Common Munitions Built-In-Test Reprogramming Equipment System (CMBRE) - Contractor Logistics Support (CLS) and Production
ID: FA8533-25-R-0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8533 AFLCMC WNKABROBINS AFB, GA, 31098-1670, USA

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)
Timeline
  1. 1
    Posted Nov 20, 2024, 12:00 AM UTC
  2. 2
    Updated Mar 17, 2025, 12:00 AM UTC
  3. 3
    Due Apr 20, 2025, 7:30 PM UTC
Description

The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking proposals for a follow-on sole source contract to provide Contractor Logistics Support (CLS) and production services for the Common Munitions Built-In-Test Reprogramming Equipment System (CMBRE). The contract aims to sustain the operational capabilities of the CMBRE systems, which are critical for various military branches, including the USAF and USN, by ensuring the availability of repair services, consumable production, and maintaining cybersecurity requirements. This Indefinite Delivery, Requirements type contract will span five years, including a basic twelve-month period and four option years, with a proposal submission deadline extended to April 20, 2025. Interested parties can contact Ashley Wynn at ashley.wynn.1@us.af.mil or Benjamin Wilton at benjamin.wilton@us.af.mil for further information.

Point(s) of Contact
Files
Title
Posted
Mar 17, 2025, 3:06 PM UTC
The DD Form 1423-1 provides a Contract Data Requirements List (CDRL) for the Department of Defense (DoD), focusing specifically on the data submission requirements related to contracts. This document outlines important contractual details, including data item titles, submission dates, frequency of submissions, and distribution requirements. It emphasizes the necessity for contractors, such as Northrop Grumman System Corporation, to provide various reports, including a Configuration Management Plan (CMP), a status of Government Furnished Equipment, and other critical documentation linked to specific Contract Line Item Numbers (CLINs). These submissions must adhere to established timelines and formats, typically requiring electronic delivery in specified formats via designated online platforms. The overarching purpose of this document is to ensure standardized, timely information flow from contractors to the government, enabling efficient project oversight, compliance with regulations, and effective management of resources and timelines. The document serves as a crucial guide for maintaining accountability and traceability in government contracting processes, particularly concerning performance metrics and technical deliverables.
Mar 17, 2025, 3:06 PM UTC
The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL) for the Department of Defense, outlining the specific data items required from contractors. This form facilitates the management of technical data associated with various defense systems, highlighting essential elements such as contract line item numbers, exhibit categories (Technical Data Package, Technical Manual, or other), and system identification. It mandates compliance with structured documentation and delivery timelines, including inspection and acceptance processes. The form emphasizes significant aspects such as the frequency of submissions, required approvals, and distribution statements that define who may access the data. Additionally, it delineates responsibilities for government officials and contractors concerning data preparation, approval, and delivery. Furthermore, it categorizes data items into distinct price groups, each reflecting the complexity and necessity of the data in relation to the primary contract effort. The importance of confidentiality is underscored by the directive against email transmission of technical data. In summary, the document provides a framework for ensuring that contractors deliver the necessary technical documentation while adhering to regulatory standards and project timelines, supporting the government's operational needs effectively.
Mar 17, 2025, 3:06 PM UTC
The DD Form 1423-1 serves as a Contract Data Requirements List (CDRL) that outlines the essential data items required for government contracts. It specifies critical fields such as contract line item numbers, system/item identification, contractor details, and data submission timelines. The form categorizes data requirements under technical data packages, technical manuals, or other classifications and emphasizes the need for documentation and approval processes. Key details include inspection and acceptance criteria, submission frequencies, and electronic delivery methods. The instructions guide government personnel and contractors in completing the form correctly, ensuring compliance with Department of Defense (DoD) requirements. The document also establishes price groups for data items based on their importance to contract fulfillment. Overall, the DD Form 1423-1 is vital for managing data deliverables in federal contracts, enhancing communication between agencies and contractors while ensuring quality and accountability in data management.
