TACAN Radio Control Set
ID: FA853825Q0003Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8524 AFSC PZAAAROBINS AFB, GA, 31098-1670, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES (J016)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide maintenance and repair services for the TACAN Radio Control Set, a critical component for enhancing operational readiness for the United States Air Force, Navy, and Coast Guard. The contractor will be responsible for ensuring compliance with Original Equipment Manufacturer (OEM) specifications, managing government property, and adhering to rigorous quality assurance protocols while avoiding counterfeit parts. This contract, which will be executed at the contractor's facility in Warner Robins, Georgia, emphasizes the importance of timely delivery and effective communication regarding repair statuses. Interested vendors can contact Clyde Kincaide at clyde.kincaide@us.af.mil or by phone at 478-926-6773 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines transportation data associated with federal procurements, specifically related to solicitation number FD20602500378-00. Initiated on February 24, 2025, it details necessary shipping and transportation provisions as mandated by government regulations. Key components include instructions to contact the Defense Contract Management Agency (DCMA) for clearances before shipping, highlighting the importance of compliance to avoid additional costs. It specifies the shipment's destination to Robins Air Force Base in Georgia and provides the necessary logistical details, including stock numbers and account codes for transportation funding. The document also includes multiple line items for different National Stock Numbers (NSNs), indicating various shipped items to the same or similar locations. The emphasis is on adhering to procurement guidelines and transportation regulations to ensure efficient and compliant delivery of goods related to federal contracts. Overall, the document serves as a guideline for vendors regarding transportation requirements for federal contracts, stressing the significance of proper procedures to mitigate financial and logistical risks during the shipping process.
    This document outlines the packaging requirements for federal procurement under Purchase Instrument Number FD20602500378-00, focusing on the compliance with standards related to wood packaging material (WPM) to prevent the spread of invasive species, particularly the pinewood nematode. It specifies that all wooden containers, pallets, and lumber must be constructed from debarked wood and undergo heat treatment at specified temperatures to ensure safety. Marking and certifications must align with industry standards like MIL-STD-129 for military marking and MIL-STD-2073-1 for military packaging. Additionally, the document includes stipulations regarding the handling of shipping containers, emphasizing the need for reclamation and proper disposal if unserviceable. The vendor must adhere to these packaging instructions and requirements set forth by the organization, underscoring the importance of compliance for both global shipment and national security.
    The Performance Work Statement (PWS) outlines requirements for the repair of the C-130 Radio Control Set, aiming to enhance operational readiness for the United States Air Force (USAF), Navy, and Coast Guard. The contractor will perform maintenance, repair, and testing of the components to meet Original Equipment Manufacturer (OEM) specifications while ensuring timely delivery of serviceable assets. Responsibilities include managing government property, performance tracking, and submission of various reports related to asset visibility and quality control. Key requirements highlight the importance of avoiding counterfeit parts, establishing rigorous quality assurance protocols, and ensuring compliance with federal regulations. The contract is set for one year, executed at the contractor’s facility, emphasizing effective communication with the USAF regarding repair statuses and quality deficiencies. Specific clauses outline the contractor's obligations for reporting property loss, conducting inspections, and maintaining safety standards. Overall, the document serves as a comprehensive guideline for contractors to ensure the reliability and availability of mission-critical equipment for military purposes while adhering to government procurement and operational standards.
    The provided file offers insights into federal and state government RFPs and grants, highlighting opportunities and procedures for accessing funding. It outlines the typical structure of RFPs, emphasizing their role in fostering competitive proposals from businesses and organizations. Key elements include established eligibility criteria, project objectives, and evaluation processes, which ensure that selected proposals align with governmental goals. The document also stresses the importance of adhering to deadlines, providing required documentation, and maintaining compliance with regulatory standards. Overall, it serves as a comprehensive guide for potential applicants, aiming to enhance participation in government-funded initiatives and improve overall project outcomes through effective communication and transparent processes.
    The document outlines essential guidelines for federal RFPs (Requests for Proposals), federal grants, and state and local RFPs, emphasizing the importance of following established protocols for funding applications and project proposals. It highlights key steps including project identification, proposal submission requirements, eligibility criteria, and evaluation processes. Additionally, it underscores the necessity for transparency and accountability in managing public funds, along with alignment with strategic government objectives. The structure of the document categorizes the processes into phases that encompass pre-application preparation, proposal development, submission, evaluation, and post-award management. Emphasizing best practices and compliance with federal regulations, the report serves as a comprehensive resource for entities seeking government funding, thereby facilitating effective project planning and execution within the public sector.
    Lifecycle
    Title
    Type
    TACAN Radio Control Set
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Repair of E-3 RCU Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of the E-3 Recording Control Unit (RCU) as part of Purchase Request FD2060-25-00168. The primary objective is to ensure timely repairs of critical components, including the Digital Flight Data Recorder, Cockpit Voice Recorder, and Crash Position Locator, with a required turnaround time of 60 calendar days and strict quality control measures in place. This procurement is vital for maintaining the operational readiness of the E-3 AWACS aircraft, which supports essential missions for the United States Air Force. Interested parties should contact James Daniel Faulkner at james.faulkner.8@us.af.mil or Lachell West at lachell.west@us.af.mil for further details, as the contract spans one year and does not require security clearances for contractor personnel.
    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.
    5821 - FMS Repair of RECEIVER-TRANSMITTER, RADIO (4 units)
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is seeking contractors to provide repair services for four units of Receiver-Transmitter, Radio. The procurement aims to ensure the operational readiness and reliability of critical communication equipment used by military personnel. This equipment is vital for maintaining effective communication in various operational environments. Interested parties can reach out to Carmelena Oldroyd at 215-697-9035 or via email at carmelena.oldroyd@navy.mil for further details regarding the solicitation process.
    REPAIR OF RECEIVER TRANSMITTER
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is soliciting proposals for the repair of receiver transmitters. This procurement aims to ensure the operational readiness and reliability of radar equipment, specifically under the NAICS code 334511, which encompasses search, detection, navigation, guidance, and related systems. The repair services are critical for maintaining the functionality of radar systems, which play a vital role in defense operations. Interested vendors can reach out to Charles Horan at 215-697-1303 or via email at charles.f.horan@navy.mil for further details regarding the solicitation process.
    F16_APG68_RadarDualModeTransmitter_PN772R0225G01_NSN5598012031936
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources to repair the RF Controller (Part Number 772R025G01) associated with the F-16 C/D AN/APG-68 Radar Dual Mode Transmitter. Interested contractors must meet stringent qualification requirements, including demonstrating access to necessary facilities and equipment for repair, inspection, and testing, as well as providing a complete data package that includes relevant drawings and specifications. This RF Controller is critical for the operational capabilities of the F-16 aircraft, and the repair process must comply with government standards to ensure reliability and performance. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil for further details, with an estimated qualification cost of $5,000 and a completion timeline of approximately 270 days.
    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.
    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 of Antenna Control
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the repair of antenna control units under the solicitation number 70Z03825QH0000043. The procurement involves the evaluation and repair of specific antenna control units, with a focus on ensuring compliance with airworthiness and OEM certifications, as well as providing necessary technical data and price quotations. This contract is crucial for maintaining the operational readiness of aviation equipment, which plays a vital role in the Coast Guard's mission. Interested contractors should direct inquiries to Shavon M. Smith at Shavon.M.Smith@uscg.mil or Camille Craft at Emma.C.Craft@uscg.mil, with proposals evaluated based on the lowest priced, technically acceptable criteria.
    Repair services for the CRC TPS-75 program NSN 5840-01-538-6564
    Buyer not available
    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.
    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.