REPAIR GSP Program NSN: 5999015528118
ID: FA825025Q0396Type: 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 (811210)

PSC

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

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the Uplink Matrix Switch, identified by National Stock Number (NSN) 5999015528118GO. The procurement involves multiple line items requiring repair and evaluation services, with specific delivery timelines ranging from 24 hours to 90 days after receipt of carcass, depending on the item. This opportunity is critical for maintaining operational readiness and ensuring the reliability of electronic components used in military applications. Interested small businesses must submit their proposals by February 19, 2025, and can direct inquiries to Timothy Howard at timothy.howard.27@us.af.mil or Valerie Humphries at valerie.humphries@us.af.mil for further information.

    Files
    Title
    Posted
    The CAV AF Reporting Requirements document outlines the Contract Depot Maintenance (CDM) responsibilities for contractors in relation to the Commercial Asset Visibility Air Force (CAV AF) system. This system serves as the authoritative record for tracking government-owned assets within contractor facilities. Contractors must ensure accurate daily reporting of asset statuses and can seek training for effective compliance. Key responsibilities include submitting access requests, completing cybersecurity training, and maintaining up-to-date records of all government-furnished property. Specific transaction reporting guidelines differentiate between "On Contract" and "Not-on-Contract" assets, with strict timelines for reporting and corrective actions regarding discrepancies during shipments. The document specifies that adherence to established reporting protocols is crucial to avoid systemic data issues and that all handling of Nuclear Weapon Related Material (NWRM) must follow stringent management requirements. Overall, this document sets the framework for the management and visibility of government assets, reinforcing the importance of accuracy and accountability in contractor performance, which is critical in the context of federal contracts and grants.
    The document outlines the evaluation factors for award pertaining to a federal acquisition, utilizing a Lowest Priced Technically Acceptable approach. The primary criterion for evaluating proposals is the Total Evaluated Price (TEP), which assesses price reasonableness and balance. Price reasonableness ensures prices reflect market conditions, while balance examines potential overstatements or understatements in the pricing of individual Contract Line Item Numbers (CLINs). Offerors must meet all solicitation requirements and be listed as approved sources on relevant government worksheets. The award will go to the lowest-priced qualified offeror, with an option for discussions if multiple proposals are equal. Additionally, the past performance and delivery capability of bidders will be assessed to determine responsibility. The document emphasizes the government's discretion not to award any contract if necessary. This structure and evaluation process are typical for government RFPs, ensuring fair competition and accountability in public procurement.
    This document outlines the instructions, conditions, and notices for offerors responding to a government solicitation. It emphasizes strict adherence to the proposal format and content requirements, indicating that failure to comply may lead to unfavorable evaluations or disqualification. Proposals must be submitted digitally, preferably via email, while hard copies can also be sent through courier. Key sections requiring completion include pricing and delivery in Part I, Section B, and the Inspection and Acceptance clause in Part I, Section E. Offerors are directed to communicate any perceived errors in the solicitation to the designated Contracting Officer, Valerie Humphries. The government may award a contract based on initial proposals alone but retains the option not to award a contract at all. Overall, this document provides essential guidance for potential contractors on how to prepare and submit proposals for government solicitations effectively.
    The document outlines the requirements and procedures related to federal government Requests for Proposals (RFPs), federal grants, and state/local RFPs. It serves as a guide for potential applicants, detailing eligibility criteria, application processes, and evaluation standards. Key topics include the importance of meeting specified qualifications, deadlines for submissions, and the role of compliance with federal, state, and local regulations. Additionally, it emphasizes the need for thorough documentation and adherence to project guidelines to secure funding or contract agreements. The structure of the document systematically breaks down the steps involved in the RFP process, from initial inquiries to final award notifications. This resource is essential for organizations seeking government funding or partnerships, ensuring they understand the competitive landscape and the requirements for successful bids.
    The document outlines a Repair Data List for a specific part, the "Uplink Matrix Switch," identified by the part number 11936-001 and NSN 5999015528118GO. The file includes detailed repair information organized into three lines, each associated with a CAGE code (0W482) and related documentation references. Key entries provide specifications and drawing references, indicating government ownership rights and distribution codes. Additional remarks mention the availability of classified documents or vendor data, shedding light on the accessibility of technical information. The purpose of this Repair Data List is to support federal contracting by ensuring that repair and specification data are systematically documented and readily available, facilitating procurement processes in alignment with government protocols.