Mar 17, 2025, 3:06 PM UTC
This document, a DD Form 254 issued by the Department of Defense, outlines the security classification specifications related to contract FA8533-26-0001 with Northrop Grumman Systems Corporation. It establishes that the contractor requires a Facility Security Clearance (FCL) at the Secret level and outlines additional safeguarding measures for handling classified information. The contract encompasses various services including program management, technical and logistics support for the Common Munitions Built-In-Test Reprogramming Equipment System, with performance at the contractor's facility in Northridge, CA. Access to multiple classifications of sensitive information is stipulated, alongside strict adherence to regulations governing communications security (COMSEC), restricted data, and operations security (OPSEC). The document emphasizes the importance of safeguarding classified materials and requires the contractor to notify the government of any breach or loss of classified information. The authority for public release of contract information is restricted, necessitating prior approval from governmental bodies. This form underscores the critical nature of maintaining security protocols in government contracts, ensuring compliance with the National Industrial Security Program guidelines.
Mar 17, 2025, 3:06 PM UTC
The document outlines a Request for Proposal (RFP) aimed at establishing a multi-year contract to support the Automatic Test Systems within the Air Force Life Cycle Management Center. It covers Production requirements and Contractor Logistics Support (CLS) for the Common Munitions Built-In-Test Reprogrammable Equipment (CMBRE) system. The proposed contract, following an Indefinite-Delivery, Requirements “D” type framework, incorporates various pricing models, including Firm-Fixed-Priced and Cost-Plus-Fixed-Fee arrangements. The overall Period of Performance (PoP) is projected to be five years, with a basic period of 12 months and multiple option years allowing for task orders related to production and repairs for the Air Force and Navy, as well as Foreign Military Sales (FMS). Deliverables include program management, systems engineering, technical manuals, and various repairs identifiable by Contract Line Item Numbers (CLINs). It emphasizes compliance with specific quality standards, inspection protocols, and describes processes for request and approval of government materials used by the contractor, ensuring both operational capabilities and service expectations are met effectively. This RFP illustrates the government's commitment to maintaining and enhancing military capabilities while managing fiscal responsibilities and operational readiness.
Mar 17, 2025, 3:06 PM UTC
The document is an amendment to a solicitation for an Indefinite-Delivery, Requirements “D” type contract aimed at providing Production requirements and Contractor Logistics Support (CLS) for the Common Munitions Built-In-Test Reprogrammable Equipment (CMBRE) system. Issued by the Air Force, the amendment modifies contract clauses, updates estimated quantities, and revises attachments related to performance work statements. The overall contract spans five years, including a basic period and four option years, with various task orders to be placed for specific service requirements. The changes ensure accurate documentation, clarified terms, and adjusted quantity estimates across several contract line items, including production and repair services crucial for sustaining military operational readiness. The document's structure includes specific sections detailing modifications, including clause changes, project overview, deliverables, and pricing structures intended to facilitate streamlined procurement processes within federal regulations.
Mar 17, 2025, 3:06 PM UTC
This document is an amendment to the solicitation FA8533-25-R-0001, issued by the Air Force Lifecycle Management Center, Human Systems Division. The primary purpose of this amendment is to extend the proposal submission deadline from March 20, 2025, to April 20, 2025. The extension aims to allow potential offerors additional time to prepare their proposals. All other terms and conditions of the original solicitation remain unchanged. The amendment must be acknowledged by the contractors, either by returning it or by referencing it in their proposal submissions. It highlights the procedural framework within which government solicitations operate, emphasizing the importance of compliance with procedural details to ensure the integrity of the procurement process.
Mar 17, 2025, 3:06 PM UTC
The document is an amendment to a federal solicitation and contract modification (FA8533-25-R-0001-0003) issued by the U.S. Air Force at Robins AFB. The amendment incorporates changes related to Class Deviation 2025-O0003 and 2025-O0004, which affect merit-based opportunities in federal contracts and revoke certain sustainability executive orders. Significant clauses are removed, including prohibitions related to segregated facilities and previous contracts compliance. Revised clauses are introduced concerning annual representations and certifications, subcontracting for commercial products, and sustainable products and services. The amendment emphasizes that all other terms and conditions remain unchanged. Intended to ensure compliance with updated federal regulations, this modification outlines requirements for contractors to provide sustainable products, thus aligning with broader federal goals of sustainability and equal opportunity in procurement processes. The document underscores the importance of acknowledging the amendment for valid contract offers and outlines contractual provisions applicable to subcontractors.
