Repair of E-3 RCU Repair
ID: FD2060-25-00168_E3RCUType: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for a one-year federal contract to repair the E-3 Recording Control Unit (RCU) to support operational requirements for the E-3 AWACS aircraft. The contract encompasses the repair of critical components, including the Digital Flight Data Recorder, Cockpit Voice Recorder, and Crash Position Locator, with a mandated turnaround time of 60 calendar days for repairs and strict limits on late deliveries and quality control measures. This repair service is vital for maintaining the operational readiness and safety of the aircraft, ensuring compliance with federal regulations throughout the process. Interested contractors can reach out to James Daniel Faulkner at james.faulkner.8@us.af.mil or Lachell West at lachell.west@us.af.mil for further details regarding the solicitation.

    Point(s) of Contact
    James Daniel Faulkner
    james.faulkner.8@us.af.mil
    Files
    Title
    Posted
    The document outlines quality assurance provisions and special inspection requirements for a federal procurement process. It specifies essential details such as the PR/MIPR number, National Stock Number, and contact information for the item manager. The key contract requirements include a Certificate of Conformance, standard inspection protocols per FAR regulations, and guidelines regarding ozone-depleting substances. A critical aspect is the requirement for a quality pre-award survey for new and previous sources, emphasizing the importance of technical authority evaluation before awarding contracts. The document clearly states that quality provisions will remain unchanged unless confirmed by technical authority and mentions the necessary coordination for approval if a new source is selected under specific acquisition methods. The certification includes acknowledgment of compliance with relevant environmental policies and demonstrates a commitment to maintaining standards. Overall, this summary reflects the procedural and regulatory framework necessary for ensuring quality in federal contracts, specific to the context of RFPs and grants.
    The document appears to be an error message related to the inability of the PDF viewer to display the content of a government file concerning federal RFPs, grants, and local RFPs. As such, it lacks information on the main topic, key ideas, and supporting details. Given the context of government RFPs, the document likely pertains to solicitations for products or services, funding opportunities, or project proposals aimed at facilitating public sector initiatives. However, without the substantive text, a meaningful analysis or summary of the intended content is impractical. The main purpose of such documents typically involves providing guidelines, criteria for eligibility, application processes, and deadlines related to government funding and contracting opportunities.
    The document outlines specifications for labeling unique identification (UID) for products used by the U.S. Air Force, specifically focusing on machine-readable information (MRI) requirements according to MIL-STD-130. It details the dimensions, tolerances, and formats for both human-readable information (HRI) and MRI labels, ensuring proper readability and compliance. Essential components include the construction of the unique item identifier (UII) with specific formatting guidelines, sequencing codes, and part numbering conventions representing material designation and part specifications. Additionally, it lists materials required for label production from various manufacturers and emphasizes the importance of local manufacturing standards, including laser etching compliance. Overall, the document serves to standardize UID labeling processes within military acquisitions, ensuring consistency and traceability of items throughout their lifecycle.
    This document outlines packaging requirements for government shipments, specifically focusing on compliance with international standards regarding wood packaging material (WPM) to mitigate risks from invasive species like the pinewood nematode. It mandates that all wood products used in construction of containers and pallets be constructed from debarked wood and be heat-treated per specified temperatures. The document references military standards including MIL-STD-129 for marking and MIL-STD-2073-1 for packaging practices, ensuring that shipping and storage follow proper military guidelines. Specific item numbers and coded data for individual packages are included, indicating preservation levels and packaging details. The responsibilities for reclaiming reusable containers and proper disposal procedures for unserviceable containers are delineated. The document concludes with vendor packaging instructions and contact information for the packaging specialist responsible for oversight. Overall, it emphasizes adherence to quality control measures and compliance with federal and international regulations in packaging processes for military and governmental logistics.
    This document outlines transportation data for federal procurement under the purchase instrument number FD20602500168-00, initiated on January 14, 2025. It details the terms of delivery, specifying F.O.B. (Free On Board) Destination as the preferred shipping method, while emphasizing compliance with Federal Acquisition Regulation citations relevant to transportation. The document instructs vendors to contact DCMA Transportation for shipping instructions, highlighting the importance of regulatory compliance and potential costs associated with non-compliance. It lists various National Stock Numbers (NSNs) and specifies shipping addresses to the DLA Distribution in Warner Robins, Georgia. Multiple line items are tagged with specific account codes for transportation funds oversight, and a significant stakeholder, Glenn A. Carter, is identified with contact information for inquiries related to the solicitation. The primary purpose of this document is to guide vendors on transportation logistics and compliance required for their shipments in connection with federal contracts, reflecting the complexity and regulatory nature of government procurement processes.
    The document details a Request for Proposal (RFP) related to the item "Control, Recording S," designated for use in the Aircraft E3. It includes specifications such as dimensions (5x5x2.3 inches) and weight (1.5 lbs), along with material composition—primarily aluminum alloy and electronic components. The initiator is Ronnie E. Glore of 407 SCMS/GUMA, with provided contact information. The criticality code indicates the item is essential for safety, categorized under a demilitarization code of B and security code U. Additional identifiers include reference and NSN numbers (5895012077100). The functionality notes that this component is used for testing DFDR, CVR, and CPL, reflecting its importance in aviation safety and compliance. Overall, this RFP outlines the technical and contact particulars for potential suppliers, emphasizing the need for quality components in aeronautical applications while ensuring adherence to safety regulations.