    The document outlines specifications for an Electronic Components item identified as "UPLINKMATRIXSW," associated with the end item AN/FRC-178. It includes key identifiers such as the National Stock Number (NSN) 5999015528118GO and other codes related to criticality, demilitarization, and security. The item, a matrix switch, measures 28 inches in length, 24 inches in width, and 6 inches in height, with a weight of 25 pounds. Initiated by Johnny R. Tucker from the 415 SCMS/GUMBB, the document specifies safety features, including ESD (electrostatic discharge) requirements, though no helium content or precious metal indicators are noted. The mention of GFM, GFE, and GFP indicates potential requirements for government-furnished materials. This summary serves as a concise reference for evaluating the item’s appropriateness for federal grant or RFP contexts, emphasizing safety standards and procurement specifications necessary in government operations.
    The document outlines the Item Unique Identification (IUID) requirements as specified in DFARS 252.211.7003 for a specific item requiring marking, identified by National Stock Number (NSN) 5999015528118GO. It details that the marking must adhere to the latest MIL-STD-130 standards, with the contractor responsible for determining the location and method of marking. The key report initiator is Thi D. Nguyen from the 415 SCMS/GUMBB office, and the document includes contact information and relevant references. Additionally, it mentions the item is classified as embedded and specifies that it is part of a broader embedded items section. The checklist emphasizes the importance of complying with marking guidance and maintaining communication with pertinent stakeholders, as referenced in the Performance Work Statement (PWS). This document is crucial for federal procurement protocols, ensuring items are properly identified for tracking and management in compliance with military standards.
    This document outlines the packaging requirements for government procurement under Purchase Instrument Number FD20202500396-00, focusing on compliance with wood packaging material (WPM) regulations to prevent invasive species infestation. Specifically, it mandates that all wooden packaging, including pallets and containers, must be constructed from debarked wood and treated by heat to a specified temperature for a set duration. Certification from an accredited agency recognized by the American Lumber Standards Committee is required. The packaging instructions comply with MIL-STD-2073-1 for military packaging and MIL-STD-129 for shipping and marking. Various items referenced in the document have specific codes, but they are categorized as "No Packaging Data Required." The document concludes with the contact information of a packaging specialist for further guidance. This summary captures the essence of a government file designed to ensure the safe and compliant packaging of materials to safeguard against environmental threats and to facilitate international shipping.
    The document details the Performance Work Specification (PWS) for the Department of the Air Force, focusing on the inspection, testing, teardown, evaluation (TT&E), and potential repair of a specific electronic component, the Switch, Matrix, Uplink, with NSN 5999-01-552-8118. Contractors are required to perform comprehensive evaluations of the component to ensure it meets original specifications before returning it to serviceable condition. The specifications include requirements for quality assurance, including acceptance testing, cleaning, corrosion control, and counterfeit prevention policies adhering to industry standards. Rigorous documentation is mandated for maintenance production, repairs, and any changes to component designs. Specific protocols for the management of government property, mishap notifications, and adherence to environmental and safety regulations are outlined. A clear process for reporting discrepancies and handling potential counterfeit parts is included, along with stringent guidelines for training personnel on counterfeit prevention practices. Overall, the document emphasizes the importance of meeting military specifications and maintaining high-quality standards in repairs to support Air Force operations efficiently. The structure includes clear sections on work requirements, process adherence, and detailed reporting obligations to ensure accountability and performance monitoring throughout the contract's duration.
    The document outlines the Statement of Work (SOW) for packaging and marking requirements mandated by the Department of Defense (DoD) for military applications. It specifies adherence to various military and commercial packaging standards including MIL-STD 2073-1 for military packaging, MIL-STD 129 for military marking, and ASTM D3951 for commercial packaging. The requirements include the documentation of packaging codes, management of hazardous materials, utilization of international standards for wood packaging, and proper identification of electrostatic-sensitive materials. Key procedures involve ensuring safety through accurate labeling and certification of hazardous materials, with guidelines for receiving, reporting discrepancies, and the maintenance of reusable containers. Contractors must also follow applicable federal standards and regulations related to safety data and supply discrepancy reporting. The SOW emphasizes compliance with the most recent revisions of mentioned standards, ensuring that contractors are well-informed and capable of meeting stringent requirements necessary for government contracts. This document serves as a crucial operational guide for contractors participating in the packaging aspects of federal and military procurement processes.
