Repair of NSN: 5895-01-309-3076 ZR Display Module Assembly
ID: FA825025Q0643Type: 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- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)
Timeline
  1. 1
    Posted Apr 7, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 22, 2025, 12:00 AM UTC
  3. 3
    Due May 1, 2025, 6:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the Display Module Assembly (NSN: 5895-01-309-3076 ZR), with a focus on Test, Teardown, and Evaluation (TT&E) as well as minor and major repair services. Contractors are required to furnish all necessary facilities, parts, materials, and services to inspect and restore the assembly to a serviceable condition, adhering to strict quality control and compliance standards. This assembly is critical for military operations, and the procurement aims to ensure operational readiness and reliability of the equipment. Interested vendors must submit their proposals by May 1, 2025, and can contact Cydnee Simpson at cydnee.simpson@us.af.mil for further information regarding the solicitation.

Point(s) of Contact
Files
Title
Posted
Apr 22, 2025, 5:09 PM UTC
The CAV AF Reporting Requirements document outlines guidelines for contractors involved in the Contract Depot Maintenance (CDM) of government-owned assets. It serves as the primary reporting system for tracking daily status and accountability of assets at contractor facilities, including those in repair and those stored at Inventory Control Points (ICP). Contractors must ensure accuracy in reporting through the CAV AF system, which requires daily updates or reports within one business day following maintenance actions. A Public Key Infrastructure (PKI) is necessary for system access, and dual reporters are mandatory to maintain continuous reporting. Key responsibilities include submitting authorization requests, completing DoD Information Assurance cybersecurity training, and ensuring proper disposal and shipment of assets per government instructions. The document also emphasizes compliance with reporting deadlines and the handling of discrepancies during shipping, such as misidentified or damaged items. Specific forms, including DD Form 1348-1A, are mandated for shipment transactions, and training is provided by the contracting ICP. Overall, the document underscores the importance of precise asset management and adherence to reporting protocols to support effective government inventory management.
Apr 22, 2025, 5:09 PM UTC
The document details specifications for an azimuth indicator (NSN 5895013093076ZR), listed under reference number U-15341-0-MIL and categorized under criticality code X. This item, weighing 40 pounds, has dimensions of 19.4 inches in length, 15.9 inches in width, and 11.5 inches in height. Fabricated from metal, it serves as a Control Group Interface and includes components sensitive to electrostatic discharge (ESD). The document names Bobby K. Masters as the initiator from the 415 SCMS / GUMAB organization, providing contact information for both DSN and commercial calls. The azimuth indicator is determined as demilitarization code D, with a security code of 7, indicating specific handling or access protocols. This summary encapsulates critical technical information important for procurement processes relevant to federal RFPs and grants, ensuring compliance with established military and governmental standards.
Apr 22, 2025, 5:09 PM UTC
The document outlines packaging requirements for U.S. military supplies under the Purchase Instrument Number FD20202500643-00. It emphasizes compliance with international standards regarding wood packaging materials (WPM) to prevent the spread of invasive species, specifically the pinewood nematode. All wooden packaging must utilize debarked wood and be heat-treated to specific temperatures. Certification from an accredited agency recognized by the American Lumber Standards Committee is mandated. The packaging requirements include adherence to Military Standard (MIL-STD) practices. Specific items listed do not require packaging data, while others must conform to MIL-STD-2073-1 and MIL-STD-129 for military packaging and marking. Shipping container marking guidelines are provided to ensure clarity and compliance. The document reflects a systematic approach focused on preventing environmental ecological hazards related to wood packaging, alongside ensuring military logistics adhere to established standards for preservation, packaging techniques, and container marking. The inclusion of detailed coding data suggests meticulous attention to operational efficiency in packaging logistics. Overall, the document serves as a guideline for vendors involved in shipping military items, ensuring compliance with governmental and international regulations.
Apr 22, 2025, 5:09 PM UTC
The document outlines the Performance Work Specification (PWS) for a contract issued by the Department of the Air Force, detailing requirements for inspecting and restoring a specific end item, specifically the Display Module Assembly (NSN 5895-01-309-3076). The contractor is responsible for conducting Test, Teardown, and Evaluation (TT&E) to assess the item's condition and performing necessary repairs classified into minor or major categories. Key requirements include submitting technical documentation for any changes, adhering to quality control standards, and ensuring compliance with foreign disclosure restrictions. The contractor must also follow stringent testing protocols, handling and packaging standards, and procedures for dealing with counterfeiting of electronic parts. Performance objectives stress timely reporting of maintenance statuses and quality deficiency issues. The document emphasizes the importance of delivering serviceable assets while maintaining safety, security, and compliance with Department of Defense regulations. Overall, the PWS serves as a directive for contractors to ensure the restoration of military equipment to operational standards while addressing critical operational readiness and risk management following prescribed guidelines.
