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
  1. 1
    Posted Jan 2, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 2, 2025, 12:00 AM UTC
  3. 3
    Due Jan 17, 2025, 10:00 PM UTC
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
Jan 2, 2025, 3:05 PM UTC
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.
Jan 2, 2025, 3:05 PM UTC
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.
Jan 2, 2025, 3:05 PM UTC
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.
Jan 2, 2025, 3:05 PM UTC
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.
Jan 2, 2025, 3:05 PM UTC
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.
Jan 2, 2025, 3:05 PM UTC
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.
Jan 2, 2025, 3:05 PM UTC
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.
Jan 2, 2025, 3:05 PM UTC
Jan 2, 2025, 3:05 PM UTC
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
Title
Type
Presolicitation
Similar Opportunities
Defense Automatic Test Equipment (IATE) Augmentation Equipment (DAAE), (DIG), and (REW) Repair
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a contract to provide onsite repair services for Defense Automatic Test Equipment (IATE) Augmentation Equipment (DAAE) at various Air Force bases. The contract aims to ensure the operational readiness of ten B-1B Radio Frequency (RF) DAAE units and seven B-1B Digital DAAE units, requiring contractors to perform testing, evaluation, and repair services to achieve Fully Mission Capable (FMC) status. This procurement is critical for maintaining the functionality of essential testing equipment used in the B-1B Bomber program, with the contract structured as a Firm-Fixed Price and Cost Reimbursement Indefinite Delivery Contract over a base period of 12 months, followed by four optional years. Interested contractors must submit their proposals electronically by April 10, 2025, and can direct inquiries to Andrea Livingston or Audra Brown via the provided email addresses.
REPAIR OF B-1 INTEGRATED BATTLE STATION PROCESSOR SRUS
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B-1 Integrated Battle Station Processor SRUS, with the contract number FA8117-23-R-0015. The procurement aims to ensure the operational readiness of critical electronic systems used by the Air Force, requiring contractors to adhere to strict quality assurance standards and timely delivery schedules. This opportunity is vital for maintaining the functionality of the B-1 aircraft, with a proposal submission deadline extended to April 30, 2025. Interested parties can reach out to Michael Shand at michael.shand@us.af.mil or David Herrig at david.herrig.1@us.af.mil for further inquiries.
Re-manufacture of B-1B Electro-Mechanical Actuator
Buyer not available
The Department of Defense, through the Air Force Sustainment Center at Tinker AFB, is seeking contractors for the re-manufacture of the B-1B Electro-Mechanical Actuator, which is critical for operating valves that control the hydraulically operated speed brakes of the aircraft. The procurement involves comprehensive services including disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing to restore the actuators to like-new condition. This firm fixed price requirements contract is anticipated to last five years, comprising a three-year base period with two one-year options, and requires delivery of two units every 45 days, with an estimated quantity of eight units annually. Interested vendors must submit a Source Approval Request if unqualified, and technical data requests during the pre-solicitation phase should be directed to the provided email contacts. The solicitation is expected to be issued around April 17, 2025, with responses due by May 17, 2025; for further inquiries, contact Cliff Morgan or Matthew Tonay via their respective emails.
Teradyne Spectrum and TS-128 Maintenance and Repair MOD
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking potential contractors to provide maintenance and repair services for Teradyne Spectrum and TS-128 test systems at Robins Air Force Base, Georgia. The procurement involves on-site preventive maintenance, unscheduled maintenance, calibration, and parts replacement for critical Automatic Test Equipment (ATE) systems, ensuring operational readiness and capability enhancement. Contractors must possess a SECRET Security clearance and are encouraged to submit their capabilities, including relevant experience and repair procedures, by April 9, 2025. Interested parties can contact Angela Dang at angela.dang@us.af.mil or Teresa Duval at teresa.duval@us.af.mil for further information.
Repair of NSN 5996-00-572-1617
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the amplifier subassembly identified by National Stock Number (NSN) 5996-00-572-1617, which is critical for the AN/TPS-75 weapon system. The procurement involves comprehensive inspection, testing, and restoration services, categorized into three phases: Test, Teardown, and Evaluation (TT&E); TT&E and Minor Repair; and TT&E and Major Repair, with a focus on maintaining performance standards equivalent to new items. This amplifier subassembly plays a vital role in aerial surveillance operations, underscoring its importance to military capabilities. Interested contractors should contact Tracy Powell at tracy.powell.5@us.af.mil or call 801-777-6355 for further details, with proposals expected to adhere to stringent quality assurance and packaging standards as outlined in the solicitation documents.
B-1 Multi Functional Display
Buyer not available
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 AN/ALQ-161 Band 8 Driver/Transmitter
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Warner Robins, Georgia, is soliciting a sole source contract for the B-1B AN/ALQ-161 Band 8 Driver/Transmitter from Northrop Grumman Corp. The procurement involves the remanufacturing of up to 153 units over a three-year period, with specific delivery quantities outlined for each year, and includes various data deliverables such as a Counterfeit Prevention Plan and Test Procedures. This equipment is critical for enhancing the jamming capabilities of B-1B aircraft, thereby supporting U.S. Air Force defense operations. Interested parties may submit proposals within 45 days of the notice, and inquiries can be directed to Victor Henderson at victor.henderson.2@us.af.mil or April Walls at april.walls@us.af.mil.
AN/ALR-56M Repair of the UP Converter and Frequency Selectable Oscillator
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the AN/ALR-56M UP Converter and Frequency Selectable Oscillator, critical components used in F16 and C130I aircraft. The contractor will be responsible for providing accurate and prompt repair services, along with timely reporting in the Commercial Asset Visibility – Air Force (CAV-AF) system, ensuring compliance with quality control and configuration management standards. This procurement is vital for maintaining the operational readiness of military aircraft systems and includes a focus on small business participation, particularly from women-owned and service-disabled veteran-owned enterprises. Interested parties should contact Michael Turk at michael.turk.6@us.af.mil or Lynsey Eades at lynsey.eades@us.af.mil for further details, as the contract will be awarded under FAR Part 15 procedures with a two-year requirement for firm fixed prices.
Remanufacture of B-1 Cylinder Assemblies (Bungees)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of B-1 Cylinder Assemblies (bungees) under a total small business set-aside contract. The objective of this procurement is to restore these assemblies to a like-new condition, ensuring compliance with stringent quality assurance standards and safety regulations. This contract is critical for maintaining the operational readiness of the B-1 aircraft, which plays a vital role in national defense. Interested contractors must submit their proposals by April 28, 2025, and can reach out to Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at Jacqueline.West@us.af.mil for further information.
FD20302500815 - Spare Buy of the B-1 Electrical Solenoid - NSN: 5945-01-204-3507TP
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of spare electrical solenoids for the B-1 aircraft, identified by NSN: 5945-01-204-3507TP. This opportunity involves acquiring between 14 to 41 units of electrical solenoids, with a focus on compliance with stringent safety and quality standards, as well as adherence to federal procurement regulations. The goods are critical for maintaining the operational readiness of the B-1 aircraft, underscoring their importance in military logistics and operations. Interested vendors should contact Kacie Cram at kacie.cram@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further details, and must ensure compliance with packaging and transportation requirements as outlined in the associated documents. The solicitation is open for competitive bidding, with a firm pricing commitment required for 120 days.