    The document outlines transportation data pertinent for federal solicitations, particularly for a procurement initiative initiated on December 31, 2024 (Purchase Instrument Number: FD20202500396-00). It includes specific freight classification and marking instructions as per established federal acquisition regulations (FAR). Vendors are directed to consult the DCMA Transportation office for shipping protocols prior to any shipment to avoid incurring unnecessary costs. The document specifies various Transportation Account Codes and addresses for multiple line items, with detailed shipping destinations located at Hill AFB, Utah. Additionally, it encompasses contact information for the responsible personnel and emphasizes the importance of adhering to shipping guidelines. Key provisions include FOB terms and relevant clauses alongside specific item and shipment details. Overall, this document serves as a critical guide for vendors in the procurement process, ensuring compliance with transportation and shipping regulations associated with federal grants and solicitations.
    The document appears to be a federal request for proposals (RFP) involving grants and potential projects at the state and local levels. While the content is heavily redacted or encoded, it likely includes details regarding objectives for funding, project requirements, and necessary qualifications for bidders. The purpose of this RFP is to solicit proposals that align with specific government initiatives aimed at supporting various community needs and enhancing public services. Key points may encompass deadlines for submission, budgetary constraints, and evaluation criteria. Understanding the context of government RFPs, this document is vital for stakeholders looking to address pressing community issues through well-structured programs and funding opportunities. The structure would typically outline the introduction, guidelines for proposals, key themes for focus areas, and administrative details essential for submissions. Overall, it represents a commitment to facilitating civic improvements through federal and state collaboration.
    The document outlines packaging and handling requirements for wood packaging material (WPM) used in government and military logistics in accordance with international standards. It emphasizes compliance with UN regulations, particularly regarding invasive species, such as the pinewood nematode. The document stipulates that all wooden packaging must be made from debarked wood and heat-treated to specific temperatures. It details necessary certifications from recognized agencies and highlights that materials can be substituted if they meet military standards without increasing costs. The file includes destruction protocols and cautions against repackaging if the original integrity is maintained. Overall, it emphasizes the importance of adhering to safety and regulatory standards in the use of wooden materials for packaging in federal and military contexts.
    The document is a Request for Quotation (RFQ) from the Department of the Air Force, specifically detailing a need for repair and evaluation services related to a specific electronic component, identified by its National Stock Number (NSN). The RFQ outlines the requirements for potential contractors, including submission of quotes and compliance with various regulatory frameworks. It specifies the contractor's responsibilities in providing a detailed repair quote and submitting relevant documentation for asset management. Key points include the firm fixed price for services, the delivery requirements, and the necessity for compliance with the Commercial Asset Visibility Air Force guidelines. Additionally, the document addresses the evaluation of proposals based on qualification requirements and includes numerous clauses related to federal regulations, contractor obligations, and quality assurance standards. The purpose of the RFQ is to solicit detailed quotations from qualified vendors while ensuring adherence to established regulations and standards, facilitating a fair and transparent procurement process for essential Air Force services.
    The document outlines the guidelines and requirements for government-furnished property in the context of various contracts, specifically focusing on custodial procurement within the Department of Defense (DoD). It includes essential fields such as the contracting officer's information, contract award details, and specifications regarding requisitioned items, emphasizing the necessity of accurate tracking and management of both serially and non-serially managed items. Specifically, item descriptions are to include details like item name, line number, National Stock Number (NSN), manufacturer codes, part numbers, and quantities, with clear directives on the requisition process. The structured format aims to streamline procurement operations and ensure compliance with federal regulations for RFPs and grant applications, thereby facilitating effective management of government assets. This document is a critical resource for government contracting officers and related personnel in maintaining oversight over contract fulfillment and property management.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    UMTE Control, Interface
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting proposals for the procurement of a CONTROL INTERFACE unit, identified by National Stock Number (NSN) 5895-01-512-1931. Contractors are required to submit quotations that include a proposed delivery schedule and adherence to a specified Required Delivery Schedule (RDS), with a focus on improving on-time delivery and compliance with strict inspection and acceptance criteria. This procurement is critical for ensuring the availability of essential communication equipment within defense operations, emphasizing quality assurance and supply chain traceability. Interested contractors must submit their quotations by March 17, 2025, and can direct inquiries to Dennis Bouy at dennis.bouy@us.af.mil for further information.
