REPAIR SERVICES JTE PROGRAM
ID: FA825025R0001Type: 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

ELECTRICAL CONTROL EQUIPMENT (6110)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Repair Services JTE Program, focusing on the teardown, testing, and evaluation of motor controllers. Contractors are required to meet stringent military standards for inspection, testing, and potential repair of the specified equipment, ensuring compliance with quality assurance protocols and timely deliverables. This procurement is critical for maintaining the operational efficiency and reliability of defense equipment, with a bid submission deadline set for March 12, 2025. Interested parties can contact John Prather at john.prather.3@us.af.mil or by phone at 801-586-3463 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The CAV AF Reporting Requirements document outlines contractor obligations related to the Commercial Asset Visibility Air Force (CAV AF) system. It establishes guidelines for reporting the status of government-owned assets at contractor facilities, detailing responsibilities such as accurate asset record maintenance and timely reporting of maintenance actions. Contractors must submit a System Authorization Access Request and undergo Information Assurance training, while ensuring daily reporting of asset changes within one business day. Specific requirements for asset tracking, including handling discrepancies and following prescribed reporting procedures for various asset categories (On Contract and Not-on-Contract), are emphasized. The document also mandates compliance with using official government documents, such as DD Form 1348-1A, for recording transactions to ensure data integrity and prevent systemic issues. Additional guidelines address the handling of Nuclear Weapon Related Materiel and stipulate procedures for addressing discrepancies in shipping. Overall, the document serves as a comprehensive guide for contractors engaged with the CAV AF system, aiming to ensure accurate asset management and compliance with federal regulations. The emphasis on training, protocol adherence, and accountability illustrates the government's commitment to maintaining effective oversight of military assets during contracting.
    The document is a guide for potential applicants regarding federal and state/local Requests for Proposals (RFPs) and grants. It outlines the application process, eligibility requirements, and funding opportunities available to support various initiatives. Key topics include the identification of eligible activities, the importance of adhering to federal regulations, and the evaluation criteria used to assess proposals. The document stresses the significance of demonstrating measurable outcomes and impacts for funded projects, as well as providing a detailed budget justification. Additionally, it emphasizes collaboration between local, state, and federal agencies as vital for increasing the chances of approval. The guide is structured to assist applicants in navigating the complexities of the proposal submission process and ensuring compliance with all relevant guidelines. Overall, the purpose of the document is to facilitate access to government funding by offering clear and comprehensive instructions for prospective applicants.
    The document FA8250-25-R-0001 serves as a federal solicitation for the Department of the Air Force, detailing a request for proposals (RFP) for the Teardown, Test & Evaluation (TT&E) of motor controllers. It outlines the specific requirements for contractors, including the submission of bids by March 12, 2025, and various contract line item numbers (CLINs) related to repair services, data submissions, and quality assurance inspections. The solicitation emphasizes detailed deliverables, required certifications, and quality control measures, alongside stipulations regarding pricing and inspection standards at designated locations. Key elements include expectations for compliance with military standards, performance metrics, and timelines for deliverables. Legal and administrative requirements are also covered, including the rights and obligations of both the contractor and the government, focusing on transparency and accountability in handling defense contracts. In summary, this RFP underscores the Air Force's commitment to acquiring essential technical services while adhering to strict regulatory and operational standards.
    The document outlines the specifications for a motor controller, identified by the National Stock Number (NSN) 6110016608072FD. It was initiated by Terrance L. Hardy from the 415 SCMS/GUMAA, with a date noted of 21 January 2025. The item is described as a metal enclosure with wiring, serving a critical function in motor control. Key physical dimensions are provided: a length of 26.5 inches, a width of 12.5 inches, a height of 10.5 inches, and a weight of 23.3 pounds. The document indicates various security and demilitarization codes, asserting its importance and the requirements for certain management components. No helium content or precious metals are reported, while details about potential government-furnished materials are noted. This summary reflects a formal specification important for federal procurement processes, underscoring standards and compliance necessary for the item’s intended use within government operations. The clarity and technical details cater to contractors and procurement officials engaged in federal grants or RFPs who require precise item descriptions for requisition purposes.
    This document is an Item Unique Identification (IUID) checklist, primarily focusing on compliance with DFARS 252.211.7003 concerning the marking of items requiring unique identification. The item specified is a motor controller, identified by the National Stock Number (NSN) 6110016608072FD, and is assigned to the organizational office symbol 415 SCMS/GUEA. The checklist outlines the details necessary for proper marking, including the version number of the item, marking guidance based on MIL-STD-130 standards, and a reference engineering drawing number, JTE133545-1. Additionally, the document indicates that the item is an embedded one related to the aforementioned NSN, illustrating its importance in maintaining accurate identification for inventory and procurement purposes. Overall, this checklist serves as a formal directive to ensure compliance in the identification and marking of military items within federal contracts and grants, thereby facilitating better management and traceability in government acquisitions.
