Letterkenny Munitions Center, Off-site repairs to Rhode & Schwarz, Fluke, PXIE -5172, Tektronix oscilloscope,
ID: W911N225Q0018Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK LAD CONTR OFFCHAMBERSBURG, PA, 17201-4150, USA

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for off-site repairs to various oscilloscope equipment, including models from Rhode & Schwarz, Fluke, and Tektronix, at the Letterkenny Munitions Center in Chambersburg, Pennsylvania. The procurement aims to provide calibration and repair services under a Firm-Fixed-Price (FFP) and Time-and-Materials (T&M) contract structure, ensuring that all repairs meet stringent performance standards and include comprehensive warranty provisions. This opportunity is critical for maintaining the operational efficiency of advanced technical equipment essential for military operations. Interested offerors must submit their proposals by April 18, 2025, with an amendment extending the deadline to July 22, 2025, and are encouraged to contact David T. Serotkin at david.t.serotkin.civ@army.mil or 717-267-5372 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the ongoing transition to the Army Contract Writing System (ACWS), which aims to modernize solicitation and contract writing processes for the Army Contracting Enterprise globally. During this transition, offerors are informed that the contracting office may utilize various contract writing systems, leading to potential discrepancies in offer submission instructions and document formats. Offerors must carefully review all documents for changes and report any issues affecting eligibility or contract performance to the Contracting Officer. The government emphasizes that no substantive changes to solicitation or award terms will occur without explicit prior notice, and any errors will be rectified through bilateral modifications at no cost. In cases of network issues or system errors, alternative mechanisms may be employed to ensure timely award and execution of contracts, maintaining compliance with the original solicitation terms. The document serves as a guide for offerors to navigate the changes and uphold their contractual agreements during this transition phase, reinforcing the Army's commitment to transparency and accuracy in contract management.
    The government file pertains to a Request for Proposals (RFP) for the repair, calibration, and warranty services of various oscilloscope equipment from multiple manufacturers, including Tektronix and Fluke. The document outlines the Performance Work Statement (PWS), specifying the types and quantities of equipment, as well as the required warranty conditions. A comprehensive pricing structure is expected, consolidating costs for repairs, calibrations, and warranties into a single total price. Notably, a 12-month warranty or the highest industry standard warranty is mandated for all involved parts and labor. The equipment listed includes several models of Digital Phosphor Oscilloscopes and handheld scope meters, illustrating the scope of the services requested. The structured request emphasizes the importance of longevity and reliability in the maintenance of advanced technical equipment critical for operational efficiency. The RFP's focus is on ensuring thorough service support with robust warranties to facilitate effective equipment management over time.
    This document is an amendment to a solicitation for a government contract issued by the Letterkenny Contracting Office. The amendment shifts the classification from a 100% Small Business Set-Aside to Full and Open Competition, updates the NAICS code, and extends the closing date for proposals to July 22, 2025. Additionally, it modifies the Period of Performance and removes a specific FAR clause related to small businesses. The amendment outlines changes to delivery schedules for several line items in the solicitation, changing key dates for delivery performance and adjusting required documentation related to the contractor's capabilities. The evaluation process is clarified, stating that proposals will be assessed based on the Lowest Price, Technically Acceptable standard, where offerors must demonstrate technical ability through detailed capability statements. The need for certification under ISO/TEC standards for performance is emphasized. It also highlights requirements for electronic invoicing through the Wide Area Workflow system. Overall, the amendment underscores the government's commitment to competitive practices while ensuring clarity in expectations for potential contractors in compliance with federal procurement regulations.
    This document outlines essential guidelines for Offerors participating in federal contract awards, emphasizing the requirements of the System for Award Management (SAM). Registration in SAM is mandatory for eligibility, including recent notarized letter submissions for new registrations and renewals. Offerors must complete electronic annual representations and certifications in SAM, and questions must be directed to the Contracting Officer, Thomas C. Hall, within a specified time frame. The government intends to make award decisions without discussions, urging Offerors to submit competitive initial offers. Proposals must adhere to amendment submissions, payment procedures through Electronic Funds Transfer, and be valid for 60 calendar days. It is crucial that proposals are signed by an authorized representative and marked as proprietary if necessary. Additionally, a Wage Determination is referenced for adherence to wage standards. This document serves as a clear notification of the procurement process and compliance requirements to enhance transparency and efficiency in government contracting.
    The document is a Request for Proposals (RFP) issued by the U.S. government for calibration and off-site repair services at the Letterkenny Army Depot, focusing on equipment listed in the Performance Work Statement. The offer due date is April 18, 2025, and the acquisition is set aside for small businesses, specifically those that are service-disabled veteran-owned. The RFP includes instructions for submission, evaluation criteria, and clauses related to telecommunications and associated service prohibitions. The major components include two Contract Line Item Numbers (CLINs): one for repair services provided under a Firm-Fixed-Price (FFP) arrangement, and another for parts and materials under a Time-and-Materials (T&M) contract, which will be billed as actuals. The document also stipulates inspection and acceptance procedures, delivery information, and additional clauses the contractor must adhere to. All submissions must include specific representations and certifications regarding compliance, including those related to telecommunications equipment, ensuring adherence to FAR regulations. The evaluation will be based on technical acceptability, capability statements, and pricing, with a preference for the lowest-priced, technically acceptable offer. The structured format of the RFP highlights compliance requirements, essential services, and expected performance standards from potential contractors.