Apr 22, 2025, 5:09 PM UTC
The document outlines the Repair Data List for the Indicator, Azimuth-R with part number U-15341-0-MIL and NSN 5895013093076ZR, dated March 26, 2025. It details components related to the azimuth indicator under Cage Code 0DBW2, including various sub-assemblies, pictorials, and parts lists essential for maintenance and repair operations. The list is categorized by line items, providing references to associated documents, revision codes, and availability of data. The entries include both graphical representations (pictorials) and detailed assembly parts lists, all coded for government rights and distribution. Notable items include items related to display processor assemblies, logic and power circuit cards, and various assembly components crucial for the operational functionality of the indicator. Additionally, the document includes remarks on document classification and methods through which data is furnished, indicating how contractors and appropriators might access this technical information. The primary purpose of the file is to assist government contractors and maintenance personnel in the repair and servicing of the azimuth indicator system, ensuring operational reliability and compliance with government specifications.
Apr 22, 2025, 5:09 PM UTC
The document serves as a checklist for the Unique Item Identification (IUID) process, focusing on compliance with DFARS 252.211.7003 for marking items requiring IUID. Specifically, it discusses an item with the National Stock Number (NSN) 5895013093076ZR, categorized as an “Indicator, Azimuth-R.” The primary contact for this item is Jerry A. Bialek from the 415 SCMS/GUMBB office, with a phone number provided. The checklist notes that marking must be executed per the latest MIL-STD-130 guidelines, although no engineering drawings or additional documentation (ECP/ECO) were found under the referenced part numbers. The document identifies the equipment as an embedded item related to its NSN, but lacks specific marking details or instructions. The summary highlights the importance of IUID compliance in federal procurement processes, indicating a systematic approach to tracking and managing military inventory through established standards. Overall, the emphasis is on ensuring proper documentation and marking for accountability and traceability of military assets.
Apr 22, 2025, 5:09 PM UTC
The document outlines the Repair Qualification Requirements for the Indicator, Azimuth (NSN: 5895-01-309-3076, P/N: U-15341-0-MIL), specifically for the AN/TYQ-23 application. It details the cost estimates involved in becoming a qualified source, totaling approximately $5,000, which may include various testing and evaluation costs, with explicit sections noting cases deemed Not Applicable (N/A). The qualification process mandates potential offerors to notify the government of their intent to qualify and to certify access to necessary facilities for repair and testing. Additionally, offerors must verify complete data packages and provide comprehensive details about their repair processes, ensuring compliance with government standards. A qualification test plan must also be submitted for government approval. The document further explains the criteria for waiver requests, allowing sources that meet specific qualifications to bypass certain requirements. These include providing proof of past supplies to the government or being qualified in similar items. The purpose of this document is to establish structured and clear guidelines for vendors seeking to qualify for government contracts, ultimately aiming to streamline the procurement process while ensuring compliance with standards and regulations.
Apr 22, 2025, 5:09 PM UTC
The document outlines the standards and requirements for wood packaging material (WPM) in accordance with international regulations, specifically addressing concerns about invasive species like the pinewood nematode. It mandates that all wooden lumber, pallets, and containers must be made from debarked wood and heat-treated to specified temperatures to prevent pest infestation. Certification by recognized agencies is required to ensure compliance with the American Lumber Standards Committee. Additionally, the document includes precautionary notices regarding packaging integrity and acceptable substitutions of packaging materials, emphasizing the importance of protection during transport and storage, especially under severe conditions. It specifies that Level A packaging is necessary for items susceptible to damage from adverse transport conditions, particularly for military and security assistance materials. Overall, the file is part of federal guidelines to ensure safe and compliant packaging practices for international trade, relevant to government RFPs and grants associated with logistics and supply chain management.
Apr 22, 2025, 5:09 PM UTC
The document is a federal government file providing guidance on the submission process for Requests for Proposals (RFPs) and grants at federal, state, and local levels. It outlines the criteria, formatting requirements, and evaluation metrics for applicants seeking funding and contract opportunities. Key sections detail eligibility assessments, proposal deadlines, and necessary documentation to ensure compliance with government regulations. The guidelines emphasize the importance of clarity in project objectives, budget proposals, and potential impacts on communities. Successful proposals are expected to demonstrate alignment with government priorities and address specific needs outlined in RFPs. The document aims to facilitate applicants in navigating the competitive process of securing government contracts and grants, ensuring transparency and accountability throughout. This comprehensive overview assists prospective bidders in understanding what is required to achieve funding and support from government sources, ultimately fostering effective collaboration between public agencies and private entities.
