Repair services for the CRC TPS-75 program NSN 5840-01-538-6564
ID: FA825025R0506Type: 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 (8112)

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 soliciting proposals for repair services related to the CRC TPS-75 program, focusing on the frequency generator identified by NSN 5840-01-538-6564. The procurement requires contractors to perform comprehensive inspection, testing, and restoration services, adhering to strict quality standards and documentation protocols, including Electrostatic Discharge (ESD) control and counterfeit prevention measures. This equipment is critical for military operations, necessitating that all repairs meet the standards of new items to ensure operational readiness. Interested contractors should contact Valerie Humphries at valerie.humphries@us.af.mil or Timothy Howard at TIMOTHY.HOWARD.27@US.AF.MIL for further details, with proposals due by March 31, 2025.

    Files
    Title
    Posted
    The CAV AF Reporting Requirements document outlines the responsibilities and procedures for contractors involved in the Contract Depot Maintenance (CDM) process for the Commercial Asset Visibility Air Force (CAV AF) system. The system serves as the primary record for tracking Government-owned assets at contractor repair facilities, requiring accurate daily reporting of asset status, including inventory at contractor facilities. Key responsibilities include submitting a completed System Authorization Access Request (DD Form 2875) within ten days post-contract award, ensuring compliance with DoD Information Assurance training, and maintaining accurate asset visibility in the CAV AF system. Contractors must also follow strict guidelines regarding the disposition and shipment of Government Furnished Property (GFP), with mandated reporting actions due within one business day of any transaction. Special attention is given to Nuclear Weapon Related Materiel (NWRM), with contractors tasked to accurately track and manage these assets under compliance standards. Further, the document details reporting requirements for discrepancies, shipping processes, and necessary training for system access. Overall, the guidelines aim to ensure robust asset management and compliance with established government regulations throughout the asset repair lifecycle.
    The document outlines a federal Request for Proposal (RFP) for a radio frequency exciter, identified by the National Stock Number (NSN) 5840015386564ZR. The item is crucial for military applications, given its criticality code of Y and demilitarization code of D. It is produced by a supplier located under CAGE code 1PYQ1 and is linked to a Technical Change Order (TCTO) number 31P3-2TPS75-4. Key specifications include dimensions of 31 inches in length, 28 inches in width, 15 inches in height, and a weight of 60 pounds, constructed from various electronic components with functions as a frequency generator. Notably, the report indicates the item is ESD-sensitive and includes a statement confirming 0% helium content and absence of precious metals. Initiated by Isaias M. Rodriguez from the 415 SCMS/GUMAC with contact details provided, the document emphasizes the importance of rigorous standards in the procurement of military-grade equipment, ensuring compliance with safety and operational guidelines. The details reveal the item’s specifications, safety criticalities, and the procedural context necessary for acquiring such advanced components within government contracting frameworks.
    The document outlines specific packaging requirements under federal guidelines, particularly adhering to MIL-STD standards. It emphasizes compliance with United Nations regulations regarding wood packaging materials (WPM) to prevent the spread of invasive species, including the pinewood nematode. Wooden items such as pallets, crates, and containers must be constructed from debarked wood that is heat-treated to specified temperatures for pest control. The document details certification requirements by accredited agencies, aligning with international standards (ISPM-15). Various items are listed under distinct packaging requirements, primarily stating that no additional packaging data is required for several items. However, military packaging guidelines must be followed for certain products, including detailed shipping and storage markings as mandated by MIL-STD-129 and MIL-STD-2073-1. The document concludes with contacts for packaging specialists, reinforcing the importance of compliance for global shipments and military logistics. Overall, it serves as a directive for vendors involved in packaging and marking requirements, underscoring the need for adherence to established military and international standards to ensure safe transport and storage of goods.
    The document outlines the preservation, packaging, and marking requirements for military materials under a federal contract. It emphasizes adherence to various military standards, such as MIL-STD 2073-1 for military packaging, MIL-STD 129 for marking, and specific guidelines for hazardous materials compliant with international regulations. It mandates the use of a unique coding system for packaging categorization, documentation of hazardous materials per federal guidelines, and the need for proper marking and certification for shipments. Additionally, it highlights the importance of using reusable shipping containers, submitting packaging discrepancy reports through the Web Supply Discrepancy Report (WebSDR) system, and maintaining compliance with established safety data sheets for hazardous materials. The document serves as a comprehensive guide for contractors involved in military logistics, ensuring that all packaging and handling practices meet strict government and Department of Defense requirements, ultimately enhancing safety, efficiency, and regulatory compliance in military operations.
