Repair for Video Monitor Assembly /RF Amplifier part of the B1 IATE Station
ID: FA851725R0004Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8517 AFSC PZAACROBINS AFB, GA, 31098-1670, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

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

    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to perform repairs on the Video Monitor Assembly and RF Amplifier components of the B1 IATE Station. The objective of this procurement is to ensure the operational readiness and effectiveness of the automatic test equipment used for testing military systems, thereby minimizing maintenance issues and enhancing the B-1 fleet's operational capacity. This five-year contract emphasizes adherence to quality standards, timely delivery, and effective management of government property, with specific requirements for using components that meet or exceed Original Equipment Manufacturer (OEM) specifications. Interested contractors can reach out to Courtney Haynes at courtney.haynes.1@us.af.mil for further details regarding the solicitation process.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the specifications for a "Monitor, Phase" associated with the B-1B IATE Video Module. It provides essential details such as the National Stock Number (NSN), criticality code, and various dimensions of the monitor, which measures 36.3 inches in length, 31.7 inches in width, and 32.7 inches in height, with a weight of 221 pounds. The item is classified under security code U and demilitarization code B, indicating its non-sensitive nature while being marked critical for operational purposes. The report includes contact information for the initiating personnel, Roger D. Millican, as well as safety and component notes such as an ESD designation. The summary indicates that specific materials and functions relate to electronics and the assembly of video monitors, underlining its relevance for military operations. This document likely serves as part of a broader context involving federal requests for proposals concerning defense equipment, ensuring compliance with safety and operational standards.
    The provided document appears to be a fragmented and heavily corrupted file related to federal and state/local RFPs (Requests for Proposals) and grants. Although the content is difficult to interpret due to corruption, several recurring themes and elements suggest its main focus is on securing funding and proposals for government initiatives. Common subjects likely include guidelines for grant applications, eligibility criteria, and potential funding amounts associated with various programs. Additionally, the document hints at requirements for proposal submissions, which may encompass project plans, contractor qualifications, and compliance with federal and state regulations. The structure seems to include descriptions of funding programs, instructional content for applicants, and potentially tables or sections listing available grants and their objectives. However, the specific details are obscured, making it challenging to delineate precise information or directives clearly. In summary, the document serves as a reference for stakeholders interested in navigating government funding opportunities but lacks clarity due to substantial data loss and encoding issues, warranting further examination and recovery processes to extract significant details.
    The document appears to be an informational guide regarding the importance and usage of Adobe Acrobat and Reader for optimal viewing of government-related files, particularly those connected to federal RFPs, grants, and state/local requests for proposals. It emphasizes that to achieve the best experience when accessing the files, users should utilize Adobe's more recent versions, specifically Acrobat X or Adobe Reader X and later. This guidance indicates a focus on ensuring that all parties associated with the government procurement process can access documents in a user-friendly manner, which is crucial for both transparency and efficiency in governmental procedures. The structure suggests that clear directions are provided for accessing critical data needed for understanding and responding to various funding opportunities and proposals. Overall, the document emphasizes the necessity of using appropriate technology to facilitate engagement in the federal and local government funding processes.
    The document details a solicitation for an indefinite delivery requirements contract issued by the Air Force, specifically for automatic test equipment, under solicitation number FA8517-25-R-0004. The RFP seeks offers for supplies and services over a five-year period, including a one-year basic ordering period and four optional successive ordering periods. The contract is structured as a firm-fixed-price agreement for repairs and relevant data, with mechanisms for multiple delivery orders based on established quantities. Key components include guidelines on government-furnished property, schedules for turnaround times on repairs, and requirements for item unique identification (IUID) and reporting. Each line item listed specifies the type of equipment needed, inspection requirements, estimated delivery timelines, and associated costs, reflecting a comprehensive scope to enhance the U.S. Air Force's equipment maintenance and management capabilities. Additionally, the document navigates through various clauses regarding payment processes, inspections, and regulatory compliance emphasizing the importance of quality assurance and safeguarding information. Overall, this RFP demonstrates the Air Force’s commitment to maintaining operational readiness through careful procurement and management of necessary equipment and services.