Apr 22, 2025, 5:09 PM UTC
The Request for Quotation (RFQ) FA8250-25-Q-0643, issued by the Department of the Air Force, seeks quotations for the repair and evaluation of specific items designated as NSN 5895-01-309-3076 ZR. The RFQ is not a small business set-aside and invites qualified vendors to submit proposals by April 24, 2025. The primary audience consists of contractors capable of meeting stringent qualification requirements outlined under FAR regulations. The RFQ specifies that quotations are to be treated as informational requests and do not obligate the government to incur costs. Alongside standard pricing for repairs, contractors must also submit various documentation as part of their proposals, including a Counterfeit Prevention Plan, Engineering Change Proposal, and Test Procedures. Key deliverables include minor and major repair tasks within specified timelines, emphasizing requirements for inspection and acceptance at origin. It highlights the necessity for compliance with regulations concerning asset visibility and outlines consequences for failure to meet data submission requirements, which could delay payment. The selection process will focus on offering the best price while ensuring contractors meet quality standards. This RFQ underscores the government’s commitment to maintaining efficient operations while adhering to regulatory frameworks for obtaining services and supplies.
Apr 22, 2025, 5:09 PM UTC
The document is a Request for Quotation (RFQ) issued by the Department of the Air Force, seeking bids for repair services related to azimuth indicators under solicitation number FA8250-25-Q-0643. The RFQ outlines the details of the required services, including delivery timelines, pricing structures, and compliance requirements for offerors. The procurement is firm-fixed price with terms set for prompt payment discounts and compliance with specific government regulations, including the Contracting Officer’s authority to manage and oversee contract actions. Key requirements include a detailed repair quote and adherence to Commercial Asset Visibility Air Force standards to ensure proper tracking and accountability of government assets. The interpretation of price reasonableness and balance will drive the proposal evaluation, with an emphasis on select qualified vendors under NAICS code 811210. The document also underscores that proposals should be submitted by May 1, 2025, with a stipulation for potential contract award based solely on initial proposals without discussions. In summary, the RFQ reflects the government's intent to procure essential repair services efficiently while mandating strict adherence to cost evaluation and asset tracking standards to ensure quality and accountability in defense contracting.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Repair of NSN 5895-01-106-3414
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of modulator subassemblies (NSN 5895-01-106-3414) as part of a federal contract opportunity. The procurement includes multiple line items for the repair and associated data reporting, with a total quantity of two units required for each line item, and a delivery timeline of 30 days after receipt of carcass or completion of study. These modulator subassemblies are critical components used in military applications, necessitating adherence to stringent quality and reporting standards, including compliance with the Commercial Asset Visibility Air Force (CAV AF) system. Interested contractors should direct their proposals to Logan Drake at logan.drake.4@us.af.mil, with a submission deadline of May 23, 2025, and are encouraged to review all associated documents thoroughly to ensure compliance with the outlined requirements.
Repair of NSN: NSN: 5998012939676 FD Circuit Card Assembly
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of a Circuit Card Assembly (NSN: 5998-01-293-9676 FD) under a Total Small Business Set-Aside. The procurement requires contractors to provide comprehensive services, including Test, Teardown, and Evaluation (TT&E) as well as repair of the assembly to restore it to a serviceable condition, ensuring compliance with original specifications. This assembly is critical for military applications, and the selected contractor must adhere to stringent quality assurance standards and federal regulations throughout the repair process. Interested vendors should submit their proposals by May 8, 2025, and can contact Cydnee Simpson at cydnee.simpson@us.af.mil for further information.
Solicitation: Repair of NSN 5840014830555, 5430010798076
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of radar set subassemblies and liquid storage tanks associated with the AN/TPS-75 radar system. The procurement involves comprehensive inspection, testing, and potential repair services, categorized into three efforts: Test, Teardown, and Evaluation (TT&E); TT&E with Minor Repair; and TT&E with Major Repair. These components are critical for maintaining operational readiness and ensuring the reliability of military equipment. Interested contractors must comply with qualification requirements and submit their proposals by May 27, 2025, with inquiries directed to Tracy Powell at tracy.powell.5@us.af.mil or Cydnee Simpson at cydnee.simpson@us.af.mil.
