Repair services applicable to the AN/APY-1/2 E-3 surveillance radar 5-Volt Power Supply.
ID: FA8539-26-Q-0001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8539 AFSC PZABAROBINS AFB, GA, 31098-1670, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

CONVERTERS, ELECTRICAL, NONROTATING (6130)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to provide repair services for the AN/APY-1/2 E-3 surveillance radar 5-Volt Power Supply. This procurement involves a firm-fixed-price contract for the repair and testing of five power supplies, with a delivery requirement of 120 calendar days from the order date. The selected contractor will be responsible for ensuring compliance with quality assurance standards, including ISO 9001-2015, and must adhere to specific packaging and transportation requirements as outlined in the associated documentation. Interested parties should note that the solicitation is expected to be issued on November 5, 2025, with proposals due by December 5, 2025. For further inquiries, potential bidders can contact Nikita Hicks or Kizmet Hall via their provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file outlines detailed packaging and marking requirements for items under Purchase Instrument Number FD20602500897-00. The document emphasizes compliance with MIL-STD 129 Revision R and MIL-STD 2073-1 Revision E, particularly addressing the United Nations' restrictions on Wood Packaging Material (WPM) to prevent the spread of invasive species. All WPM must be constructed from debarked, heat-treated wood (56 degrees Celsius or 133 degrees Fahrenheit for 30 minutes) and certified by an ALSC-recognized agency, adhering to ISPM No. 15. The file specifies packaging (MIL-STD-2073-1) and marking (MIL-STD-129) standards for military items, including additional marking requirements for shipping containers such as unit serial numbers or OEM information as per AFMC Form 158. These instructions apply to various items, as exemplified by PACRN AAA and AAB, ensuring proper handling for worldwide shipments.
    This government solicitation amendment, FA8539-26-Q-0001-0001, extends the due date for offers and outlines the requirements for acknowledging amendments. It details a firm-fixed-price contract for five power supplies (NSN: 6130-01-451-3046 CW, Manufacturer Part Number: PS12295) and their repair, tear down, test, and evaluation. The delivery requirement for these items is 120 calendar days, with early delivery acceptable. The document also includes requirements for Commercial Asset Visibility Air Force (CAVAF) data (DI-MGMT-81838) and specifies compliance with ISO 9001-2015 for quality assurance. It lists various FAR and DFARS clauses governing contract administration, payments, representations, certifications, and other terms, including those related to Wide Area WorkFlow (WAWF) payment instructions and an appointed ombudsman for acquisition concerns.
    This government file, initiated on September 22, 2025, details transportation data for solicitations under Purchase Instrument Number FD20602500897-00. It outlines essential transportation provisions and clauses, including FAR citations for F.O.B. Origin (52.247-29), Freight Classification Description (52.247-53), and Marking of Shipments (47.305-10). A critical directive requires vendors to contact DCMA Transportation via the SIR eTool System (http://www.dcma.mil) for shipping instructions on all "DCMA Administered" contracts, especially for F.O.B. Origin, Foreign Military Sales (FMS), and F.O.B. Destination OCONUS/Export movements. Failure to comply may lead to delays and additional vendor expenditures. The document also provides specific transportation funds information and detailed shipping addresses for multiple items, including NSN 9999DTL2502CECW for Robins AFB, GA, and NSN 6130014513046CW for DLA Distribution Depot Oklahoma at Tinker AFB, OK. Contact information for Glenn A. Carter from 406 SCMS / GULAA is provided for further assistance.
    Lifecycle
    Title
    Type
    Similar Opportunities
    POWER SUPPLY
    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 power supply units under a federal contract. The procurement aims to ensure the operational readiness of electrical converters, classified under the PSC code 6130, which are critical for various defense applications. Interested contractors must adhere to strict requirements, including a Repair Turnaround Time (RTAT) of 342 days and compliance with MIL-STD packaging and inspection standards. Proposals are due by February 2, 2026, and interested parties should direct inquiries to Kate Heidelberger at 717-605-5238 or via email at KATE.C.HEIDELBERGER.CIV@US.NAVY.MIL.
    POWER SUPPLY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of power supply units. The procurement aims to establish a contract for the repair turnaround time (RTAT) of 90 days, with specific requirements for inspection and acceptance of supplies, as well as adherence to quality assurance standards. These power supplies are critical components for various defense systems, emphasizing the importance of timely and reliable repairs. Interested contractors should submit their quotes, including unit price and RTAT, to the primary contact, Owen M. McNamara, at 215-697-3473 or via email at OWEN.M.MCNAMARA2.CIV@US.NAVY.MIL, with the solicitation details available for review.
