Radar Foam Repair RFI
ID: W50S6S25Q0004Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7MV USPFO ACTIVITY AZANG 162TUCSON, AZ, 85706-6060, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES (J016)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking proposals for the repair of Radar Absorption Panels for F-16 aircraft under the Radar Foam Repair RFI. The primary objective is to refurbish 60 radar absorption panels, which are critical for protecting radar microelectronics and enhancing radar sensitivity, ensuring compliance with established specifications and operational readiness. This procurement is limited to two pre-approved companies, Texas Management Associates, Inc. and Aerospace and Commercial Technologies, Inc., due to the specialized nature of the work and the necessity to maintain aircraft configuration standards. Interested contractors should direct inquiries to Gregorie Vinueza-Daly at gregorie.vinueza_daly.3@us.af.mil or the 162d Wing Contracting at 162MSC.162MSC.Contracting@us.af.mil, with proposals evaluated based on price, technical capability, and past performance.

    Point(s) of Contact
    Files
    Title
    Posted
    The National Guard Bureau has submitted a Justification Review Document pertaining to a contract for Radar Foam Repair, specifically aimed at refurbishing 60 radar absorption panels for F-16 aircraft. This contract, estimated under the authority of 41 USC 1901 and FAR 13.106-1(b)(1), is limited to a single source due to only two pre-approved companies, Texas Management Associates, Inc. and Aerospace and Commercial Technologies, Inc., being recognized for this specialized work. The request highlights that no other firms are authorized to perform these repairs without specific approval from the F-16 Engineering Authority, underscoring the necessity for maintaining aircraft configuration standards. Notably, this procurement has been previously addressed under limited sources protocols, with actions taken to promote competition, including outreach to potential vendors and a request for information notice published on SAM.gov. The Contracting Officer, Michael Salmon, affirms the validity of this justification and certifies that the anticipated costs will be fair and reasonable, encapsulating the need for stringent compliance and defined requirements for munitions and military aircraft sustainment. The overall document serves as a formal request to proceed with securing this contract while adhering to established regulations for competitive procurements.
    The Performance Work Statement (PWS) outlines the requirements for the repair of F-16 Radar Absorption Panels for the Air Force Repair Enhancement Program (AFREP). The contractor is responsible for all necessary resources—personnel, equipment, and materials—to restore these panels, which protect radar microelectronics and enhance radar sensitivity. The panels degrade over time due to foam deterioration, and the contractor must assess, repair, and repaint them, ensuring compliance with designated specifications. Key requirements include delivering repaired panels back within 30 days, maintaining industry-standard environmental controls, and ensuring quality through an inspection program that aligns with ISO 9001-2013. Additionally, the contractor must adhere to safety regulations from OSHA and provide warranty and quality assurance information. The project aims to ensure the operational capability of radar systems by restoring these vital components to their original specifications, reinforcing the Air Force's mission for readiness and effectiveness. Regular inspections will monitor compliance, with a critical focus on delivering products in as-new condition, contributing to national defense capabilities.
    The document outlines the federal government's regulations regarding the procurement of telecommunications and video surveillance equipment and services, specifically focusing on prohibitions mandated by the John S. McCain National Defense Authorization Act for Fiscal Year 2019. It details the responsibilities of Offerors to represent whether they provide or use covered telecommunications equipment or services identified as risky, including products from companies like Huawei and ZTE. The text emphasizes the need for reasonable inquiry by Offerors to assess their product offerings and outlines the required disclosures if they do utilize such equipment. Additionally, it specifies conditions under which these prohibitions apply, acknowledging exceptions such as providing services connecting to third-party facilities. The document serves to guide both federal agencies and contractors in understanding compliance standards vital for maintaining national security during federal procurement processes. The structured legal language is aimed at ensuring transparency and accountability in the use of telecommunications technologies within government contracts.
    The document is a Request for Quote (RFQ) titled W506S625Q0004, soliciting proposals for Radar Absorption Panel repair services from contractors. It outlines the submission requirements, including completed representations and certifications, as well as a current source approval memo from Hill AFB to verify the authority to perform repairs on specific radar components. The solicitation includes detailed Contract Line Item Numbers (CLINs) listing the parts needed, quantities, and pricing requirements. The evaluation criteria for bids emphasize price, technical capability (based on provided authority documentation), and past performance. The government intends to award one to two firm-fixed-price purchase orders based on the best value. Specific clauses regarding compliance, including those related to federal tax status, workplace regulations, and subcontracting, are included. The RFQ follows federal acquisition guidelines and adheres to regulations through the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS), promoting compliance and accountability in federal contracting. This document exemplifies standard procedures in federal procurement, establishing requirements for transparency and contractor qualifications.
    Lifecycle
    Title
    Type
    Radar Foam Repair RFI
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    F16_APG68_RadarDualModeTransmitter_PN772R0225G01_NSN5598012031936
    Buyer not available
    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_ANAPG_68_RadarDualModeTransmitterNSN5998013035872PN762R831G01
    Buyer not available
    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.
