Repair of the Antenna Control NSN5985-01-555-1122 BM on the DMSP-SEON
ID: FA825025R0832Type: 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

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the Antenna Control system (NSN 5985-01-555-1122, Part Number 1006501) as part of contract FD20202500832. The procurement involves multiple line items, including test, teardown, and evaluation (TT&E) of the antenna control system, with a total quantity of six units requiring repair and associated data deliverables. This equipment is critical for the operation of satellite receiving antennas, emphasizing the importance of maintaining operational integrity and compliance with military standards. Interested contractors must ensure their proposals are submitted via email to the primary contact, Valerie Humphries, at valerie.humphries@us.af.mil, by the specified deadlines, with delivery timelines ranging from 30 to 90 calendar days after receipt of the carcass.

    Point(s) of Contact
    Files
    Title
    Posted
    The CAV AF Reporting Requirements document outlines guidance for contractors involved in the Contract Depot Maintenance (CDM) pertaining to the management and reporting of government-owned assets through the Commercial Asset Visibility Air Force (CAV AF) system. Key responsibilities for contractors include maintaining accurate asset records, daily reporting of asset status, and timely training related to cybersecurity. Contractors must ensure that all Government Furnished Property (GFP) is consistently accounted for and that procedures for reporting discrepancies and managing Nuclear Weapon Related Materiel (NWRM) are strictly followed. The document specifies that all asset transactions should be reported within one business day, while following designated processes for receipt, shipping, and inventory control. Furthermore, any discrepancies or non-conformities in asset handling must be reported to appropriate authorities. Overall, the CAV AF system serves as a vital component in maintaining visibility and accountability for assets, ensuring adherence to regulatory compliance and effective inventory management within contentious military frameworks.
    This government file outlines the details of a specialized component known as the "Control, Antenna" (NSN 5985015551122BM), which is utilized in the AN/FRR-95 system to control the positioning of satellite receiving antennas. The item is characterized by a steel case housing electronic components, measuring 24 inches in length, 18 inches in width, and 8 inches in height, with a total weight of 30 pounds. It carries a criticality code of 'X' and has a demilitarization code 'D', indicating its strategic importance and specific handling requirements. The point of contact for this item is Glenn T. Meakin from the 415 SCMS / GUMBC, who can be reached via a designated DSN and commercial phone number. Additionally, safety protocols and precautionary measures regarding electrostatic discharge (ESD) and materials content are noted. This document emphasizes the designed functionality and necessary protocols for the item, relevant within the context of federal requests for proposals (RFPs) and contracts involving technology integration and maintenance.
    The document outlines packaging requirements associated with military procurement, specifically focusing on compliance with international standards for wood packaging material (WPM) to prevent the spread of invasive species like the pinewood nematode. It specifies that all wooden packaging must comprise debarked wood, treated at a minimum temperature of 56 degrees Celsius for at least 30 minutes, and must be certified by an accredited agency recognized by the American Lumber Standards Committee. The packaging instructions include adherence to military standards (MIL-STD-129 and MIL-STD-2073-1) for packaging and marking of military items. Each item listed has specific coded data but is generally categorized without required packaging data when noted. The document also provides contact information for the packaging specialist overseeing these standards, reflecting the federal government's stringent requirements for military logistics to ensure safety and compliance in global shipments.
    The Statement of Work outlines the preservation, packaging, and marking requirements for military materials in adherence to various Department of Defense (DoD) standards and regulations. Key directives include compliance with AFMC Form 158, MIL-STD 2073-1 for military packaging, MIL-STD 129 for shipment labeling, and guidelines for hazardous materials as per federal regulations. The document stipulates the use of specific codes for packaging, the management of reusable containers, the need for Safety Data Sheets (SDS), and reporting discrepancies via the Web Supply Discrepancy Report. Additionally, it mandates following international standards for wood packaging materials and establishes procedures for handling electrostatic-sensitive devices. The explicit focus on compliance with established standards reflects the intent to ensure safety and efficiency in the handling and transport of military materials, thus supporting broader logistics and supply chain goals within government contracts. Overall, the document serves as a detailed guide for contractors to meet military packaging requirements and maintain regulatory compliance.
    The Performance Work Specification (PWS) outlines the scope of work for the Department of the Air Force regarding the inspection, repair, and restoration of an antenna control system (NSN 5985-01-555-1122, Part Number 1006501). The contractor is required to conduct test, teardown, and evaluation (TT&E) to assess the condition of the end item, documenting any parts needing repair or replacement. If repairs are necessary, the contractor must return the item to a serviceable state in compliance with original specifications. Performance requirements include adherence to technical standards, completion of acceptance tests, and maintenance of quality assurance. The document details procedures for packaging, handling, security, and transportation of government property, specifying that any damages must be reported immediately. Additionally, it addresses counterfeit prevention measures, mandating a plan that encompasses detection, avoidance, and the reporting of any counterfeit materials. Finally, the delivery of all required reports, including maintenance production statuses and component consumption data, is emphasized to ensure compliance with contract requirements. The PWS delineates the contractor's responsibilities while ensuring compliance with military standards to maintain operational integrity and asset functionality.