    Repair of NSN 5836-01-605-8162
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of a Rugged MPEG Video Encoder, identified by NSN 5836-01-605-8162. The contractor will be responsible for conducting thorough testing, teardown, and evaluation of the unit, followed by necessary repairs to restore it to a serviceable condition, adhering to original specifications. This equipment is critical for military operations, emphasizing the importance of maintaining operational readiness through reliable electronic and precision equipment. Interested vendors should contact Logan Drake at logan.drake.4@us.af.mil for further details, with proposals due by December 13, 2024.
    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 of Electronic Amplifier for the JTE Program NSN 5996016610915
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of electronic amplifiers under the JTE Program, with a National Stock Number (NSN) of 5996016610915. The procurement involves multiple line items, including the repair of seven electronic amplifiers, which are critical components housed in metal enclosures with wiring, and the delivery timelines vary from 30 days to 150 days after receipt of carcass or completion of studies. This opportunity is vital for maintaining operational readiness and ensuring the functionality of electronic systems used by the Air Force. Interested parties should contact Nick Standiford at nicholas.standiford@us.af.mil or call 801-777-8968 for further details, as electronic procedures will be utilized for this solicitation.
    FMS REPAIR, QTY 1, NIIN 002834366
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure a sole-source repair of an amplifier assembly from Rockwell Collins Inc. This procurement involves a total quantity of one unit, identified by National Stock Number (NSN) 7RE 5996 002834366 EE and Part Number (P/N) 610-2041-004, and is classified under the NAICS code 335999 for miscellaneous electrical equipment manufacturing. The repair is critical for maintaining operational capabilities, and the solicitation is expected to be issued on February 13, 2025, with responses due by March 15, 2025. Interested parties may submit their capabilities and qualifications via email to Taylor O'Connor at taylor.m.oconnor2.civ@us.navy.mil.
    SYNCHRONIZER
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of a SYNCHRONIZER unit. The procurement aims to establish a firm-fixed-price contract for the repair services, with a required Repair Turnaround Time (RTAT) of 126 days, emphasizing the importance of timely and efficient repair processes for critical communication equipment. This opportunity is vital for maintaining operational readiness and ensuring the functionality of essential military communication systems. Interested contractors should submit their quotes, including pricing and capacity constraints, to Hilary Garrett at HILARY.GARRETT@NAVY.MIL or by phone at 717-605-2375, with the solicitation details available for review.
    58--CONTROL,INTERROGATO, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure five units of a specific control and interrogation component, identified by NSN 7E-5895-015935824. The procurement is for repair or modification services, and the government has determined that it is uneconomical to purchase the data or rights necessary to contract this part from other sources, thus limiting the solicitation to a single source under FAR 6.302-1. Interested parties are encouraged to express their interest and capability to fulfill this requirement, with proposals due within 45 days of the notice publication. For further inquiries, potential vendors can contact Prabit Dhital at (717) 605-4358 or via email at PRABIT.DHITAL.CIV@US.NAVY.MIL.
    Repair of NSN 3130-01-660-8071
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the repair of the gearcase motor identified by National Stock Number (NSN) 3130-01-660-8071. This procurement involves teardown, testing, and evaluation of the motor gearcase, with a focus on ensuring compliance with stringent quality assurance and regulatory standards. The gearcase motor is critical for operational functions within defense projects, necessitating precise repair and maintenance to uphold equipment effectiveness. Interested vendors must submit their quotes by March 6, 2025, and can direct inquiries to Logan Kashanipour at logan.kashanipour@us.af.mil for further details regarding the solicitation.
    FMS Repair N0038324PR0R353
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking contractors for the repair of Foreign Military Sales (FMS) item NIIN 011759063, identified by part number 70358-26004-102. The procurement involves the repair of one unit, with the serial number B1552-01771, which is critical for maintaining operational readiness and support for allied military forces. Interested parties should contact Danielle M. Cutrera at (215) 697-6566 or via email at DANIELLE.CUTRERA@NAVY.MIL for further details regarding the presolicitation notice and any upcoming deadlines.
    60--SWITCH,FIBER OPTIC, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking contractors for the repair and modification of fiber optic switches. This procurement aims to ensure the operational readiness and reliability of critical digital network products essential for military communications and operations. The fiber optic switches play a vital role in maintaining robust and secure network infrastructures within the Navy. Interested parties can reach out to Joseph F. Bodnik at (215) 697-2196 or via email at JOSEPH.BODNIK@NAVY.MIL for further details regarding this presolicitation opportunity.