    The Letterkenny Army Depot plans to issue a Hybrid Firm Fixed Price (FFP) Contract with Time & Material (T&M) components for off-site repair services on Oscilloscope Units at the Letterkenny Munitions Center (LEMC). The contract includes a one-year base period and two option years, with a focus on small business participation. The relevant NAICS code is 334515, related to Instrument Manufacturing for Measuring and Testing Electricity, with a size standard of 750 employees. The solicitation number W911N2-25-Q-0018 is expected to be released around April 2, 2025, closing around April 19, 2025. Interested parties can download the solicitation from the System for Award Management (SAM) website. Registration in the SAM Database is required to be eligible for a government contract. Inquiries can be directed to David Serotkin via email. This notice serves informational purposes and does not obligate the government to award a contract.
    Similar Opportunities
    Solicitation, Service Repair, Paladin Digital Fire Control System
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command - Detroit Arsenal (ACC-DTA), is soliciting proposals for the repair of the Paladin Digital Fire Control System (PDFCS) under solicitation number W912CH-24-R-0041. This procurement involves a sole source contract with Sechan Electronics for a five-year Requirements, Firm Fixed Price contract, focusing on the component-level repair, teardown, and inspection of various units including the Keypad Unit, Paladin Digital Computer Unit, and Power Conditioning Unit-2. The successful contractor will play a crucial role in maintaining the operational readiness of essential military equipment. Proposals are due by January 30, 2026, and interested parties must contact Kelli Kavanagh at kelli.a.kavanagh2.civ@army.mil for further details and to ensure compliance with registration requirements in the System for Award Management (SAM).
    OSCILLATOR,PULSE DE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair of the OSCILLATOR, PULSE DE, through NAVSUP Weapon Systems Support Mechanic. The procurement aims to establish a contract for the repair of oscillators, which are critical components in various electronic systems, with a required Repair Turnaround Time (RTAT) of 365 days. This opportunity emphasizes the importance of timely and quality repairs to maintain operational readiness and support national defense initiatives. Interested contractors should submit their quotes, including pricing and RTAT, to Genevieve E. Miller at GENEVIEVE.E.MILLER2.CIV@US.NAVY.MIL or by phone at 717-605-6457, with the expectation of a firm-fixed-price contract and potential options for increased quantities.
    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.
    ANT ELMT SUB ARRAY
    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 the ANT ELMT SUB ARRAY. This procurement focuses on the repair of antennas, waveguides, and related equipment, with a firm-fixed price structure required for the repair services. The successful contractor must adhere to strict quality assurance standards and provide a Repair Turnaround Time (RTAT) of 180 days after receipt of the asset, ensuring timely and efficient service for critical defense operations. Interested vendors should submit their quotes electronically to Rachael Costanzo at RACHAEL.L.COSTANZO.CIV@US.NAVY.MIL, with the closing date for submissions extended to December 19, 2025.
    Agilent Preventive Maintenance and Service Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for preventive maintenance and service repair of Agilent instruments and laboratory equipment. The procurement aims to ensure the operational readiness and reliability of critical laboratory equipment through regular maintenance and timely repairs. This service is vital for maintaining the functionality of instruments used in various defense-related research and operational activities. Interested parties can reach out to Tia Askew at tia.j.askew.civ@army.mil or by phone at 706-791-1821, or Sherrilyn Rice at sherrilyn.u.rice.civ@army.mil or 706-791-1831 for further details regarding the opportunity.
    CIRCUIT CARD ASSEMB
    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 Circuit Card Assemblies. The procurement aims to ensure the operational readiness of critical communication equipment by requiring authorized repair sources to adhere to strict quality and turnaround time standards, with a Repair Turnaround Time (RTAT) of 84 days after receipt of the asset. This contract is vital for maintaining the functionality of military communication systems, which are essential for national defense operations. Interested contractors must submit their quotes electronically to Rachael Costanzo at RACHAEL.L.COSTANZO.CIV@US.NAVY.MIL by the extended deadline of December 19, 2025, and must comply with various regulatory and quality assurance requirements outlined in the solicitation.
    RADIO FREQUENCY MAN
    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 Radio Frequency Man under a federal contract. The procurement requires firms to provide a firm-fixed price for the repair services, adhering to specific requirements such as MIL-STD packaging, government source inspection, and a Repair Turnaround Time (RTAT) of 135 days after receipt of the asset. This contract is crucial for maintaining operational readiness and ensuring the functionality of essential military equipment. Interested contractors must submit their quotes electronically to Aaron D. McFee at AARON.D.MCFEE.CIV@US.NAVY.MIL, with a minimum quote expiration of 90 days and compliance with various regulatory requirements outlined in the solicitation.
    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.
    REMOTE CONTROL UNIT
    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 Remote Control Unit. The procurement requires contractors to provide firm-fixed prices for the repair services, adhering to specific turnaround times and quality assurance standards, including compliance with MIL-STD packaging and government inspection protocols. This equipment is critical for military operations, and the selected contractor must be an authorized repair source, with a requested repair turnaround time of 126 days after asset receipt. Interested parties should submit their quotes and any necessary certifications via email to Brian J. Cawley at BRIAN.J.CAWLEY2.CIV@US.NAVY.MIL, with the solicitation details emphasizing the importance of timely and compliant submissions.
    PSCU COMPUT TABLET
    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 the PSCU COMPUT TABLET. This procurement involves the repair and quality assurance of electronic computer manufacturing items, with a focus on ensuring compliance with military standards and specifications. The repaired items are critical for operational readiness in naval applications, emphasizing the importance of timely and quality repairs. Interested contractors must submit their proposals, including a detailed breakdown of repair costs and turnaround times, to the primary contact, Catherine H. Tran, at uyencatherine.h.tran.civ@us.navy.mil or by phone at 717-605-6805, with a required delivery timeframe of 88 days post-acceptance.