    The Performance Work Statement (PWS) outlines the services required for the repair of the E-3 Recording Control Unit (RCU) as part of Purchase Request FD2060-25-00168. The main objective is to ensure the repair of the E-3 RCU, which includes a Digital Flight Data Recorder, Cockpit Voice Recorder, and Crash Position Locator, supporting critical missions for the United States Air Force (USAF). Key requirements include a 60-calendar day turnaround for repairs, limited late deliveries, and stringent quality control, with no more than two Product Quality Deficiency Reports allowed. The contractor is responsible for managing government property provided for repairs and must follow specific reporting procedures. The contract spans one year and does not require contractor personnel to have security clearances. Additionally, environmental management requirements are not applicable as repairs are not conducted on government premises. The document emphasizes compliance with federal regulations and standards throughout the repair process. Overall, the PWS establishes the framework for the delivery of essential RCU repair services crucial for the operational readiness of E-3 AWACS aircraft.
    Lifecycle
    Title
    Type
    Repair of E-3 RCU Repair
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    16--ELECTRONIC CONTROL, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for electronic control units, specifically NSN 7R-1680-016187764-P8, from L3 Harris Technologies Inc. The procurement involves the repair of 20 units of the electronic control, which is critical for various aircraft operations, and is being solicited on a sole source basis due to the lack of available drawings or data from other manufacturers. Interested parties may submit their capability statements to the primary contact, Jessica P. Laychock, via email at jessica.p.laychock.civ@us.navy.mil, with proposals due within 15 days of the notice, and the anticipated award date is set for November 2025.
    Contract Repair Services for AN/ALQ-161A Electronic Countermeasure System Components
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for contract repair services for components of the AN/ALQ-161A Electronic Countermeasure System. The procurement aims to identify qualified contractors capable of repairing thirty specific National Stock Numbers (NSNs) associated with this electronic warfare system, which plays a critical role in detecting and responding to enemy threats through advanced signal processing and amplification. Interested parties must demonstrate their technical capabilities, experience in handling classified materials, and ability to provide necessary support equipment, with responses due by November 24, 2025. For inquiries, potential contractors can contact Lynsey Eades at lynsey.eades@us.af.mil or by phone at 478-222-6419.
    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.
    FA8539-26-R-0001, Letter Request for Proposal (LRFP) – E-3 DRAGON Program
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the E-3 DRAGON Program under the solicitation FA8539-26-R-0001. This procurement involves support for the evaluation, fault isolation, inspection, testing, repair, and packaging of avionics for the E-3 Airborne Warning and Control System (AWACS), with a focus on addressing Diminishing Manufacturing Sources (DMS) for a three-year repair effort. The DRAGON program is critical for maintaining the operational capabilities of the E-3 platform, which is expected to remain in service until its retirement in 2033. Interested parties can contact James Daniel Faulkner at james.faulkner.8@us.af.mil for further details, as no set-aside is used for this opportunity and the projected repair requirements include specific National Stock Numbers (NSNs) with an estimated annual quantity.
    CONTROL PROCESSOR
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of control processors and signal processors, which are critical components in various military applications. The procurement aims to ensure that these items are restored to a Ready for Issue (RFI) condition, adhering to strict quality control and inspection standards as outlined in the Statement of Work. These repairs are vital for maintaining operational readiness and reliability of military equipment. Interested contractors should contact Meghan Gubicza at 215-697-2782 or via email at MEGHAN.E.GUBICZA.CIV@US.NAVY.MIL for further details, with the expectation that all repairs must be completed within specified turnaround times and under stringent compliance requirements.
    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.
    RECEIVER SUBASSEMBL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the repair of the RECEIVER SUBASSEMBL. The procurement aims to secure a firm-fixed-price contract for the repair services, with a required Repair Turnaround Time (RTAT) of 328 days, emphasizing the importance of timely and efficient service delivery. This equipment is critical for radar systems, falling under the NAICS code 334511, and is essential for maintaining operational readiness in defense operations. Interested contractors should submit their quotes, including pricing and capacity constraints, to the primary contact, Owen McNamara, via email at OWEN.M.MCNAMARA2.CIV@US.NAVY.MIL or by phone at 215-697-3473, with the solicitation details available for review.
    CONTROL UNIT ASSEMB
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the assembly of control units, specifically under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. This procurement is critical for ensuring the operational readiness of aircraft systems, as it involves the unique identification and valuation of components, adhering to various regulatory and compliance standards. The solicitation is issued under Emergency Acquisition Flexibilities (EAF), emphasizing the urgency of the requirement, and interested vendors can reach out to Jillian O'Connor at 215-737-0550 or via email at JILLIAN.OCONNOR@DLA.MIL for further details. The contract will also include stipulations related to equal opportunity for veterans and workers with disabilities, as well as compliance with the Buy American Act.
    58--RECORDER,VIDEO, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of video recorders, identified by NSN 7R-5836-015743629-H1, with a quantity of 25 units required. This procurement is critical as the item is flight critical, necessitating Government source approval prior to contract award, and only previously approved sources will be solicited. Interested vendors must submit detailed technical data and documentation to demonstrate their capability to produce the required items, as the Government intends to negotiate with only one source under FAR 6.302-1. Proposals must be submitted within 45 days of this notice, and interested parties can contact Timika Nicholson at (215) 697-2582 or via email at TIMIKA.D.NICHOLSON.CIV@US.NAVY.MIL for further information.
    TACTICAL CONTROL PA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of Tactical Control PA components, classified under NAICS code 336413. The procurement aims to ensure that these aircraft parts are restored to a Ready for Issue (RFI) condition, adhering to stringent quality and inspection standards as outlined in the Statement of Work. These components are critical for maintaining operational readiness within the Navy's aviation systems. Interested contractors should contact John Maier at 215-697-2782 or via email at JOHN.A.MAIER11.CIV@US.NAVY.MIL for further details, with the expectation that all repairs must be completed within specified turnaround times and under the terms of the contract.