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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    FMS, REPAIR, QTY: 1, NIIN: 016441870
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting quotations for the repair of a "DISPLAY UNIT, DUAL" (NSN: 6610016441870, PN: 822-0975-103) as part of a Foreign Military Sales (FMS) requirement. The procurement emphasizes compliance with operational and functional standards, the use of mercury-free materials for items intended for submarines and surface ships, and commercial packaging suitable for overseas shipment. This repair is critical for maintaining the operational readiness of military equipment, with a delivery deadline set for December 31, 2025. Interested contractors should direct inquiries to Caitlin V. Donahue at 215-697-2198 or via email at CAITLIN.V.DONAHUE.CIV@US.NAVY.MIL, noting that submitted quotations do not constitute offers and do not obligate the government to any costs.
    Synopsis, SMART DISPLAY UNIT, NSN: 7025-01-670-4971
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command – Detroit Arsenal, is seeking proposals for a three-year Firm Fixed Price service repair contract for Smart Display Units (NSN: 7025-01-670-4971, Part Number: 12581798). The contract will involve a minimum production quantity of 14 units and a maximum of 55 units, highlighting the importance of these devices in military operations. The solicitation, W912CH-24-R-0050, is anticipated to be released within two to four weeks and will include a technical data package (TDP) that is Distribution D; access to this TDP requires certification under the United States/Canada Joint Certification Program (JCP). Interested parties must be registered in the System for Award Management (SAM) and can direct inquiries to Christina Smith at christina.d.smith49.civ@army.mil.
    5895-01-593-8172 Data Display
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking sources for the procurement of Data Display units, specifically identified by NSN 5895-01-593-8172 and P/N 19450-01. The primary objective of this opportunity is to conduct market research to identify potential suppliers capable of fulfilling the agency's requirements, while also enhancing small business access to acquisition information and promoting competition. These Data Display units are critical for various military applications, with an estimated quantity of 30 units required annually and a delivery schedule set for September 30, 2026. Interested parties should reach out to Rocky Tello at Rocky.tello@us.af.mil to express their interest and capabilities within 15 days of this notice, as the government does not intend to award a contract based on this request.
    DISPLAY UNIT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the repair of a DISPLAY UNIT under a federal contract. The procurement requires contractors to provide firm-fixed prices for the repair services, adhering to specific requirements such as Item Unique Identification (IUID) and a Repair Turnaround Time (RTAT) of 161 days after receipt of the asset. This contract is critical for maintaining operational readiness and ensuring the functionality of essential military equipment. Interested contractors must submit their quotes electronically to Aaron D. McFee at AARON.D.MCFEE.CIV@US.NAVY.MIL, with a minimum quote expiration of 90 days and additional details regarding pricing and capacity constraints as outlined in the solicitation.
    66--TRANSDUCER,AIR DATA, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of the Transducer, Air Data, with a National Stock Number (NSN) of 7R-6610-011318697-LU. This procurement involves a quantity of 25 units, which require engineering source approval to ensure the quality and reliability of the parts, as they are critical for flight operations. The selected contractor must demonstrate existing unique design capabilities and manufacturing knowledge, as only previously approved sources will be considered for this contract, which is expected to be awarded based on the urgency of fleet support needs. Interested parties must submit their proposals, including necessary source approval documentation, to Shannon R. Menickella at the provided email address within 45 days of this notice.
    59--CIRCUIT CARD ASSEMB, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of circuit card assemblies, identified by NSN 7R-5998-015191437-V2, with a quantity of 26 units required. This procurement necessitates engineering source approval due to the flight-critical nature of the item, which mandates that only approved sources may submit proposals, as they possess the unique design capabilities and technical data essential for maintaining quality. Interested vendors must provide comprehensive documentation as outlined in the NAVSUP Source Approval Information Brochures, and proposals must be submitted within 45 days of this notice, with the primary contact for inquiries being Shannon K. Hart at (215) 697-3638 or via email at SHANNON.K.FITZGERALD3.CIV@US.NAVY.MIL.
    F-16 SST Repair; NSN; 5998-01-555-5340
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the repair of the Stores System Tester (SST) Special Function Module (SFM) Circuit Card Assemblies (CCA) under the Sources Sought Notice FA8251-26-R-SST. The procurement involves a major overhaul of the CCAs, which includes a complete or substantial disassembly and the use of reusable components to restore functionality, ensuring that the original specifications are maintained unless otherwise directed. This repair effort is crucial for maintaining the operational capabilities of the F-16 aircraft systems, with responses due by December 24, 2025, to the primary contacts, Paige LaPoint and Jesse Baird, at their respective email addresses. Interested parties are encouraged to submit a three-page white paper detailing their repair capabilities and experience.
    66 - FMS Repair - DISPLAY UNIT, FLIGHT
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking a sole-source contractor for the repair of five DISPLAY UNIT, FLIGHT items, identified by NSN 7R 6610-015687028 and Part Number 267A740-3. This procurement is critical as these items are classified as Critical Application Items (CAI) and are essential for military operations, with the award being made under an existing Basic Ordering Agreement (BOA) due to the government's inability to contract with other sources. Interested parties must comply with specific requirements outlined in the NAVSUP WSS Source Approval Brochure, including adherence to ISO 9001 and ISO 10012 standards, and must submit their proposals within a 730-calendar-day delivery schedule. For further inquiries, potential offerors can contact Dana L. Scott at dana.scott@navy.mil or by phone at (215) 697-0273.
    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
    Dept Of Defense
    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.
    70--COMPUTER SUBASSEMBL, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking qualified vendors for the repair of a specific computer subassembly, identified by NSN 7021 016656549. The procurement involves the repair of two units of the part number FM06-HIDANPLUS-SYS104/3890AS004564-01, which must be conducted by approved sources General Atomics Co and RTD Embedded Technologies Inc, as suitable technical data and government rights are not available for alternative sources. This repair is critical for maintaining operational capabilities, and interested parties must submit their qualifications to the primary contact, Kimberly Flores, via email at kimberly.flores12.civ@us.navy.mil, within 15 days of this notice, with the anticipated award date set for December 2025.