    The document outlines the Performance Work Specification (PWS) for the Department of the Air Force, detailing the contractor's responsibilities for the inspection and restoration of a frequency generator (NSN: 5840-01-538-6564). The scope includes testing, teardown, and evaluations, with repair categories varying from minor to major repairs. The contractor must identify repair needs and report findings to the Procurement Contracting Officer (PCO) and Defense Contract Management Agency (DCMA). Adherence to technical requirements and proper documentation is crucial, particularly concerning Electrostatic Discharge (ESD) control and quality defect reporting. The contractor is required to uphold rigorous quality standards, perform acceptance testing on serviced items, and submit data regarding maintenance and counterfeit prevention plans. All repairs must render the equipment serviceable to meet the standards of new items. The specifications also describe packaging, handling, and environmental considerations while stressing safety compliance throughout the process. The PWS emphasizes the need for documented workflows to mitigate counterfeit risks in parts procurement. Overall, this document serves as a comprehensive guideline for contractors engaged in aerospace component repairs, ensuring accountability and quality in government contracts.
    The document is a Repair Data List concerning the exciter, radio frequency, identified by NSN 5840015386564ZR and part number 310377. Dated June 6, 2024, it provides information relevant to government contracts and procurement processes. The list outlines various components associated with the primary item, each with a corresponding CAGE code and associated documents. All entries denote government rights to the provided data, which includes technical orders and drawings, essential for maintenance and repair of the equipment. The remarks section elaborates on the type of data associated with each item, specifying whether it is classified, stable base drawings, or vendor data, and indicates availability. This document is pertinent for organizations involved in defense contracting and highlights the structured approach the government employs in managing equipment repair and maintenance documentation to ensure compliance and operational readiness.
    The document is an Item Unique Identification (IUID) Checklist, primarily aimed at ensuring compliance with DFARS 252.211.7003 regulations regarding the marking of specific military items. The checklist includes details about an item that requires IUID marking, including its National Stock Number (NSN), version number, and description as "Exciter, Radio Frequency." It outlines the responsible individual, organization code, and contact information. The checklist specifies that marking should conform to the latest version of MIL-STD-130 and cites an Engineering Change Order (ECO) and related engineering drawings that dictate the marking requirements. The primary focus is on documenting necessary marking guidance and the attachment of relevant ECOs. In addition, it notes that the item is related to other embedded items, ensuring proper identification and marking for military logistics and inventory practices. This document reflects the government’s systematic approach to managing and tracking military supplies through strict identification protocols, which are essential for procurement and logistical operations in federal and state/local contexts.
    The government document outlines the qualification requirements for vendors seeking to repair the Frequency Generator (NSN: 5840-01-538-6564, P/N: 310377) used in the TPS-75 application. To become a qualified source, offerors must inform the appropriate government office, certify access to necessary facilities and equipment, and verify possession of complete data packages, including specific Raytheon drawings. Offerors are required to comply with government-prescribed repair process standards, including Unique Identification (UID) requirements, and submit a qualification test plan. The estimated cost for qualification efforts is approximately $6,000, with an expected completion time of 30 days. Additionally, if an offeror can demonstrate compliance with qualification standards before contract award, they cannot be denied the opportunity to submit a proposal. Waiver criteria for qualification are provided for experienced sources, including those that have previously supplied similar items, allowing for potential qualifications based on related qualifications or prior contracts. Overall, the document emphasizes a structured approach to vendor qualification to ensure compliance with stringent governmental standards before contract awards.
    The document emphasizes the importance of utilizing the latest versions of Adobe Reader for accessing a PDF portfolio, specifically recommending Acrobat X or Adobe Reader X or later. This guidance addresses user experience considerations and may relate to government RFPs, federal grants, and state/local RFPs where digital submissions and documentation are common. The necessity for updated software suggests that the contents might be complex, requiring optimal technology for complete functionality and compatibility. Ensuring that users have the appropriate digital tools is crucial for engaging with government-related projects effectively. Overall, the document drives home the adherence to technological standards as essential for efficient navigation and completion of federal and state procurement requirements.
    The government document FA8250-25-R-0506 is a solicitation issued by the Department of the Air Force for various supplies and services related to radio frequency exciter components. It outlines the terms of a fixed-price contract and includes detailed information on delivery timelines, performance requirements, inspection and acceptance criteria, and contractual clauses. Key sections detail the types of repairs required, including minor and major repairs, and specify the relevant quality assurance standards such as ISO 9001-2015. Offers must be submitted by 31 March 2025, and compliance with Commercial Asset Visibility Air Force (CAVAF) requirements is essential, especially concerning shipping documentation like the DD1348-1. Contractors must provide unique item identifiers for expensive items and submit invoices electronically through Wide Area Workflow (WAWF). The contract emphasizes the importance of timely data delivery and outlines consequences for non-compliance, including potential payment withholding. This solicitation reflects a structured approach to federal contracting, ensuring high standards of quality and accountability in defense procurement operations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Repair of NSN 5950000238464 Coil, Electrical
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of an electrical coil, identified by NSN 5950-00-023-8464, which is critical for the AN/TPS-75 Radar Control and Reporting Center. Contractors are required to provide comprehensive repair services, including testing, evaluation, and adherence to strict quality standards, with an estimated cost for testing and evaluation around $3,000. This procurement is vital for maintaining the operational integrity of essential defense systems, and it is set aside exclusively for small businesses under the SBA guidelines. Interested parties should contact Valerie Humphries at valerie.humphries@us.af.mil or Timothy Howard at TIMOTHY.HOWARD.27@US.AF.MIL for further details, with the expectation that qualification completion will take approximately 60 days.