    The document outlines a Repair Data List for a control antenna with the National Stock Number (NSN) 5985015551122BM, identified by part number 1006501 and Cage Code 1Q601, dated September 23, 2024. The list contains two main entries: the first provides an Illustrated Parts Breakdown, while the second references a JEDMICS drawing associated with the component. Furthermore, the document specifies a series of categories regarding document types available for governmental rights and distribution codes, identifying how different types of repair data are classified and accessed. These classifications include codes for classified documents, vendor data, and other governmental materials, reflecting the procedure for acquiring technical data during the contract award process. Overall, the document serves as a formal inventory and access guide for repair-related components within federal procurement processes.
    The document outlines guidelines for Item Unique Identification (IUID) marking in accordance with DFARS 252.211.7003, specifically for the Control Antenna with NSN 5985015551122BM. Marking must adhere to the latest MIL-STD-130 standards. The document provides essential details such as the marking initiator, Andrew J Webb, the organization (415 SCMS / GUEA), and contact numbers. Additionally, it specifies that marking guidance is derived from engineering drawings and related documents associated with the item. This checklist serves to ensure compliance and clarity in item identification for federal and defense-related procurements. By implementing these standards, the document supports transparency and traceability of military items, aligning with government procurement objectives.
    The document outlines the qualifications required for suppliers to become approved sources for repairing the Control Antenna (NSN: 5985-01-555-1122, P/N: 1006501) used in RIMS AN/FRR-95 systems. Suppliers must notify the government of their qualification intent and demonstrate access to necessary facilities and equipment for repair, inspection, and testing. They must provide a complete data package, comply with government specifications, and submit a qualification test plan approved by the relevant government authority. Estimated costs for qualification efforts are around $6,000, and the timeframe for completion is approximately 60 days. Additionally, the document specifies criteria for potential waivers of qualification requirements, allowing sources that meet certain conditions, such as prior delivery of similar items or previous qualifications, to potentially bypass some qualification steps. However, waivers do not guarantee contract awards, as all requirements must be met and approved before any contract can be awarded. The overall purpose emphasizes ensuring that suppliers are fully qualified to maintain quality and compliance standards in government contracts and operations.
    The file discusses the procedures and requirements related to federal and state/local Request for Proposals (RFPs) and grants. It outlines the process for submitting proposals to secure funding for various government projects. The document emphasizes the importance of compliance with detailed guidelines, including eligibility criteria, budget specifications, and performance metrics. It also addresses the evaluation process, which assesses proposals based on quality, relevance, and feasibility. Additionally, the document highlights the significance of stakeholder engagement and transparency in the procurement process. The main purpose is to inform potential applicants about navigating the application landscape effectively, ensuring they understand the importance of adhering to governmental standards and processes for successful funding acquisition. Overall, the document underscores the critical nature of RFPs and grants in supporting government initiatives and community development.
    The document outlines Solicitation FA8250-25-R-0832, issued by the Department of the Air Force, requesting offers for products and services related to the control and repair of antenna systems. It details the requirements for submitting sealed bids, including deadlines, technical provisions, and evaluation criteria. The procurement involves a series of line items, specifications, and data deliverables, highlighting the importance of compliance with quality assurance and inspection protocols. Key components, such as transportation requirements, payment procedures, and the necessity for government oversight and approvals, are emphasized. The solicitation also mandates adherence to federal acquisition regulations, including clauses related to small business participation and labor standards. Notably, it outlines consequences for failure to deliver required data, which will impact contractor payments. The overall aim is to acquire necessary supplies while ensuring that all contractual conditions and regulatory guidelines are meticulously observed, contributing to the Air Force’s operational efficiency and capability.
    Similar Opportunities
    Repair of JTE Antenna NSN: 5985-01-599-9815
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting qualified contractors for the repair of the JTE Antenna (NSN: 5985-01-599-9815). The procurement involves comprehensive services including Test, Teardown, and Evaluation (TT&E) of the antenna, as well as potential repair of identified components to restore the item to a serviceable, like-new condition. This antenna is critical for radar applications, and the successful contractor will be responsible for ensuring compliance with stringent quality and security standards throughout the repair process. Interested vendors must submit a Source Approval Request (SAR) to qualify, with a response deadline set for January 5, 2026. For further inquiries, contractors can contact Elijah Leo Carino at elijahleo.carino@us.af.mil or Cydnee Simpson at cydnee.simpson@us.af.mil.
    59--ANTENNA, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of antennas, with a focus on the specific part number 562R163H01. The procurement requires contractors to provide comprehensive repair services, including inspection, testing, and returning the antennas to a Ready for Issue (RFI) condition, adhering to strict turnaround times and quality standards. These antennas are critical components for military operations, necessitating reliable performance in operational environments. Interested contractors must submit their quotes via email to Christopher Campellone at christopher.campellone.civ@us.navy.mil by the specified deadline, and must also comply with government source approval requirements prior to award.