    F-16 AN-APG-68 Radar Dual Mode Transmitter Regulator CCA 5998-01-247-8169 762R923G01
    Buyer not available
    Sources Sought DEPT OF DEFENSE is seeking a company to repair the F-16 AN-APG-68 Radar Dual Mode Transmitter Regulator CCA 5998-01-247-8169 762R923G01. This item is used as an RF Monitor for the AN-APG-68 Dual Mode Transmitter. The repair is categorized as Expendability, Recoverability, Reparability (ERRC) Code T. The repair data and qualification requirements can be found in the attached Repair Data List (RDL). Interested companies should submit their data requests to AFLCMC/EZGTP SO-E (Public Sales Office) at aflcmc.ezgtp.pubsale@hill.af.mil. The place of performance for this procurement is Tinker AFB, OK 73145, USA.
    F-16 AN-APG-68 Radar Dual Mode Transmitter 5998-01-464-4241 792R998G01
    Buyer not available
    Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking a company to repair the F-16 AN-APG-68 Radar Dual Mode Transmitter with National Stock Number (NSN) 5998-01-464-4241 and Part Number (P/N) 792R990G01. The RF Monitor is used for the AN-APG-68 Dual Mode Transmitter application. The repair is categorized as Expendability, Recoverability, Reparability Category (ERRC) Code T. Interested companies should refer to the attached Repair Data List (RDL) and Repair Qualification Requirements (RQR) for more information. Contact AFLCMC/EZGTP SO-E (Public Sales Office) for data requests.
    F-16 Radar Antenna Phase Shift Driver Unit NSN: 1270-01-561-6088 PN: 562R218H01
    Buyer not available
    Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking a company to repair the F-16 Radar Antenna Phase Shift Driver Unit. This unit is used for the F-16 Radar Antenna application. The repair must meet the Qualification Requirements (QRs) outlined in the attached document package. The National Stock Number (NSN) for the unit is 1270-01-561-6088 and the Part Number (P/N) is 562R218H01. The repair is categorized as Expendability, Recoverability, Reparability Category (ERRC) Code T. Interested companies should submit their TO request to AFLCMC.LZP.PUBSALES@us.af.mil.
    F-16 Panel
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the procurement of F-16 electronic control panel components, specifically under a Total Small Business Set-Aside. The procurement includes various avionics power panels, switches, and wiring boards, with an emphasis on compliance with stringent military packaging and counterfeit prevention standards. These components are critical for maintaining the operational integrity of F-16 aircraft, reflecting the government's commitment to quality and safety in defense contracting. Interested contractors should contact Michelle Mihu at michelle.mihu@us.af.mil for further details, with proposals due by March 13, 2025, and a total of 42 items required under the contract.
    5841-01-645-7706 (25-R-0238)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting proposals for the procurement of 10 Receiver Subassemblies (NSN: 5841-01-645-7706, P/N: CLR1997) for the F-16 radar system. This solicitation, identified as SPRHA4-25-R-0238, requires qualified manufacturers to meet stringent qualification criteria, including the submission of a qualification test plan and compliance with military packaging standards. The Receiver Subassembly is a critical component of the AN/APG-68 radar system, which plays a vital role in the operational capabilities of the F-16 aircraft. Proposals are due by March 14, 2025, and interested parties can contact Johnny Wakefield at 385-519-8310 or via email at johnny.wakefield.2@us.af.mil for further details.
    F-16 AN-APG-68 Dual Mode Transmitter RF Monitor 5998-01-303-5871 785R37G01
    Buyer not available
    Sources Sought DEPT OF DEFENSE is seeking a company to repair the F-16 AN-APG-68 Dual Mode Transmitter RF Monitor (part number 785R37G01). This item is used for the AN-APG-68 Dual Mode Transmitter application. The repair qualification requirements can be found in the attached Repair Data List (RDL) and Repair Qualification Requirements (RQR). Interested companies should submit their data requests to AFLCMC/EZGTP SO-E (Public Sales Office) at aflcmc.ezgtp.pubsale@hill.af.mil. The place of performance for this procurement is Tinker AFB, OK 73145, USA.
    F-16 AN-APG-68 Radar Dual Mode Transmitter Protection and Control Assembly 5998-01-306-9224 PN762R978G01
    Buyer not available
    Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking a company to repair the F-16 AN-APG-68 Radar Dual Mode Transmitter Protection and Control Assembly (Part Number: 762R978G01, National Stock Number: 5998-01-306-9224). This assembly is used for the F-16 AN-APG-68 Dual Mode Transmitter and falls under the category of ELECTRICAL AND ELECTRONIC ASSEMBLIES, BOARDS, CARDS, AND ASSOCIATED HARDWARE. The repair qualification requirements and documents can be obtained by contacting AFLCMC/EZGTP SO-E (Public Sales Office).
    F16_AN_APG68_RadarDualModeTransmitter_NSN5998014644241PN792R998G01
    Buyer not available
    Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking a qualified source for the repair and maintenance of an F-16 C/D APG-68 Dual Mode Transmitter RF Monitor. The offeror must have the necessary facilities, equipment, and personnel to repair, inspect, test, package, and store the item. They must also possess a complete data package and comply with Unique Identification (UID) requirements. The offeror will be required to submit a qualification test plan/procedure and a qualification article for evaluation. The estimated cost for testing and evaluation is $5700, and the qualification effort is expected to take 180 days. There is an opportunity for a waiver of the qualification requirements based on certain criteria.