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 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.

    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
    Flight Data Recorder
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of KC-135 Flight Data Recorders under solicitation number FA8117-25-R-0007. Contractors are required to demonstrate their capabilities in providing high-quality repair services that comply with ISO 9001:2015 standards, including adherence to stringent counterfeit prevention measures and effective supply chain risk management. The Flight Data Recorders are critical components for military operations, ensuring the reliability and safety of aircraft systems. Proposals are due by March 13, 2025, and interested parties can contact Tanner Mullins at tanner.mullins.1@us.af.mil or Sheila M. Thee at sheila.thee@us.af.mil for further information.
    RECORDER, SIGNAL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting qualified contractors for the procurement of specialized components, specifically the Flight Control System Recorder Assembly for the F-16 aircraft. This opportunity includes the supply of 11 units of NSN 6625-01-331-2554 and one unit of NSN 5998-01-330-4888, with a focus on compliance with rigorous quality assurance and supply chain traceability standards. The procurement is critical for maintaining operational integrity within military aviation, emphasizing the need for adherence to military specifications and standards, including the use of lead-free materials. Interested contractors must submit a qualification package to become an approved source, with further details available from the primary contact, Scottina Malia, at scottina.malia@us.af.mil. The solicitation is open for submissions, and contractors are encouraged to review the associated documents for comprehensive requirements and deadlines.
    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.
    F-16 AN-APG-68 Radar Dual Mode Transmitter Regulator CCA 5998-01-247-8169 762R923G01
    Buyer not available
    Sources Sought DEPT OF DEFENSE is seeking a company to repair the F-16 AN-APG-68 Radar Dual Mode Transmitter Regulator CCA 5998-01-247-8169 762R923G01. This item is used as an RF Monitor for the AN-APG-68 Dual Mode Transmitter. The repair is categorized as Expendability, Recoverability, Reparability (ERRC) Code T. The repair data and qualification requirements can be found in the attached Repair Data List (RDL). Interested companies should submit their data requests to AFLCMC/EZGTP SO-E (Public Sales Office) at aflcmc.ezgtp.pubsale@hill.af.mil. The place of performance for this procurement is Tinker AFB, OK 73145, USA.
    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 seeking qualified contractors to provide repair services for the CRC TPS-75 program, identified by NSN 5840-01-538-6564. The procurement aims to ensure the maintenance and operational readiness of electronic and precision equipment, which is critical for defense operations. The services will fall under the NAICS code 811210, focusing on the repair and maintenance of electrical and electronic equipment components. Interested parties should reach out to Valerie Humphries at valerie.humphries@us.af.mil or Timothy Howard at TIMOTHY.HOWARD.27@US.AF.MIL for further details, as the presolicitation notice indicates that proposals will be evaluated based on qualifications and past performance.
    Repair of B-1B Rate of Flow Transmitter
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B-1B Rate of Flow Transmitter under solicitation number FA8117-25-R-0005. The procurement aims to secure comprehensive repair services, including inspections and data reporting, to ensure the operational readiness of this critical aircraft component, with a focus on quality control and compliance with military standards. This opportunity is open to various business types, including small and veteran-owned entities, and requires submissions by March 10, 2025. Interested contractors can reach out to primary contact Relijah Sherman at relijah.sherman@us.af.mil or secondary contact David Herrig at david.herrig.1@us.af.mil for further information.
    REPAIR OF AMPLIFIER - POWER SUPPLY
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure sole-source repair services for a specific amplifier power supply utilized in E2C electronic aircraft. The procurement is directed towards Rockwell Collins, the Original Equipment Manufacturer (OEM), as they are the only qualified source capable of providing the necessary repair support, with no alternative suppliers available. This specialized equipment is critical for the operational readiness of the aircraft, and the government plans to conduct the procurement under the authorities of 10 U.S.C. 2304(c)(1) and FAR 6.302, with a contract duration of one year. Interested parties have 15 days to express their capability, and qualifications can be submitted to Shannon Menickella at shannon.r.menickella.civ@us.navy.mil, with the anticipated award date set for March 2025.
    APX-114 / APX-119 Identification of Friend or Foe (IFF) Systems, Miniaturized Airborne Global Positioning Receiver (GPS) 2000 (MAGR 2K) / MAGR 2K Modernization (MAGR 2K-M), F-15E LANTIRN Navigation POD
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting a market research initiative to identify potential sources capable of repairing and modernizing the APX-114/APX-119 Identification of Friend or Foe (IFF) Systems, the Miniaturized Airborne Global Positioning Receiver (GPS) 2000 (MAGR 2K), and the F-15E LANTIRN Navigation POD. The objective is to gather information on contractors' qualifications, technical capabilities, and experience in managing obsolescence and providing engineering support services, as these systems are critical for enhancing aircraft situational awareness and navigation. Interested contractors are encouraged to respond to the Request for Information (RFI) within 30 days of posting, with a focus on small business participation and potential teaming arrangements; for further inquiries, they may contact James Daniel Faulkner at james.faulkner.8@us.af.mil or Lachell West at lachell.west@us.af.mil.
    66--COMPUTER,AIR DATA, 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 a flight-critical air data computer, identified by NSN 7R-6605-998846459-FX, with a quantity of five units required. The procurement is limited to approved sources due to the lack of sufficient technical data for open competition, necessitating that interested parties submit detailed information regarding their capability to produce or repair the item, as outlined in the NAVSUP Source Approval Information Brochures. Proposals must be submitted within 45 days of this notice, and all submissions must include the necessary documentation to demonstrate compliance with qualification requirements. For further inquiries, interested parties may contact Jessica L. Harpel at (215) 697-2995 or via email at JESSICA.HARPEL@NAVY.MIL.