    The document details specifications for a radio frequency amplifier (NSN 5996013838418KV) managed by the 410 Supply Chain Management Squadron (410 SCMS) under the reference number LAB4-1020-10/7477. This RF amplifier is designed for 1-2 GHz functionality, measuring 24.7 inches in length, 19 inches in width, and 3.5 inches in height, with a weight of 30 pounds. The item is marked as critical (criticality code X) and has specific security and demilitarization codes, indicating it is sensitive in nature. Additional notes include that it is an electronic equipment component with ESD precautions and requirements for Government-Furnished Material (GFM), Government-Furnished Equipment (GFE), and unique components like jewel bearings. The document is designed for procurement purposes, likely aimed at federal or local contracts that require precise technical specifications, highlighting the importance of compliance with safety and functionality standards in equipment acquisition.
    The document outlines the packaging requirements for military logistics under Purchase Instrument Number FD20602500014-00, emphasizing compliance with international standards to prevent invasive species spread via wood packaging materials (WPM). It specifies that all WPM, including pallets and crates, must consist of debarked and heat-treated wood. Certification by an accredited agency is mandated, referencing “International Standards for Phytosanitary Measures” (ISPM) No. 15. The document also mandates adherence to MIL-STD-2073-1 for packaging and MIL-STD-129 for marking items during shipping and storage. Additional provisions include procedures for reclaiming suitable shipping containers and disposing of unserviceable ones, while also emphasizing vendor responsibilities for packaging and marking requirements. The document is a crucial guideline for contractors involved in military logistics, ensuring compliance and safeguarding against pests during international shipments.
    The Performance Work Statement (PWS) for the B-1B Automatic Test Equipment (ATE) repair outlines the contractor's responsibilities for restoring ATE components to a serviceable condition. This requires the contractor to ensure quality repairs, adhere to specific turnaround times for routine and urgent items, and maintain a reporting system for production and governmental property. Key objectives include minimizing Maintenance in Condition (MICAP) issues and surge requisitions while improving the operational capacity of the B-1 fleet. Contractors must follow quality standards, utilizing repair components that equal or exceed those of the Original Equipment Manufacturer (OEM). The contract spans five years, detailing performance thresholds for asset quality, timely delivery, and reporting requirements. The document emphasizes the importance of a robust quality management system, compliance with security regulations, and management of government property. Additionally, the PWS mandates that contractors respond promptly to any loss or damage to government property and outlines processes for handling items deemed beyond economical repair. Overall, the PWS aims to streamline the repair process for the B-1B ATE, ensuring the operational readiness and safety of the U.S. Air Force’s resources.
    The document appears to be a corrupted or improperly formatted government file, likely pertaining to requests for proposals (RFPs) and federal grants. The primary focus seems to center around funding opportunities and detailed protocols associated with various governmental projects and initiatives. Although specific sections are unintelligible or jumbled, key ideas likely relate to eligibility criteria for grants, application processes, project guidelines, and compliance requirements across different levels of government—federal, state, and local. The structure of the file suggests sections dedicated to explaining grant applications, timelines, funding limits, and possibly a FAQs section for clarity on the grant acquisition process. Given the nature of government RFPs, the document serves as a crucial reference for entities seeking financial assistance or partnerships, showcasing the government's strategic approach to engaging with public and private sectors for project execution and funding allocation. Despite the lack of coherence due to formatting issues, the essence of the document conveys essential government operations concerning financial support for various initiatives, urging potential applicants to align with stated requirements and protocols.
