Traverse Servo Amplifier Assembly
ID: FA820625Q0109Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8206 AFSC PZAAA2HILL AFB, UT, 84056-5825, USA

NAICS

Guided Missile and Space Vehicle Propulsion Unit and Propulsion Unit Parts Manufacturing (336415)

PSC

AMPLIFIERS (5996)

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 bids for the procurement of a Traverse Servo Amplifier Assembly, a critical component for military applications. This opportunity is set aside for small businesses and falls under the NAICS code 336415, which pertains to guided missile and space vehicle propulsion unit manufacturing. The electronic amplifier is essential for amplifying electrical signals that operate the support structure's traverse motor, highlighting its importance in defense operations. Interested contractors should direct inquiries to Angel McKenzie at angel.mckenzie.2@us.af.mil or call 801-586-3426, with proposals due by February 6, 2025, and delivery expected by August 10, 2025.

    Point(s) of Contact
    Angel McKenzie, Contract Specialist
    (801) 586-3426
    angel.mckenzie.2@us.af.mil
    Angelina Kellett, Contracting Officer
    (801) 775-6891
    angelina.kellett@us.af.mil
    Files
    Title
    Posted
    This document is a Bid Set Request generated by the federal government on December 11, 2024, by the 414 Supply Chain Management Squadron, detailing the need for an electronic amplifier (Line Item 0001). The request was initiated by Katie J. Moser on November 7, 2024, and completed by Brian D. Lawson on the same date, indicating an efficient processing timeline. The bid set is required by August 10, 2025, and follows a structured format, including necessary reference numbers and distribution codes. The document indicates that the request experienced a delay but does not specify the reason. The purpose of the bid set is to procure equipment essential to government operations, aligning with typical federal request for proposals and grants aimed at acquiring goods and services. The structure of the document includes sections for contact information, line item details, and status, adhering to governmental documentation protocols. The document emphasizes the importance of timely and thorough procurement procedures in maintaining operational readiness within government entities.
    The document is the DD FORM 1423-1, titled "Contract Data Requirements List," utilized in federal contracting. It outlines essential data submissions required by contractors after award, specifically concerning the Counterfeit Prevention Plan (CPP). The form includes various sections to be completed by the contracting office and contractors, detailing contract references, data item numbers, titles, and specifications for submission. Key requirements include the delivery timeline for the CPP, marking for distribution limits, and specifications for data submission via the Wide Area Workflow (WAWF) system. Contractors must submit the CPP within 60 calendar days post-award, allowing the government 15 days for review and feedback, with a follow-up final submission due 15 days after. The document includes stipulations regarding the destruction of sensitive information and the necessity for marking compliance to distribution statements, ensuring controlled access to technical data. This form serves as a critical tool for adhering to government standards in contract deliverables, emphasizing accountability and oversight in data handling related to Department of Defense contracts. Overall, it ensures that contractors meet specific requirements governing technical data submissions, aligned with federal regulations.
    The document is a DD Form 1423-1, which outlines the Contract Data Requirements List (CDRL) for the First Article Test/Inspection Procedures and Report (FAT/IPR) related to specific servo amplifier assemblies. It includes a series of sections detailing data item number, title, authority, submission requirements, and distribution statements. Key requirements stipulate that the test report must confirm that items meet the specified engineering drawings, with added requirements for listing dimensions and tolerances alongside actual measurements, and identification of material processing used in manufacturing. Specifically, the contractor is obligated to submit the FAT/IPR within 45 calendar days, allowing the government 90 days for review and subsequent comments. Following those comments, the final report must be delivered within 14 days. The document emphasizes the importance of maintaining confidentiality and proper handling of technical data, marking it as controlled information with specifications on destruction methods. This CDRL serves as a critical reference for compliance and ensuring quality deliverables in the context of federal contracts.