Mar 17, 2025, 3:06 PM UTC
The document outlines a government request for proposal (RFP) related to a requisition for the CMBRE AN/GYQ-79A CMBRE Plus system. It details the pre-stage identifier, item specifications, including the National Stock Number (NSN), CAGE code, and model number. The request includes a quantity of five units, priced at $144,383 each, with a delivery deadline set for October 31, 2025. This procurement process showcases government efforts to acquire specific high-tech equipment, emphasizing both quantity and cost parameters. The structured format includes vital information such as attachment details and project specifications, indicating compliance with federal procurement standards while seeking to enhance operational capabilities.
Mar 17, 2025, 3:06 PM UTC
The document is an Item Unique Identification (IUID) checklist guided by DFARS 252.211.7003. It outlines data for various items requiring IUID marking, specifically detailing National Stock Numbers (NSNs), description, initiators, organizations, contact information, and marking instructions compliant with MIL-STD-130. The entries include Adapter Groups and Test Program Sets, with specific engineering drawing and reference numbers noted for each item. Additionally, the document emphasizes that certain items may serve as embedded components associated with their NSNs. Updates regarding marking details and organizational changes are documented, ensuring accurate identification and compliance. This checklist is crucial for ensuring proper marking and tracking of government-contract items, aligning with federal procurement standards and streamlining inventory management in line with defense regulations. The overall purpose is to facilitate compliance with IUID requirements for effective item tracking and management across government contracts.
Mar 17, 2025, 3:06 PM UTC
The document is an Item Unique Identification (IUID) checklist associated with the federal contract PR FD2060-20-30007, outlining the requirements for marking military items under the Defense Federal Acquisition Regulation Supplement (DFARS) 252.211.7003. Each entry details the part number, version number, noun description, initiator details, contact information, and the applicable marking methods according to MIL-STD-130 guidelines. Numerous items, including various cable assemblies and circuit card assemblies, are specified, demonstrating a systematic approach to ensuring all parts are properly identified and recorded for military logistics and accountability. This checklist serves as a crucial tool within federal and potentially state and local RFPs, ensuring compliance with government standards for unique item identification, which is essential for inventory management and operational efficiency.
Mar 17, 2025, 3:06 PM UTC
The document outlines the packaging and marking requirements for government contractors, emphasizing compliance with military standards and regulations for effective shipment and storage. It instructs contracting officers to accurately fill out specified packaging instructions, with references to various standards like MIL-STD-2073-1 for military preservation and MIL-STD-129 for military marking. Key areas include detailing the quantity per unit pack, special packaging instructions, and additional requirements for hazardous materials in line with regulations such as FAR Clause 52.223-3 and CFR guidelines. It also stresses adherence to international standards to prevent invasive pests through proper treatment of wood packaging materials (ISPM No. 15). Contractors are urged to evaluate existing containers before developing new designs and to prepare hazardous materials following established transportation regulations. This document serves to ensure that all packaging for defense logistics meets regulatory requirements to maintain safety and operational efficiency.
Mar 17, 2025, 3:06 PM UTC
The Performance Work Statement (PWS) outlines the requirements for Contractor Logistics Support (CLS) and production of the Common Munitions Built-In-Test (BIT) Reprogramming Equipment System (CMBRE) to sustain operational capabilities for various U.S. Forces and Foreign Military Sales (FMS). Key services include program management, systems engineering, repairs, and software sustainment, with an emphasis on maintaining system availability and performance. The contractor is responsible for ensuring that all repairs meet specified performance thresholds and delivery schedules, with strict quality control measures in place. The document also details the responsibilities of the contractor regarding government property, the reporting and management of consumables, and compliance with various technical and engineering standards. Importantly, contractors must manage obsolescence and software enhancements while maintaining configuration control. The project is structured to support both immediate operational needs and long-term sustainability of the CMBRE systems, showcasing the government's commitment to preserving mission capabilities within the armed forces.
