FA825025Q0870 Repair of NSN: 5840016594499 FD
ID: FA825025Q0870Type: 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- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS (J019)

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 TWT amplifiers under solicitation FA825025Q0870. The contractor will be responsible for providing all necessary facilities, parts, materials, and services to inspect, test, and restore the equipment to a serviceable condition, which includes both test, teardown, and evaluation (TT&E) and potential repair of the items. This procurement is critical for maintaining operational readiness of defense equipment, as the TWT amplifiers are essential components in military radar systems. Interested parties must submit their proposals by July 14, 2025, and can direct inquiries to Cydnee Simpson at cydnee.simpson@us.af.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The "Commercial Asset Visibility Air Force (CAV AF) Reporting Requirements" document outlines the responsibilities and reporting guidelines for contractors involved with the CAV AF system, which tracks government-owned assets at contractor repair facilities. Contractors must ensure accurate asset records by reporting daily and managing various asset types, including "Not-on-Contract" items and Nuclear Weapon Related Materiel (NWRM) with precise serial number tracking. Key responsibilities include submitting access requests, completing cybersecurity training, and adhering to reporting timelines (within one business day of maintenance actions). Contractors are instructed to use specific government-issued forms accurately and resolve shipment discrepancies through established DoD procedures. Training and ongoing support are available through designated system administrators at various Air Force bases, reinforcing the document's emphasis on compliance and accountability in asset management. Overall, the guidelines establish a structured approach to managing assets, ensuring efficient reporting and visibility of government resources across contractor facilities.
    The document outlines the guidelines and requirements for federal RFPs, federal grants, and state/local RFPs. It emphasizes the importance of transparency, accountability, and fair competition in the procurement process. Key aspects include eligibility criteria for submissions, the evaluation process, and the submission timeline. The document also highlights the need for applicants to demonstrate their capacity to fulfill project objectives effectively and efficiently. Additionally, it underscores the role of collaboration among various stakeholders and compliance with applicable federal and state regulations. By providing a standardized framework, the document aims to facilitate access to funding opportunities while ensuring adherence to legal and ethical standards. This structured approach is essential for promoting effective governance and resource allocation in public service projects.
    The document provides detailed specifications for a radar transmitter listed under the National Stock Number (NSN) 5840016594499FD. It highlights essential attributes including dimensions (41 inches long, 27.5 inches wide, and 24.5 inches high), weight (292 pounds), and material composition (metal enclosure with wiring). The item is classified as critical with a demilitarization code of D and a security code of 7. The data includes the name of the initiator, Terrance L. Hardy, within the 415 SCMS organization, along with contact information. The transmitter's function is strictly defined as a radar transmitter, with safety and environmental considerations indicated through various codes. The document implies that this item may be relevant for future Request for Proposals (RFPs) or federal grants, highlighting its significance in military and governmental operations. The structured information exemplifies the thoroughness required in government procurement processes.
    The document outlines packaging requirements for military items as specified under the Purchase Instrument Number FD20202500870-00. It emphasizes compliance with international standards to prevent the importation of invasive species through wood packaging materials (WPM), defined to include various wooden structures used for shipping. The key requirements state that WPM must be constructed from debarked wood and heat-treated to specific temperatures to ensure pest control. Certification from an accredited agency is necessary, referencing international phytosanitary measures. The file lists several items with their respective packaging requirements, reiterating that military packaging and marking must adhere to established military standards (MIL-STD-2073-1 and MIL-STD-129). Additional shipping container marking protocols must also be observed, ensuring proper identification and traceability. Overall, this document serves to ensure the safe and compliant packaging of military supplies, addressing both environmental protection and regulatory adherence in logistics. It reaffirms the government's commitment to uphold international trade standards while facilitating effective supply chain operations.