    ANTENNA SUBASSEMBLY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of Antenna Subassemblies. The procurement aims to secure a reliable repair service with a required Repair Turnaround Time (RTAT) of 271 days, ensuring that the repaired items meet operational and functional standards as specified in the contract. These antenna subassemblies are critical components used in various defense applications, highlighting their importance in maintaining operational readiness. Interested contractors should submit their quotes, including unit price and RTAT, to Eric B. Miller at 717-605-6464 or via email at ERIC.B.MILLER4@NAVY.MIL, with the solicitation details available for review.
    REMOTE CONTROL UNIT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of a Remote Control Unit. The procurement requires contractors to provide firm-fixed prices for the repair services, adhering to specific turnaround times and quality assurance standards, including compliance with MIL-STD packaging and government inspection protocols. This equipment is critical for military operations, and the selected contractor must be an authorized repair source, with a requested repair turnaround time of 126 days after asset receipt. Interested parties should submit their quotes and any necessary certifications via email to Brian J. Cawley at BRIAN.J.CAWLEY2.CIV@US.NAVY.MIL, with the solicitation details emphasizing the importance of timely and compliant submissions.
    ANTENNA
    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 antennas and related equipment under the NAICS code 334220. The procurement aims to ensure the timely repair and return of antennas to a Ready for Issue (RFI) condition, with specific requirements for turnaround time and quality assurance processes outlined in the solicitation. These antennas are critical for military operations, necessitating adherence to stringent repair standards and inspection protocols. Interested contractors should contact Albert J. Russo at 215-697-2974 or via email at ALBERT.J.RUSSO17.CIV@US.NAVY.MIL for further details, with proposals expected to meet the outlined specifications and timelines.
    RECEIVER,COUNTERMEA
    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 Receiver, Countermeasure (NSN: 016772663, PN: 2 2687100B001), with a requirement for three units. The contractor will be responsible for ensuring compliance with specified repair procedures, including inspection, testing, and returning the items to a Ready for Issue (RFI) condition, adhering to the latest approved repair methods and publications. This procurement is critical for maintaining operational readiness and support for naval operations. Interested parties must submit their quotes via email to Autumn M. Rau at AUTUMN.M.RAU2.CIV@US.NAVY.MIL by the specified due date, and all proposals must include the necessary documentation for government source approval.
    ANTENNA, NSN:5985016084976WF, PN: 42G1215A-XT-1
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure an antenna with NSN: 5985016084976WF and part number 42G1215A-XT-1 through a proposed sole source contract action. This procurement is intended to fulfill a specific agency requirement, as the government does not possess the technical data for these parts, which are owned by ANTCOM CORPORATION. The antenna is critical for various defense applications, and the government reserves the right not to make an award at all. Interested parties are encouraged to submit capability statements, proposals, or quotations, and should monitor the SAM.gov website for the full solicitation details and any updates. For inquiries, Richard Maynard can be contacted at richard.maynard.5@us.af.mil or by phone at 801-777-6504.
    F-16 Radar Antenna Phase Shift Driver Unit NSN: 1270-01-561-6088 PN: 562R218H01
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources to repair the Phase Shifter Assembly (P/N: 562R218H01, NSN: 1270-01-561-6088WF) for the AN/APG-68 Radar Antenna. Interested offerors must demonstrate their capability to meet stringent qualification requirements, which include providing a complete data package, submitting a qualification test plan, and delivering a pre-contract award qualification article for evaluation. This repair unit is critical for maintaining the operational effectiveness of the radar systems used by the Air Force. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil or by phone at 7772211 to express their intent to qualify, with an estimated qualification cost of $4,000 and a completion timeframe of 90 days. Note that successful qualification does not guarantee a contract award.
    RECEIVER,COUNTERMEA
    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 the Receiver, Countermeasure (NSN: 016772663, Part Number: 2687100B001). The procurement involves the repair, testing, and inspection of four units, which must be conducted in accordance with established repair procedures and quality requirements to ensure they are returned to a Ready for Issue (RFI) condition. This equipment is critical for electronic countermeasures and plays a vital role in national defense operations. Interested contractors must submit their quotes via email to Autumn M. Rau at AUTUMN.M.RAU2.CIV@US.NAVY.MIL by the specified due date, and they must comply with government source approval requirements prior to award.
    58--RECEIVER-TRANSMITTE, 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 Receiver-Transmitter, identified by NSN 7R-5821-015855355-P8. The procurement involves a quantity of three units, with delivery terms set to FOB Origin, and requires engineering source approval to ensure the quality of the part, as it is flight critical. Interested vendors must be approved sources or provide detailed documentation for source approval, as the item’s unique design and technical data are not readily available to the Government. Proposals must be submitted within 45 days of this notice, and interested parties can contact Dina M. Wojciechowski at (215) 697-1219 or via email at DINA.M.WOJCIECHOWSKI.CIV@US.NAVY.MIL for further information.