Mar 17, 2025, 3:06 PM UTC
The Performance Work Statement (PWS) outlines the requirements for Contractor Logistics Support (CLS) and production services for the Common Munitions Built-In-Test (BIT) Reprogramming Equipment System (CMBRE). The objectives include sustaining the CMBRE hardware and software systems, ensuring operational capability for various military branches, and addressing engineering change proposals as needed. It emphasizes the importance of maintaining system performance to support over 18 weapon systems, enhancing mission success through effective verification and reprogramming functionalities. Key services comprise program management, systems engineering, depot repair, and software sustainment. The contractor is responsible for quality assurance, strict adherence to performance specifications, and timely repairs, with performance thresholds addressing the quality of repairs and delivery timelines. In situations of lost or damaged government property, the contractor is obliged to report and manage such incidents following specified protocols. The document establishes a structured approach for managing government property, contractual obligations, and supporting the overall functionality and reliability of military equipment. This acquisition ensures continued support for military operations and aligns with federal procurement processes, showcasing the government's commitment to sustaining critical defense systems.
Mar 17, 2025, 3:06 PM UTC
The document outlines transportation data protocols essential for government solicitations, specifically using DD Form 1653. Key sections include the identification of purchase requisitions (PRs), recommended freight delivery terms, and relevant transportation clauses as per the Federal Acquisition Regulation (FAR). It emphasizes requirements for foreign military sales (FMS), classified materials, and instructions for domestic and export shipments. The form also includes detailed FOB (Free On Board) terms and contemplates contractor responsibilities, particularly concerning documentation and coordination with the Defense Contract Management Agency (DCMA) for overseas shipments. The document aims to ensure compliant and efficient transportation logistics for government contracts, emphasizing adherence to regulations to avoid costly delays. Ultimately, it serves as a comprehensive guide for contractors regarding shipping stipulations, requirements, and evaluation criteria relevant to government procurement.
Mar 17, 2025, 3:06 PM UTC
Similar Opportunities
Contractor Logistic Support (CLS) Services for C-12 Aircraft Fleet
Buyer not available
The Department of Defense, through the U.S. Air Force, is seeking proposals for Contractor Logistics Support (CLS) services for its C-12 aircraft fleet under the proposed solicitation number FA8134-24-R-B001. The primary objective of this procurement is to ensure comprehensive maintenance, operational support, and supply management for 30 C-12 aircraft utilized by various defense agencies globally, with a focus on maintaining a minimum mission capable rate of 80%. The contract is structured as an Indefinite Delivery Indefinite Quantity (IDIQ) agreement, potentially lasting up to ten years, with an initial performance period of one year, and will require contractors to adhere to FAA standards while managing logistics across multiple domestic and international locations. Interested parties must submit their proposals by February 2025, with a pre-solicitation conference scheduled for November 1, 2024, and all inquiries should be directed to the contracting officer, Hiwot Tamirat, at hiwot.tamirat@us.af.mil.
Contractor Logistics Support for PMA-266 MQ-9 Reaper
Buyer not available
The Department of Defense, specifically the Naval Air Systems Command, is seeking information from potential contractors for Contractor Logistics Support (CLS) for the PMA-266 MQ-9 Reaper program. This opportunity aims to identify firms capable of providing aircrew and maintenance support for the MQ-9A system, which is critical for Intelligence, Surveillance, and Reconnaissance (ISR) operations conducted by the United States Marine Corps (USMC). The anticipated contract will cover a range of services, including organizational and intermediate-level maintenance, and is expected to span a period of 3 to 5 years, with an estimated award date in October 2026. Interested parties must submit a white paper by April 22, 2025, to the primary contact, Tiffany Horty, at tiffany.a.horty.civ@us.navy.mil.
REPAIR OF B-1 INTEGRATED BATTLE STATION PROCESSOR SRUS
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B-1 Integrated Battle Station Processor SRUS, with the contract number FA8117-23-R-0015. The procurement aims to ensure the operational readiness of critical electronic systems used by the Air Force, requiring contractors to adhere to strict quality assurance standards and timely delivery schedules. This opportunity is vital for maintaining the functionality of the B-1 aircraft, with a proposal submission deadline extended to April 30, 2025. Interested parties can reach out to Michael Shand at michael.shand@us.af.mil or David Herrig at david.herrig.1@us.af.mil for further inquiries.
E4B Contactor Logistics Services
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking to extend a sole-source contract with Boeing Company for Contractor Logistics Support (CLS) related to the E-4B National Airborne Operations Center aircraft. The contract modification aims to provide comprehensive support, including program management, aircraft depot maintenance, supply chain management, and field service representatives, ensuring the operational readiness of this critical military asset for U.S. strategic command and control functions. The total budget ceiling for this contract is set at $4.2 billion, with a performance period from December 1, 2025, to May 31, 2036, and interested parties are encouraged to submit capability statements, although funding is currently unavailable. For further inquiries, contact Amanda Jones at amanda.jones.39@us.af.mil.