    The document outlines strict packaging requirements for wood packaging materials (WPM) in compliance with United Nations regulations aimed at preventing the spread of invasive species, notably the pinewood nematode. It specifies that all wooden lumber, pallets, and containers must be constructed from debarked wood and heat-treated to 56 degrees Celsius for 30 minutes, with certification required from an accredited agency. Additionally, it includes packaging and labeling instructions governed by MIL-STD standards for military packaging and marking. The document enumerates several items (identified by specific catalog numbers) that are subject to these regulations, although some entries indicate no packaging data is required. The packaging requirements emphasize the importance of combatting environmental risks associated with shipping and storing wooden materials, particularly from a governmental and military logistics perspective. The last section includes contact information for a Packaging Specialist, ensuring that any inquiries can be directed appropriately. Overall, this document serves as a crucial guideline for compliance with packaging standards in federal RFPs, grants, and state/local procurement processes.
    The document outlines the Performance Work Specification (PWS) for the Department of the Air Force's project related to the inspection, testing, teardown, evaluation, and potential repair of a Motor Controller (NSN 6110-01-660-8072). The contractor is responsible for ensuring the end item meets original specifications through visual, mechanical, and electrical testing, followed by necessary repairs or replacements as identified. The scope includes compliance with quality assurance protocols, handling and packaging procedures, and reporting requirements. Specifically, the contractor must address test requirements, quality deficiencies, and implement a Counterfeit Prevention Plan to mitigate risks associated with counterfeit electronic parts. Performance standards mandate that serviceable items are returned within specified timelines, accompanied by appropriate documentation. Additionally, the PWS emphasizes environmental and safety regulations to be followed during all operations. The overarching goal is to maintain equipment efficiency and reliability while adhering to federal contract standards and regulations.
    The document is a Repair Data List concerning a motor controller identified by the National Stock Number (NSN) 6110016608072FD, with a CAGE code of 54547 and part number 133545-1, dated December 18, 2024. It includes several entries, each detailing specific data references, availability of government rights, and accompanying drawings. The repair data comprises documented methodologies and remarks relevant to procurement, emphasizing classification types, such as government documents and vendor data. The list serves to inform possible contractors regarding the necessary documentation and methodologies required for repairing or acquiring the motor controller, which is crucial in governmental procurement processes. The structured format outlines the essential information needed for potential negotiations or contracts, highlighting the meaning of codes used to denote the availability and type of data provided. Overall, this document plays a vital role in facilitating transparency and compliance in federal procurement, ensuring that contractors are well-equipped with the required information to assist in government projects.
    This Statement of Work delineates the requirements for preservation, packaging, and marking for military items, ensuring compliance with several standards like MIL-STD 2073-1 and MIL-STD 129. The document specifies adherence to Department of Defense (DoD) and American National Standards Institute (ANSI) guidelines for packaging development, marking materials for shipment, and handling hazardous materials according to regulations such as the International Civil Aviation Organization (ICAO) and Title 49 of the Code of Federal Regulations. Key points include the proper packaging of electrostatic materials, using standardized codes for military packaging, and ensuring reusable containers are safeguarded and replaced if damaged. It emphasizes reporting discrepancies through designated systems, the use of Special Packaging Instructions (SPI), and compliance with the latest revision of international phytosanitary measures for wooden materials. Additionally, it outlines responsibilities for preparing Safety Data Sheets for hazardous materials and ensuring documentation meets contract requirements. The document ultimately serves to guide contractors in maintaining safety, efficiency, and regulatory compliance in military packaging and shipping practices, reinforcing the importance of standardized procedures in government contracts and RFPs.
    The document provides transportation data related to federal procurement activities, specifically addressing shipping and handling instructions for various commodities. Initiated on January 21, 2025, the procurement involves F.O.B. (Free On Board) transportation terms, with detailed clauses from the Federal Acquisition Regulation (FAR) outlining various responsibilities and requirements. Significant provisions include contacting the Defense Contract Management Agency (DCMA) Transportation for shipping instructions, ensuring vendors obtain necessary regulatory clearances before shipment. Key transportation account codes and funding information are detailed for line items associated with specific National Stock Numbers (NSN), including designated shipping addresses across multiple locations. The document emphasizes the importance of properly managing freight to avoid unnecessary expenses and outlines compliance with shipment marking requirements. Overall, this file acts as a guideline for vendors involved in federal contracts, underscoring the critical need for adherence to protocols when handling transportation logistics to ensure successful procurement under federal regulations. It reflects the government’s structured approach to managing supply chain logistics and compliance in defense contracting.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    Advance Control Tester (ACT) II Repair
    Buyer not available
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking proposals for a five-year contract to repair the Advanced Control Tester II (ACT), a critical device used for testing the Digital Electronic Engine Control (DEEC) of Pratt and Whitney F100 engines utilized in the F-15 and F-16 aircraft. The procurement involves teardown, evaluation, and uniquely negotiated repairs, with the understanding that the USAF lacks the technical data for repairs but can obtain necessary licensing from Collins Aerospace. This acquisition is vital for maintaining the operational readiness of the aircraft systems, and interested vendors must submit their proposals by February 24, 2025, ensuring compliance with the Buy American Act and other relevant regulations. For further inquiries, vendors can contact Alison Amerson at alison.amerson@us.af.mil or Jeanette Jordan at jeanette.jordan.2@us.af.mil.