    The document details an engineering data list associated with the MINUTEMAN III program, identified by the reference number 201125020-10 and dated 14 November 2022. It is maintained by the 429 SCMS, with the Ogden Air Logistics Center listed as the manufacturer. The report includes specific information about the electronic amplifier, specifically a servo amplifier assembly for traverse operations, denoted by the NSN 5996014623656AH. Key personnel listed include Brian D. Lawson, responsible for the data with standardized engineering requirements outlined in an attachment. The document specifies release conditions for foreign entities, indicating restrictions for data sharing dependent on the approval of the Foreign Disclosure Office. Additionally, it includes a method code legend that describes the status and nature of the provided data, which could range from classified documents to vendor drawings. Overall, this engineering data list serves to communicate critical information necessary for supporting the engineering and operational requirements of the MINUTEMAN III system while ensuring compliance with security protocols regarding data dissemination.
    This document outlines the First Article Requirements for a government contract dated November 21, 2022. It specifies that one first article is required as part of the production quantity and must serve as a manufacturing standard. The document mandates that the first article be manufactured at the contractor's production facilities. Testing and inspection are primarily the contractor's responsibility, with performance characteristics needing to comply with a technical data package. Government approval of test reports and first article delivery is outlined, with specific timelines provided for testing and notification processes. Additional conditions for waiving the first article approval include previous satisfactory performance in service and ongoing production of similar articles. The document concludes with contact information for responsible engineering organizations overseeing the approval and testing processes. Overall, this file serves to ensure that the contractor meets quality and compliance standards essential for the production of items supplied to the Air Force.
    The document outlines a Request for Quotation (RFQ) FA8206-25-Q-0109 issued by the Department of the Air Force for an electronic amplifier, including its specifications, requirements for production, and terms for submitting quotes. The RFQ identifies the buyer, Angel M. McKenzie, and specifies that it is not set aside for small businesses. It highlights the need for the supplier to provide domestic-origin products, abide by the Buy American Act, and require specific certifications, such as a First Article Test Report and a Counterfeit Prevention Plan. Additional details about delivery timelines, inspection and acceptance criteria, and various compliance clauses related to the contract are provided. Responses to the RFQ must be submitted by February 6, 2025, and the document contains essential clauses governing the terms and conditions of the transaction, ensuring adherence to legal and administrative requirements for federal contracts. This solicitation displays the government’s structured approach to procurement ensuring quality and compliance in sourcing critical components for defense operations.
    The memorandum from the Air Force Life Cycle Management Center outlines the foreign disclosure review for Purchase Request # FD20202500109, specifically for the electronic amplifier on MM III. It approves the release of unclassified production data to several allied countries, including Australia, Canada, and the United Kingdom, while indicating that the technology involved is critical and export-controlled, with approval limited to U.S. contractors. The document details the contractor's obligations under the Arms Export Control Act and the necessity to comply with relevant export regulations in contracts and subcontracts. Additionally, it highlights that the Foreign Disclosure Officer will complete the review process upon receipt of the necessary submission. The memorandum underscores the government's rights to the technical data with no restrictions, emphasizing the importance of adherence to export control requirements in defense contracting.
    The document pertains to a federal government Request for Proposal (RFP) detailing an electronic amplifier's specifications, including its National Stock Number (NSN) and Criticality Code. The amplifier, designated by NSN 5996014623656AH, functions to amplify electrical signals that operate the support structure's traverse motor for directional movement. Key dimensions are provided: 6 inches in length, 3 inches in width, and 1 inch in height, with a weight of 2 pounds, constructed from steel, plastic, tin, and various electronic components. The document identifies the initiator, Wallace M. Ekenstam, and notes the manufacturing revision denoted by the letter 'P' in the part number. Additionally, safety and compliance details are outlined, including references to the item's material sensitivity and non-requirement for helium or precious metals. This summary serves as a crucial resource for understanding the technical requirements and operational function of the amplifier within the context of federal contracting and procurement processes.