C-40 Contractor Logistics Support: Solicitation
Buyer not available
The Department of Defense, through the Naval Air Systems Command (NAVAIR), is soliciting proposals for C-40A Contractor Logistics Support (CLS) services to support seventeen United States Navy (USN) aircraft and two United States Marine Corps (USMC) aircraft. This procurement aims to establish a single source Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract to ensure the operational readiness and maintenance of these aircraft. The opportunity is critical for maintaining the fleet's capabilities and ensuring mission success. Interested parties must submit their proposals by 4:00 PM EST on May 12, 2025, and may direct inquiries to Karin Jensvold at karin.jensvold@navy.mil or Jessica McGee at jessica.l.mcgee14.civ@us.navy.mil.
SPRRA225R0002 MLRS SPARES
Buyer not available
The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of various supplies and services, specifically components for guided missile systems, under Solicitation SPRRA225R0002. This procurement is classified as a sole-source requirement to Lockheed Martin and includes detailed specifications for packaging, marking, inspection, and acceptance criteria, emphasizing compliance with export control laws and counterfeiting risk management. The contract aims to ensure high-quality and timely delivery of defense-related equipment, with a delivery timeline ranging from 150 to 450 days post-award. Interested contractors must submit their proposals by April 29, 2025, and can contact Mari Bretz at hecmari.bretz@dla.mil or Becky Brady at becky.brady@dla.mil for further information.
LITENING AN/AAQ-28 Contractor Logistic Support (CLS)
Buyer not available
The Department of Defense, specifically the U.S. Air Force, is seeking Contractor Logistic Support (CLS) for the LITENING Advanced Targeting Pod System (ATP) through a presolicitation notice for a ten-year contract. The contractor will be responsible for a range of services including maintenance, training, engineering support, and logistics, aimed at ensuring a 92% availability rate of the LITENING pods. This contract is critical for maintaining operational readiness and sustainability of the targeting system used by the Air Force. Interested parties should note that the Request for Proposal (RFP) is expected to be released on September 26, 2024, with proposals due 90 days thereafter, and should direct inquiries to Taylor Walker at taylor.walker.10@us.af.mil or Cheri Thetford at cheri.thetford@us.af.mil.
Common Regulator Test Stands (CRTS)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of three Common Regulator Test Stands (CRTS) to be delivered to Tinker Air Force Base in Oklahoma. This procurement is a sole source acquisition directed to Mission Systems Davenport, and it includes specific requirements for delivery, training, and compliance with various federal regulations. The solicitation emphasizes the importance of these test stands for aircraft maintenance and repair operations, ensuring that the Air Force can maintain operational readiness. Interested contractors must submit their quotes by April 18, 2025, and can direct inquiries to Madelyn Thompson at madelyn.thompson@us.af.mil or Jason Shirazi at Jason.Shirazi@us.af.mil.
Remanufacture of B-1 Cylinder Assemblies (Bungees)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of B-1 Cylinder Assemblies (bungees) under a total small business set-aside contract. The objective of this procurement is to restore these assemblies to a like-new condition, ensuring compliance with stringent quality assurance standards and safety regulations. This contract is critical for maintaining the operational readiness of the B-1 aircraft, which plays a vital role in national defense. Interested contractors must submit their proposals by April 28, 2025, and can reach out to Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at Jacqueline.West@us.af.mil for further information.
B-52 Data Transfer Receptacle (DTR) System
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is preparing to solicit a contract for the repair of the B-52 Data Transfer Receptacle (DTR) system, with the intention to negotiate on a sole source basis with Symetrics Industries DBA Extant Aerospace. The contract will be a Firm Fixed Price Requirements Contract, consisting of one basic Ordering Period of 12 months, followed by two additional 12-month Ordering Periods, emphasizing the critical nature of maintaining the operational readiness of the B-52 aircraft. The official Request for Proposal (RFP), FA8539-25-R-0009, is expected to be issued on April 18, 2025, and interested parties are encouraged to submit a Statement of Capabilities to the designated contacts, including Contracting Officer Krishauna Tarver and Program Manager 1st Lt. Maria Kedge, via their provided emails.