Common Munitions Built-In-Test Reprogramming Equipment System (CMBRE) - Contractor Logistics Support (CLS) and Production
ID: FA8533-25-R-0001Type: Presolicitation
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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Similar Opportunities
    SPRRA225R0002 MLRS SPARES
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for the procurement of MLRS spares under solicitation SPRRA225R0002, with a focus on firm fixed-price supply contracts. This procurement is critical for maintaining the operational readiness of the U.S. Army's missile systems, ensuring that necessary components are available for effective defense operations. The proposal due date has been extended to January 19, 2026, at 5:00 PM, allowing potential offerors additional time to prepare their submissions. Interested parties should contact Mari Bretz at hecmari.bretz@dla.mil or Becky Brady at becky.brady@dla.mil for further information regarding the solicitation and its requirements.
    CDS Sustainment FY32-37
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command, intends to solicit and negotiate a sole-source contract with Lockheed Martin Aeronautics Company for the CDS Sustainment effort from FY32 to FY37. This contract will provide integrated sustainment support for the Joint Reprogramming Enterprise (JRE), which includes maintaining mission equipment, software tools, and support personnel across various reprogramming labs for the U.S. Air Force, Navy, Marine Corps, and international partners. The work is critical for ensuring the operational readiness and effectiveness of the F-35 aircraft, with the contract expected to span five years, commencing in 2032. Interested parties may submit capability statements or proposals within 15 days of this notice, and inquiries can be directed to Austin Simoni at austin.simoni@jsf.mil or by phone at 757-803-4648.
    RECEIVER TRANSMITTER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of Receiver Transmitters, specifically for the B-2 aircraft. This contract involves the supply of 14 units of the Receiver Transmitter, which facilitates two-way voice communication between the aircraft and other vehicles or surface stations, and is constructed from metal alloy with electronic components. Interested vendors should note that the estimated issue date for the Request for Proposal (RFP SPRTA1-26-R-0134) is December 26, 2025, with a closing date of January 26, 2026, and inquiries can be directed to Michael Hannan at Michael.Hannan.1@us.af.mil or by phone at 385-591-3092. The contract will not be set aside for small businesses, and all proposals must be submitted within 45 days of the notice publication.
    TMQ-53 CLS Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for Contractor Logistics Support (CLS) for the TMQ-53 Tactical Meteorological Observing Systems as part of the Expeditionary Meteorology (ExMet) program. This program aims to ensure the operational availability of the TMQ-53 systems at 96%, providing critical weather data for flight operations, combat missions, and emergency evacuations in various environments. Key requirements include 24/7 helpdesk support, timely provision of spare parts, comprehensive program management, and adherence to cybersecurity compliance, with detailed reporting on operational status and costs. Interested parties should contact Capt Christopher Thier at christopher.thier@us.af.mil for further information regarding this total small business set-aside opportunity.
    BELLOWS ASSEMBLY, FI
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of Bellows Assembly for C-5 Aircraft, identified by NSN: 1680-01-192-2609. The contract will be an Indefinite Quantity Contract with a term of 60 months, requiring delivery within 400 days after receipt of order, and is classified under NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. This procurement is critical as it supports the operational readiness of military aircraft, and the estimated annual quantity for the base period is 80 units. Interested vendors must submit a written proposal and complete a copy of the solicitation, which will be available on the DLA Internet Bid Board System (DIBBS) around December 8, 2025. For further inquiries, potential offerors can contact Renee Griffin at renee.griffin@dla.mil or by phone at (445) 737-2040.
    10 Month Extension for Contractor Logistics Support (CLS) services for COTS equipment sets for Defense, Chemical, Biological, Radiological and Nuclear (CBRN) Response Force (DCRF)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractor logistics support (CLS) services for Commercial-Off-The-Shelf (COTS) equipment sets utilized by the Defense Chemical, Biological, Radiological and Nuclear (CBRN) Response Force (DCRF). The procurement aims to provide sustainment support throughout the equipment's life cycle, as well as refresh and recertification services following a unit's relief from the DCRF mission, which is critical for maintaining operational readiness in various emergency response scenarios, including Urban Search and Rescue and Mass Casualty Decontamination. Interested contractors should note that the place of performance is in Huntsville, Alabama, and can reach out to primary contact Jordan D. Adaro at jordan.d.adaro.civ@army.mil or secondary contact Linda S. Ensminger at linda.s.ensminger.civ@army.mil for further details.
    KC-46 Commercial Common Repairable Support
    Dept Of Defense
    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.
    COMPUTER SYSTEM,DIG
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the procurement of a digital computer system. This contract involves the manufacture and supply of a specific computer system, with a recent amendment updating the quantity from nine units to two and extending the solicitation due date to December 22, 2025. The goods are critical for various military applications, emphasizing the importance of compliance with stringent quality and inspection standards, including ISO 9001 and MIL-STD specifications. Interested vendors should direct inquiries to Jeremy Crow via email at JEREMY.CROW@DLA.MIL and ensure their proposals are submitted by the revised deadline.
    Remanufacture B-1 Horizontal Stabilizer Servo-Cylinder
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for a five-year firm-fixed-price requirements contract to remanufacture B-1 Horizontal Stabilizer Servo-Cylinders. This procurement involves restoring various models of servo-cylinders, which are critical components for aircraft flight control surfaces, to a like-new condition, requiring compliance with ISO 9001-2015 standards and a minimum Supplier Performance Risk System (SPRS) assessment score of 110. Proposals are due by January 15, 2026, at 1:00 PM, and payment will be contingent upon the availability of appropriated funds. Interested vendors should contact Dessie Breslin at dessie.breslin@us.af.mil or Amy Gil at amy.gil@us.af.mil for further details.
    59--CCA,RELAY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of CCA relays through NAVSUP Weapon Systems Support Mechanicsburg. This contract involves the manufacture and supply of relays, which are critical components used in various defense applications, ensuring reliable operation of military systems. The procurement is structured as a firm-fixed-price contract, with a total quantity requirement updated to 55 units and a final delivery timeline set for 365 days from the award date. Interested vendors should direct inquiries to Benjamin Spangler at benjamin.spangler@navy.mil, with the closing date for quotes extended to October 2, 2025.