Repair of NSN 5998-01-491-3752 for Mini-MUTES
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of a Circuit Card Assembly, identified by National Stock Number (NSN) 5998-01-491-3752, as part of the Mini-MUTES system. Contractors are required to provide a comprehensive proposal that includes adherence to strict qualification standards, timely delivery of repaired items, and compliance with quality assurance protocols, including the submission of various data items and reports. This procurement is critical for maintaining operational capabilities within military systems, ensuring that the repaired components meet stringent defense standards. Interested contractors should direct inquiries to Logan Drake at logan.drake.4@us.af.mil or John Prather at JOHN.PRATHER.3@US.AF.MIL, with proposals due within the specified timeframe and valid for 120 days.
Repair of NSN: 5985015999815 FD Antenna
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the radar antenna identified by National Stock Number (NSN) 5985015999815 FD. The contractor will be responsible for providing all necessary facilities, parts, materials, and services to inspect, evaluate, and potentially repair the antenna, ensuring it is restored to a serviceable, like-new condition. This procurement is critical for maintaining operational readiness and reliability of defense systems, with a focus on adhering to stringent quality and safety standards throughout the repair process. Interested vendors must submit their proposals by May 2, 2025, and can direct inquiries to Cydnee Simpson at cydnee.simpson@us.af.mil for further information.
70--DISPLAY UNIT
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is seeking to procure 54 units of a specific display unit, identified by NSN 7R-7025-017016917-P8 and REF NR 1072288P-8. This procurement requires engineering source approval due to the flight-critical nature of the item, necessitating that only approved sources may submit proposals, as the technical data necessary for full and open competition is not available. Interested vendors must provide comprehensive documentation to demonstrate their capability and experience in producing similar items, as outlined in the NAVSUP Weapon Systems Support Source Approval Information Brochures. Proposals must be submitted within 45 days of this notice, and any inquiries should be directed to Alexa Kolb at (215) 737-0525 or via email at Alexa.Kolb@dla.mil.
Repair of NSN 5836-01-605-8162
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of a Rugged MPEG Video Encoder, identified by NSN 5836-01-605-8162. The contractor will be responsible for conducting thorough testing, teardown, and evaluation of the unit, followed by necessary repairs to restore it to a serviceable condition, adhering to original specifications. This equipment is critical for military operations, emphasizing the importance of maintaining operational readiness through reliable electronic and precision equipment. Interested vendors should contact Logan Drake at logan.drake.4@us.af.mil for further details, with proposals due by December 13, 2024.
58--ELECTRONICS ASSEMBL, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure electronics assembly services for the repair and modification of specific items. The procurement involves a quantity of one unit, identified by NSN 0R-5895-017253795-RQ and reference number 2694005-100-001, with delivery terms set to FOB Origin. This contract is crucial for maintaining operational readiness and ensuring the functionality of critical defense electronics. Interested parties are encouraged to express their interest and capability to fulfill the requirements within 45 days of this notice, with proposals being considered for a potential award. For further inquiries, Thomas S. McLaughlin can be contacted at (215) 697-2486 or via email at THOMAS.S.MCLAUGHLIN7.CIV@US.NAVY.MIL.
59--ASSEMBLY, ICADF PDU, IN REPAIR/MODIFICATION OF
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 and modification of the Assembly, ICADF PDU. This procurement requires contractors to provide a comprehensive repair effort, including teardown and evaluation of the units, with a focus on ensuring compliance with military standards and specifications. The goods and services sought are critical for maintaining operational readiness and functionality of naval systems, emphasizing the importance of quality assurance and timely delivery. Interested vendors should submit their proposals, including repair pricing and any exceptions to the solicitation requirements, to Kaitlyn T. Mounts at kaitlyn.t.mounts.civ@us.navy.mil by the specified deadline, with a desired turnaround time of 60 days for repairs.
F-16 C-D Dual Mode Transmitter Protection and Control Assembly 5998-01-265-1040 762R370G01
Buyer not available
Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking a company to repair the F-16 C-D Dual Mode Transmitter Protection and Control Assembly (NSN: 5998-01-265-1040, P/N: 762R370G01). This assembly is used for the application of the F-16 C/D Dual Mode Transmitter. The repair is categorized as Expendability, Recoverability, Reparability (ERRC) Code T. Interested companies must go through a source approval process. The qualification document and additional repair data can be obtained by contacting AFLCMC/EZGTP SO-E (Public Sales Office). The approximate issue date for this notice is July 10, 2023. The place of performance for this procurement is Tinker AFB, OK, USA. For more information, contact Tracey Beringer at tracey.beringer@us.af.mil or 8017772211.