATION. The antenna is critical for various defense applications, and the government reserves the right not to make an award at all. Interested parties are encouraged to submit capability statements, proposals, or quotations, and should monitor the SAM.gov website for the full solicitation details and any updates. For inquiries, Richard Maynard can be contacted at richard.maynard.5@us.af.mil or by phone at 801-777-6504.