    The Statement of Work sets forth comprehensive requirements for preservation, packaging, and marking of materials as mandated by the Department of Defense (DoD). It specifies adherence to various military and industry standards, including MIL-STD 2073-1 for military packaging and MIL-STD 129 for military marking during shipment and storage. The document outlines procedures for packaging hazardous materials, including compliance with international regulations and the necessary documentation for hazardous shipments. Additionally, the incorporation of electrostatic discharge protection measures for sensitive electronic components is mandated. Contractors must utilize International Standards for Phytosanitary Measures to fabricate wooden containers for international transport. The document emphasizes the importance of reusable containers and specifies reporting procedures for discrepancies in packaging. It also directs the contractor to utilize the ASSIST website for access to specifications and standards related to the contract. Overall, this Statement of Work establishes guidelines that contractors must follow to ensure compliance with military packaging and safety standards, reflecting the government's commitment to maintaining quality and safety in logistics operations for military materials.
    The Department of the Air Force is requesting proposals for the performance of Test, Teardown, and Evaluation (TT&E) and repair of TWT Amplifiers. The contractor will need to provide all necessary facilities, parts, and services to inspect, repair, or restore the equipment to a condition equivalent to new. This includes visual and mechanical testing to identify components needing repair, with written reporting to the Procurement Contracting Officer upon completion. The scope encompasses cleaning, refurbishing, and testing to original specifications, and necessary repairs before returning items in serviceable condition. Contractors will also be required to implement a Counterfeit Prevention Plan to ensure all procured parts are legitimate, alongside complying with stringent quality assurance processes. Any non-functional units within a year of repair will be returned to the contractor for correction at no extra cost if deemed their responsibility. The document also outlines requirements for packaging, shipping, and maintaining security of government property, emphasizing adherence to safety and health regulations. This comprehensive specification underscores the Air Force's commitment to maintaining high-quality repair services while preventing counterfeit parts in the supply chain.
    The document provides a repair data list for a radar transmitter with the National Stock Number (NSN) 5840016594499FD, under CAGE code 1L4J7, and part number A9070-651002, dated December 18, 2024. It outlines two primary entries related to the transmitter; one pertains to a general data reference document, while the other references a specific JEDMICS drawing. Both entries are marked with the government rights code "Y," indicating availability to the government, and the distribution code “U,” which denotes unrestricted distribution. The remarks section includes a method code legend that categorizes the documentation as classified, vendor-specific, or government-provided. This repair data list is pertinent for entities involved in government contracts, particularly in the federal RFP domain, as it indicates key repair information, documentation rights, and requirements essential for facilitating contracts related to military radar technologies. The file serves both as a technical reference and as compliance guidance for procurement processes.
    This document is an Item Unique Identification (IUID) Checklist detailing the requirements for marking a specific radar transmitter (NSN 5840016594499FD) as per DFARS 252.211.7003. It identifies the responsible initiator, Wyatt B. Snare, and the associated organization code (415 SCMS/GUEA) with contact phone numbers provided. The marking must comply with the latest version of MIL-STD-130, with further guidance referenced through specific engineering documentation (A9070-651002). Additionally, the document notes the item as an embedded component linked to the same NSN, emphasizing the necessity of accurate identification in accordance with government standards. These protocols are significant for ensuring proper tracking, accountability, and management of defense assets within the context of federal contracts and grants. Overall, the checklist reinforces the importance of rigorous compliance with marking standards for government procurement and asset management processes.
    This document outlines packaging and shipping requirements related to wooden packaging materials (WPM) in compliance with international phytosanitary standards, specifically addressing concerns over invasive species like the pinewood nematode. It establishes that all wooden materials utilized in packaging—such as pallets, crates, and containers—must be constructed from debarked wood and heat-treated to specific temperatures to eliminate pests. Additionally, certification from an accredited agency recognized by the American Lumber Standards Committee (ALSC) is mandatory for compliance verification. The document serves to inform DOD and U.S. DOD contractors about best practices and regulations for packaging materials involved in global logistics, ensuring both ecological safety and adherence to international trade standards. Proper destruction of this document is mandated to prevent unauthorized disclosure of its contents, emphasizing its sensitive nature.