    Lifecycle
    Similar Opportunities
    Repair of B-1B Torque Motor
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of B-1B Torque Motors, specifically National Stock Numbers 6105-01-232-8318 and 6105-01-232-8319. The procurement aims to secure comprehensive repair services, including provisions for "No Fault Found" items and additional work requirements, with a total estimated contract value of $4,149,750.00 over a base year and three option years. This contract is critical for maintaining the operational readiness of the B-1B aircraft, ensuring that essential components are serviced to meet military standards. Interested contractors must submit their proposals by January 30, 2026, and can direct inquiries to Amy Schmitz at amy.schmitz.1@us.af.mil or David Herrig at david.herrig.1@us.af.mil.
    Overhaul of B-1 Electro-Mechanical Actuator NSN 1680015097158RK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting offers for the overhaul of B-1 Electro-Mechanical Actuators (NSN 1680015097158RK) under Solicitation Number FA8118-26-R-0002. This procurement involves a five-year, firm-fixed-price requirements contract, which includes a three-year basic period from 2025 to 2028 and two one-year option periods extending to 2030. The overhaul of these critical components is essential for maintaining the operational readiness and performance of the B-1 aircraft, which plays a vital role in national defense. Interested contractors must submit their proposals by the extended deadline of January 7, 2026, at 1:00 PM, and can direct inquiries to Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further information.
    B-1 Multi Functional Display
    Dept Of Defense
    The Department of Defense, specifically the Air Force, is seeking sources for the B-1 Multi Functional Display, as outlined in a Sources Sought notice. This opportunity aims to identify potential contractors capable of providing repair and overhaul services for specific Multi Functional Display units, which are critical components for aircraft operations. The initiative underscores the importance of maintaining operational readiness and safety standards within the defense sector, as these displays are integral to aircraft functionality. Interested vendors must submit a Source Approval Request (SAR) package by December 11, 2024, to the designated email address, with further inquiries directed to SEND RESPONSES HERE at 422.SCMS.AFMC.RFI@us.af.mil.
    B-1B Interface Unit, Comm
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of a new manufacture of the B-1B Interface Unit, Comm, identified by NSN: 5895-01-589-9678 EK. This firm-fixed-price contract is for an initial quantity of four units, with the possibility of quantity adjustments at the government's discretion, and is categorized under NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. The delivery of the units is required by March 31, 2026, and interested vendors must submit their offers electronically by January 2, 2026, at 3:00 PM. For further inquiries, potential bidders can contact Lori Lumsden at lori.lumsden.1@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.
    Repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is issuing a solicitation for the repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW, under a firm-fixed price indefinite-delivery requirements contract. The procurement involves comprehensive repair services, including minor and major repairs, as well as handling units deemed Beyond Economically Repairable (BER) and Beyond Physical Repair (BPR). This equipment is critical for monitoring and controlling avionics systems in the B-2 aircraft, ensuring operational readiness and safety. Interested contractors must submit their proposals by January 8, 2026, and can direct inquiries to Morgan Wallar Larsen at morgan.wallarlarsen@us.af.mil or Lance Culver at jimmy.culver@us.af.mil.
    Remanufacture B-1 Horizontal Stabilizer Servo-Cylinder
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for a five-year firm-fixed-price requirements contract to remanufacture B-1 Horizontal Stabilizer Servo-Cylinders. This procurement involves restoring various models of servo-cylinders, which are critical components for aircraft flight control surfaces, to a like-new condition, requiring compliance with ISO 9001-2015 standards and a minimum Supplier Performance Risk System (SPRS) assessment score of 110. Proposals are due by January 15, 2026, at 1:00 PM, and payment will be contingent upon the availability of appropriated funds. Interested vendors should contact Dessie Breslin at dessie.breslin@us.af.mil or Amy Gil at amy.gil@us.af.mil for further details.
    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.
    F16_ANAPG68_PN-646R706G01_1270010778078
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources to provide repair services for the Array Brazing Assembly, part number 646R706G01, associated with the F-16 Radar Antenna. Interested offerors 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 and a qualification test plan for government approval. This procurement is critical for maintaining the operational readiness of military assets, with an estimated qualification cost of $20,000 and a completion timeline of approximately 270 days. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil or call 801-777-2211 for further details and to express their intent to qualify.
    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.