    Overhaul of B-1 Hydraulic Motors
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul of B-1 hydraulic motors under Solicitation FA8118-25-R-0025. This procurement involves a one-year firm fixed-price requirements contract, where the selected contractor will be responsible for disassembly, cleaning, inspection, reassembly, and testing of the hydraulic motors to restore them to a like-new condition. The overhaul is critical for maintaining operational readiness and ensuring the reliability of essential defense equipment. Proposals are due by March 3, 2025, at 3:00 PM, and interested parties should direct inquiries to Dessie Breslin at dessie.breslin@us.af.mil or Amy Gil at amy.gil@us.af.mil.
    F101 DEC Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the F101 Digital Electronic Control (DEC) under contract FA8122-25-R-0001. This requirements-type contract includes a base year and four option years, focusing on the repair of 35 electronic control units, with all materials to be provided by the contractor without any government-furnished materials. The F101 DEC is critical for aircraft operations, necessitating strict adherence to quality assurance standards and comprehensive reporting throughout the repair process. Interested contractors must submit their proposals by the revised deadline of February 21, 2025, at 4:00 PM CST, and can direct inquiries to Brandi Bridgett at brandi.bridgett@us.af.mil or Tara Parker at tara.parker.4@us.af.mil.
    Repair of B-1B Rate of Flow Transmitter
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B-1B Rate of Flow Transmitter under solicitation number FA8117-25-R-0005. The procurement aims to secure comprehensive repair services, including inspections and data reporting, to ensure the operational readiness of this critical aircraft component, with a focus on quality control and compliance with military standards. This opportunity is open to various business types, including small and veteran-owned entities, and requires submissions by March 10, 2025. Interested contractors can reach out to primary contact Relijah Sherman at relijah.sherman@us.af.mil or secondary contact David Herrig at david.herrig.1@us.af.mil for further information.
    FA822025RB004 F-4 Repair and Overhaul
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and overhaul of F-4 aircraft parts under the contract FA822025RB004, aimed at supporting Foreign Military Sales (FMS) countries. The procurement involves teardown, testing, evaluation, repair, and overhaul of various components, with detailed requirements outlined in the Request for Proposal (RFP) including specific Contract Line Item Numbers (CLINs) and associated conditions. This initiative is crucial for maintaining operational readiness and capability of military assets, ensuring compliance with federal acquisition regulations. Interested contractors must submit their proposals by February 28, 2025, and can direct inquiries to Danielle Stiff at danielle.stiff.1@us.af.mil or by phone at 1-801-777-8416.
    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.
    Flight Data Recorder
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of KC-135 Flight Data Recorders under solicitation number FA8117-25-R-0007. Contractors are required to demonstrate their capabilities in providing high-quality repair services that comply with ISO 9001:2015 standards, including adherence to stringent counterfeit prevention measures and effective supply chain risk management. The Flight Data Recorders are critical components for military operations, ensuring the reliability and safety of aircraft systems. Proposals are due by March 13, 2025, and interested parties can contact Tanner Mullins at tanner.mullins.1@us.af.mil or Sheila M. Thee at sheila.thee@us.af.mil for further information.
    REPAIR GSP Program NSN: 5999015528118
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the GSP Program component identified by National Stock Number (NSN) 5999015528118. The procurement aims to engage qualified contractors for the inspection, testing, teardown, evaluation, and potential repair of the electronic component known as the Uplink Matrix Switch, ensuring it meets original specifications before returning it to serviceable condition. This opportunity is critical for maintaining the operational readiness of Air Force systems, emphasizing the importance of quality assurance and compliance with military standards throughout the repair process. Interested parties should direct inquiries to Timothy Howard at timothy.howard.27@us.af.mil or Valerie Humphries at valerie.humphries@us.af.mil, with proposals due by February 19, 2025, under a total small business set-aside.
    Motor, Direct Current
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting quotations for a firm-fixed price contract to supply a direct current motor for the F-16 aircraft. This procurement emphasizes the need for compliance with military specifications, including supply chain traceability documentation and adherence to packaging, marking, and inspection standards as outlined in the associated Statement of Work. The direct current motor is critical for national defense operations, reflecting the government's commitment to securing reliable suppliers and enhancing defense logistics. Quotations must be submitted by March 7, 2025, and interested parties can contact Scottina Malia at scottina.malia@us.af.mil for further information.