    The document primarily involves unidentified content related to federal and state/local RFPs (Requests for Proposals) and grants, focusing on offering insights into compliance and project specifications for government projects. Despite the text's apparent corruption and loss of legibility, it suggests the inclusion of procedural guidelines, potential deliverables, and compliance requirements that are typical for government funding opportunities. The fragmented segments point to necessary submissions, evaluation criteria, and possible areas of focus for applicants seeking funding for projects. This context is critical for prospective bidders to understand competitive elements, funding mechanisms, and adherence to regulation during the procurement process. Overall, the document reflects efforts to streamline project proposals under governmental auspices, aligning with regulatory frameworks and funding stipulations essential for successful procurement.
    The document is a Request for Quotation (RFQ) issued by the Department of the Air Force, specifically the Directorate of Contracting at Hill Air Force Base, for the supply and repair of radar transmitters. Dated June 26, 2025, it details the requirements for repair services based on performance metrics, with a clear emphasis on quality assurance and compliance with national defense regulations. The RFQ outlines important information including delivery specifications, the necessity for submissions by July 14, 2025, and the requirement to comply with specific qualification conditions, particularly for vendors not already certified as qualified sources. Additionally, it includes stipulations on pricing structures for different phases of the project (firm fixed price for initial items and not-to-exceed prices for further repairs), delivery timelines, and quality inspection requirements. The document emphasizes the importance of compliance and highlights that failure to meet data submission requirements could result in withheld payments. Overall, this RFQ signifies the government's ongoing efforts to procure essential defense-related supplies while ensuring stringent quality and compliance standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Traveling Wave Tube Amplifier rental
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking quotes from small businesses for the rental of two S-band Traveling Wave Tube Amplifiers (TWTA) under the combined synopsis/solicitation RFQ N0016726Q1026. The amplifiers must meet specific operational parameters, including a frequency range of 2-4 GHz and a power output of 4kW, which are critical for various defense applications. Quotes are due by December 23, 2025, at 12 PM EST, and will be evaluated based on a Lowest Price Technically Acceptable (LPTA) basis, with deliveries scheduled in phases from January to April 2026 to Bethesda, Maryland. Interested parties should direct inquiries to Steven Besanko at steven.besanko@navy.mil and ensure compliance with all relevant FAR and DFARS clauses.
    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.
    RECEIVER TRANSMITTER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of Receiver Transmitters, specifically for the B-2 aircraft. This contract involves the supply of 14 units of the Receiver Transmitter, which facilitates two-way voice communication between the aircraft and other vehicles or surface stations, and is constructed from metal alloy with electronic components. Interested vendors should note that the estimated issue date for the Request for Proposal (RFP SPRTA1-26-R-0134) is December 26, 2025, with a closing date of January 26, 2026, and inquiries can be directed to Michael Hannan at Michael.Hannan.1@us.af.mil or by phone at 385-591-3092. The contract will not be set aside for small businesses, and all proposals must be submitted within 45 days of the notice publication.
    F16_AN-APG_68_RADAR_PN758R99OG01_NSN_1270012383662
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide repair services for the Dual Mode Transmitter, part number 758R990G01, associated with the F-16 C/D Model AN/APG-68 Radar. The procurement requires potential contractors to meet stringent qualification requirements, including the ability to certify facilities for repair, testing, and inspection, as well as to provide a complete data package and a qualification test plan. This opportunity is critical for maintaining the operational readiness of military aircraft, ensuring that the necessary components are repaired to government standards. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil or call 801-777-2211 for further details, with an estimated qualification cost of $10,000 and a completion timeline of approximately 1465 days.
    F16_APG68_RadarDualModeTransmitter_PN772R0225G01_NSN5598012031936
    Dept Of Defense
    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.
    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.
    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.
    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.
    F16_ANAPG_68_RadarDualModeTransmitterNSN5998013035872PN762R831G01
    Dept Of Defense
    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.
    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.