    POWER SUPPLY
    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 power supply units under a fixed-price contract. The procurement aims to ensure timely repair turnaround times (RTAT) for these electrical converters, which are critical for various military applications. The contract will require compliance with specific quality assurance standards and government inspections, emphasizing the importance of maintaining operational readiness for defense systems. Interested contractors should submit their quotes, including pricing and RTAT details, to Nicole Diehl at NICOLE.A.DIEHL.CIV@US.NAVY.MIL or by phone at 717-605-5415, with the solicitation details available for review.
    POWER SUPPLY
    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 power supply units under a fixed-price contract. The procurement aims to ensure timely repair services with a required Repair Turnaround Time (RTAT) of 88 days, emphasizing the importance of maintaining operational readiness for naval systems. Interested contractors must provide detailed quotes including unit prices and their capacity to meet the RTAT, with the potential for contract award anticipated in the near future. For inquiries, contact Logan Mann at 717-605-1381 or via email at LOGAN.W.MANN.CIV@US.NAVY.MIL.
    POWER SUPPLY
    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 power supply units, identified by part number 0017898-01 and National Item Identification Number (NIIN) 012225185. The contract requires the successful contractor to perform repairs, testing, and inspections in accordance with specified standards, ensuring that the units are returned to a Ready for Issue (RFI) condition within a required turnaround time of 20 days after receipt. This procurement is critical for maintaining operational readiness and support for naval operations, emphasizing the importance of timely and quality repairs. Interested contractors must submit their quotes via email to Dana N. Knittel at dana.n.knittel.civ@us.navy.mil by the specified due date, and must also comply with government source approval requirements prior to award.
    61--POWER SUPPLY, IN REPAIR/MODIFICATION OF
    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 and modification of power supply units. The procurement requires contractors to provide firm-fixed prices for the repair of electrical converters, adhering to strict quality and inspection standards, including compliance with MIL-STD packaging and Government Source Inspection. This opportunity is critical for maintaining operational readiness and ensuring the reliability of military equipment. Interested contractors must submit their quotes electronically to the designated contact, Leo T. Dougherty, at leo.t.dougherty3.civ@us.navy.mil, with a repair turnaround time of 50 days after receipt of the asset and must be authorized repair sources to be eligible for consideration.
    POWER SUPPLY
    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 a POWER SUPPLY under a total small business set-aside contract. This procurement involves the production of electrical converters, specifically designed to meet stringent military standards, with a focus on quality assurance and compliance with applicable specifications. The successful contractor will be required to deliver the supplies within 90 days of contract award, with offers due by November 20, 2025, and a new solicitation response date set for January 14, 2026. Interested parties can reach out to Amanda Hayward at 717-605-5834 or via email at amanda.r.hayward.civ@us.navy.mil for further details.
    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.
    F-16_Radar_Antenna_Phase_Shift_Driver_Unit_NSN1270015616088_PN562R218Ho1
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources to repair the Phase Shifter Assembly (P/N: 562R218H01, NSN: 1270-01-561-6088WF) for the AN/APG-68 Radar Antenna. Offerors must demonstrate their capability to meet stringent qualification requirements, including access to necessary facilities and equipment, adherence to ESA-approved data packages, and submission of a comprehensive qualification test plan and report. This repair component is critical for maintaining the operational effectiveness of the radar systems used in military applications. Interested parties should contact the SASPO office at 429SCMS.SASPO.Workflow@us.af.mil, with an estimated qualification cost of $4,000 and a completion timeframe of 90 days prior to contract award. Successful qualification does not guarantee a contract award.
    POWER SUPPLY
    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 power supply, classified under the NAICS code 335931. The procurement requires contractors to provide a repair quote on a Not-To-Exceed or Firm-Fixed unit price basis, ensuring compliance with various quality and inspection standards, including MIL-STD-130 for marking and packaging. This power supply is critical for operational functionality in naval applications, and the contract will be awarded bilaterally, necessitating the contractor's written acceptance prior to execution. Interested parties can contact James Burnett at 717-605-8656 or via email at JAMES.B.BURNETT1.CIV@US.NAVY.MIL for further details, with a monetary limitation of $18,250 for repair purchase orders.