    REPAIR SERVICES CRC TSP-75 PROGRAM
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide repair services for the Sensitivity Time Control (STC) Interface Board Assembly, part of the TPS-75 radar system. The procurement includes comprehensive repair services, which may involve teardown, evaluation, and various levels of repair, ensuring that the equipment meets stringent military performance standards. This opportunity is critical for maintaining operational readiness and effectiveness of radar systems used in military operations. Interested small businesses must submit their proposals by March 24, 2025, and can direct inquiries to John Prather at john.prather.3@us.af.mil or by phone at 801-586-3463.
    NSN: 6110-00-893-2349HY Noun: FREQUENCY REFERENCE Part Number: 690396
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for a firm fixed-price contract to supply Frequency Reference units, specifically designed for B-52 and KC-135 aircraft applications. The procurement involves an estimated quantity of 14 units, with a delivery deadline set for May 6, 2025, and the solicitation is expected to be released on March 3, 2025, closing by April 3, 2025. This equipment is critical for ensuring the operational readiness of military aircraft, and the procurement is limited to qualified sources, specifically Hamilton Sundstrand, under 10 U.S.C. 2304(c)(1). Interested parties should direct inquiries to Patrick McGowan at patrick.mcgowan@us.af.mil or call 405-734-8120, and must respond within 15 days to express their interest in the opportunity.
    REPAIR SERVICES ECA, RFGU, SYNTH, 2-18 GHz DW, ECA, RFGU, SYNTH, .5-18 GHz DW
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide repair services for electronic components, including the 2-18 GHz and 0.5-18 GHz digital waveforms, as part of a Sources Sought notice. Interested parties must demonstrate their capability to repair specific components, including the NSN 5998-01-598-5645 and P/N 903-5004068, by submitting a detailed qualification test plan, a qualification article, and a complete data package, with estimated costs for testing around $13,000 and a completion timeline of approximately 90 days. These components are critical for the AN/TSQ-T10 Joint Tactical Terminal (JTE) system, emphasizing the importance of reliability and compliance with military standards. For inquiries, potential offerors can contact Chao Chin at chao.chen.1@us.af.mil or John Prather at JOHN.PRATHER.3@US.AF.MIL, with the understanding that foreign participation at the prime contractor level is prohibited.
    Repair services for the CRC TYQ-23 power supply NSN 6130013093090 ZR
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for repair services related to the CRC TYQ-23 power supply, identified by National Stock Number (NSN) 6130013093090 ZR. The procurement requires qualified vendors to provide repair services that meet stringent qualification criteria, including minor and major repairs, with fixed pricing outlined for each service line item. This power supply is critical for military operations, emphasizing the need for specialized repair services to maintain operational readiness and efficiency. Interested small businesses must submit their proposals by the specified deadlines, and inquiries can be directed to Valerie Humphries at valerie.humphries@us.af.mil or Timothy Howard at TIMOTHY.HOWARD.27@US.AF.MIL for further information.
    Repair of Electronic Amplifier for the JTE Program NSN 5996016610915
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of an electronic amplifier identified by National Stock Number (NSN) 5996016610915, as part of the JTE Program. The procurement requires contractors to provide comprehensive repair services, including inspection, testing, and evaluation of the amplifier, which is a critical component with safety-critical designations. This opportunity underscores the importance of maintaining operational readiness for military applications, ensuring compliance with stringent quality and safety standards. Interested contractors should contact Nick Standiford at nicholas.standiford@us.af.mil or call 801-777-8968 for further details, with proposals due by the specified deadline outlined in the solicitation documents.
    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.
    25-30497 Signal Generator
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the acquisition of a signal generator under the contract FA8517-25-Q-0013, which is exclusively set aside for small businesses. The procurement aims to secure a signal generator (NSN: 6625-01-566-4561) that meets stringent military standards and operational requirements, ensuring compliance with Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) guidelines. This equipment is critical for measuring and testing electrical signals, playing a vital role in various defense applications. Interested vendors must submit their quotes by March 17, 2025, and can direct inquiries to Brayan Rubalcava at brayan.rubalcava@us.af.mil or Steve Renfroe at carlos.renfroe.1@us.af.mil for further information.
    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.