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, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the repair and modification of electronic control units. Contractors are required to provide either a firm-fixed price or time and materials pricing, along with estimated repair costs for the specified items, which are critical components in aircraft operations. The procurement emphasizes the need for compliance with military standards and specifications, ensuring that repaired units are returned to a Ready for Issue (RFI) condition. Interested contractors can reach out to Jessica Laychock at 215-697-3992 or via email at JESSICA.P.LAYCHOCK.CIV@US.NAVY.MIL for further details and to submit their proposals.
    REMOTE CONTROL UNIT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of a Remote Control Unit. The procurement requires contractors to provide firm-fixed prices for the repair services, adhering to specific turnaround times and quality assurance standards, including compliance with MIL-STD packaging and government inspection protocols. This equipment is critical for military operations, and the selected contractor must be an authorized repair source, with a requested repair turnaround time of 126 days after asset receipt. Interested parties should submit their quotes and any necessary certifications via email to Brian J. Cawley at BRIAN.J.CAWLEY2.CIV@US.NAVY.MIL, with the solicitation details emphasizing the importance of timely and compliant submissions.
    Repair of NSN: 6130-01-445-9549;P/N:822-1118-001;RMC/RMS: R3/R in support of the E-3 ARC-230 Program
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of National Stock Number (NSN) 6130-01-445-9549, a power supply component, in support of the E-3 ARC-230 Program. This procurement involves a requirements contract for repairs and engineering services, covering three ordering periods from October 2025 through September 2028, under the existing Collins Corporate Contract SPE4AX21D9400. The selected contractor will be responsible for providing all necessary facilities, labor, and materials for the repair services, with proposals due by 3:00 PM EST on December 19, 2025. Interested parties should direct inquiries to Contracting Officer James Daniel Faulkner at james.faulkner.8@us.af.mil.
    AN/ALQ-172 Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the repair of redesigned AN/ALQ-172 Line Replaceable Units (LRUs) as part of a Request for Information (RFI). The procurement focuses on several specific NSNs, including 5865-01-718-3672EW (LRU-4), TBD (LRU-8 P/N 2624708G007), 5865-01-668-8772EW (LRU-10), and 5865-01-669-5621EW (LRU-12), due to a lack of complete repair data and serviceable assets, with no funding available for reverse engineering. This initiative is currently a sole-source effort with L3Harris, but the RFI encourages responses from both large and small businesses, including joint ventures, to showcase their repair capabilities and quality assurance processes. Interested parties must submit their responses by January 5, 2026, to Kenneth Dickman at kenneth.dickman@us.af.mil, with participation being voluntary and no reimbursement provided for submissions.
    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.
    KC-46 Commercial Common Repairable Support
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the KC-46 Commercial Common Repairable Support contract, aimed at providing strategic repairable support services for the KC-46A aircraft. This competitive, full and open solicitation requires contractors to ensure a 30-day exchange of unserviceable assets for serviceable ones, which must be FAA-certified, thereby maintaining the aircraft's operational readiness and compliance with aviation standards. The contract will have a five-year base period with a maximum value of $470.9 million, and interested parties should direct inquiries to Stephen Schexnayder at stephen.schexnayder.2@us.af.mil or Joshua Taft at joshua.taft@us.af.mil, with proposals due in accordance with the specified timelines outlined in the solicitation documents.
    Remanufacture of the F-15 Pitch/Roll Channel Assemblies & Pitch Trim Controller
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of F-15 Pitch/Roll Channel Assemblies and Pitch Trim Controllers, with a focus on returning these components to like-new condition. The procurement involves comprehensive tasks such as disassembly, cleaning, inspection, maintenance, re-assembly, testing, and adherence to technical orders and OEM specifications, addressing challenges like obsolescence and requiring a robust Supply Chain Risk Management plan. This contract is critical for maintaining the operational integrity of the F-15 aircraft, ensuring that essential components function effectively in support of military operations. Interested contractors should contact Alan Tran at alan.tran.1@us.af.mil or Morgan Mcgarity at morgan.mcgarity@us.af.mil for further details, with the contract set aside for 8(a) sole source and performance expected in S Coffeyville, Oklahoma.
    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.
    ARC-182 3 year LTC
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to solicit a sole source contract for the repair of seven items on the ARC-182 platform from Rockwell Collins, the Original Equipment Manufacturer (OEM). This procurement is critical as it ensures the continued operational capability of aircraft systems, with the contract duration set for three years. Interested parties are encouraged to submit their capabilities and qualifications to the primary contact, Alyssa Thieu, via email at alyssa.t.thieu.civ@us.navy.mil, within 15 days of this notice, although proposals received within 45 days will also be considered. This opportunity is not a Total Small Business Set-Aside, and no hard copies of the solicitation will be mailed.
    Repair of the Air Data Processor (ADP)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the Air Data Processor (ADP) under solicitation FA8538-26-R-0005. This requirement involves a Firm Fixed Price contract for the repair of 50 units of the ADP, NSN: 6610-01-432-8459FX, which is critical for the operational performance of the F-15E aircraft. The contract will include additional services such as on-site support, engineering services, and configuration management, and is set to be awarded following a sole source negotiation with Honeywell, the only known source with the necessary technical data and capabilities. Interested parties must submit their proposals electronically by January 6, 2026, at 4:00 PM EST, and can contact Madison Norris at madison.norris@us.af.mil for further information.