    This document outlines the requirements for Item Unique Identification (IUID) as per DFARS 252.211.7003 for a specific electronic amplifier (NSN 5996014623656AH). It details the responsible individual, Alfredo Armendariz, and the relevant organization code. The marking process is designated to follow the MIL-STD-130 guidelines, which specify that the item must be marked with a data label using a data plate, located near the old part number. The documentation indicates that this item is embedded and provides specific CAGE/reference numbers associated with it. This checklist serves to ensure accurate identification and traceability of government assets, reflecting compliance with federal tracking requirements essential for contract management and inventory control within government operations. It underscores the importance of proper documentation and adherence to military standards in the management of government property.
    The document outlines the requirements for preservation, packaging, and marking of materials under a federal contract, particularly for military applications. It mandates adherence to several military standards (MIL-STD) and specifications, such as military packaging practices defined in MIL-STD 2073-1, marking protocols in MIL-STD 129, and guidelines for hazardous materials under the International Civil Aviation Organization (ICAO) standards. Contractors must ensure compliance with special packaging instructions, label materials appropriately, and utilize reusable containers following AFMC Form 158 specifications. The document also details the handling of hazardous materials, necessitating compliance with applicable federal regulations, including Safety Data Sheets (SDS) submission per FED-STD-313. Contractors are instructed to use the Special Packaging Instructions Retrieval & Exchange System (SPIRES) for additional resources. Reporting discrepancies in packaging is required through the Web Supply Discrepancy Report (WebSDR). In summary, this Statement of Work serves to standardize packaging and labeling processes in line with Department of Defense requirements, emphasizing safety, traceability, and regulatory compliance in material handling and transportation for federal projects.
    This document details the packaging requirements for wooden materials in compliance with United Nations regulations aimed at preventing the spread of invasive species like the pinewood nematode. It specifies that all wood packaging materials (WPM) must consist of debarked wood, subjected to heat treatment at 56°C for 30 minutes, and certified by an agency recognized by the American Lumber Standards Committee (ALSC). The document further emphasizes adherence to military packaging and marking standards, particularly MIL-STD-2073-1 and MIL-STD-129, for shipping and storage. Additional instructions include specifying markings for shipping containers, which must correspond to military standards and include pertinent information like serial numbers and OEM details. It also includes various item codes with their respective packaging requirements and a designated packaging specialist contact. Overall, the document serves as a comprehensive guideline for ensuring military compliance and biosecurity in packaging for international shipments, underscoring the need for proper materials to prevent ecological harm.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    59--AMPLIFIER,AUDIO FRE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of audio frequency amplifiers. The contract requires compliance with specific quality assurance standards, including ISO 9001, and mandates that the amplifiers meet detailed design and inspection requirements as outlined in the solicitation. These amplifiers are critical components for various defense applications, ensuring reliable audio performance in military systems. Proposals are due by January 20, 2026, with a revised quantity requirement of four units, and interested parties should direct inquiries to Darian Holley at 717-605-1339 or via email at DARIAN.M.HOLLEY.CIV@US.NAVY.MIL.
    59--AMPLIFIER,AUDIO FRE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of audio frequency amplifiers, specifically NSN 5996011210113, with a requirement for seven units to be delivered to DLA Distribution San Joaquin. This procurement is critical for maintaining operational capabilities within military communications systems, ensuring reliable audio amplification for various applications. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all submissions must be received within the specified timeframe. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil.
    59--AMPLIFIER,RADIO FRE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of eight units of the Radio Frequency Amplifier, NSN 5996014811850. This solicitation is part of a combined synopsis/solicitation process, and the approved source for this item is identified as 8M6A5 725691-802. The amplifiers are critical components used in various military applications, ensuring reliable communication and operational effectiveness. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and all inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The deadline for delivery is set for 168 days after order placement.
    AMPLIFIER,VIDEO
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of 13 video amplifiers, identified by NIIN 015342175 and part number A3263642. The procurement requires contractors to meet specific repair turnaround times and throughput constraints, with a required turnaround time of 118 days after receipt of the asset. These amplifiers are critical components for various defense applications, and the selected contractor must ensure compliance with government quality standards and source approval processes. Interested parties should submit their quotes via email to Dana N. Knittel at dana.n.knittel.civ@us.navy.mil by the specified due date, and must provide all necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure to be considered for award.
    AMPLIFIER,ELECTROHY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the repair of the AMPLIFIER, ELECTROHY, under a fixed-price contract. The procurement requires contractors to meet specific operational and functional requirements, ensuring compliance with quality standards and government inspection protocols. This equipment is critical for naval operations, necessitating adherence to stringent guidelines, including the prohibition of mercury contamination. Interested contractors should submit their quotes, including pricing and repair turnaround time, to Tyreese C. Smith at TYREESE.C.SMITH.CIV@US.NAVY.MIL or by phone at 717-605-5937, with the contract award anticipated to follow the acceptance of bids.
    59--AMPLIFIER,AUDIO-RAD
    Dept Of Defense
    The Defense Logistics Agency, under the Department of Defense, is seeking quotes for the procurement of an audio amplifier (NSN 5996016811895) as part of a Combined Synopsis/Solicitation. The requirement includes a single unit to be delivered to the Commanding Officer within 20 days after award, with the approved source being 24854 013F013249-1. This procurement is crucial for maintaining operational capabilities within military communications systems. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
    16--POWER AMPLIFIER ASS, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking qualified sources for the repair and modification of a power amplifier assembly, identified by NSN 7R-1680-016100020-E7, with a quantity of 48 units required. This procurement necessitates engineering source approval to ensure the quality of the part, as it is flight critical and requires that only approved sources are solicited for the contract. Interested parties must provide detailed technical data and documentation as outlined in the NAVSUP Source Approval Information Brochures, and must submit their proposals along with any required source approval information by the specified deadlines. For further inquiries, potential bidders can contact Christian M. Markle at (215) 697-6679 or via email at CHRISTIAN.M.MARKLE.CIV@US.NAVY.MIL.
    AMPLIFIER,RADIO FRE NSN: 7HH 5996 015575337
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking sources capable of supplying 150 units of the AMPLIFIER, RADIO FREQUENCY (NSN: 7HH 5996 015575337, P/N: DB-5601) as part of a one-time buy. This procurement aims to gather information on potential suppliers' capabilities, including item availability, pricing, delivery timelines, and compliance with traceability requirements for non-OEM suppliers. The amplifiers are critical components used in various defense applications, underscoring the importance of reliable sourcing. Interested parties must complete the attached market survey and submit it via email to Trevor Monn at Trevor.L.Monn@dla.mil by 4:30 PM EDT on December 18, 2025, to be considered for this opportunity.
    5895-00-999-2411; AMPLIFIER-POWER SUP
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting quotations for the procurement of an Amplifier-Power Supply (NSN: 5895-00-999-2411) from new manufacture. This solicitation is not set aside for small businesses and is classified as a rated order for national defense, requiring compliance with the Defense Priorities and Allocations System. The procurement includes specific requirements such as Item Unique Identification (IUID), early and partial shipments, and a firm price for 120 days, with delivery to be made FOB Destination. Quotations are due by January 2, 2026, and interested parties can contact Clifford Dockter at clifford.dockter@us.af.mil or Ryan Newton at ryan.newton.4@us.af.mil for further details.
    59--AMPLIFIER,RADIO FRE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the procurement of radio frequency amplifiers. This opportunity involves the supply of five units of amplifiers, with specific requirements for quality assurance, including adherence to ISO 9001 standards and various clauses related to inspection, delivery, and pricing data. The amplifiers are critical components for defense applications, emphasizing the importance of reliability and compliance with safety standards. Interested vendors can reach out to Thomas Kuhnle at 215-737-4024 or via email at THOMAS.KUHNLE@DLA.MIL for further details, with proposals expected to be submitted electronically as outlined in the solicitation.