Diffractive Optic Head Up Display (DOH) Electronic Module Assemblies (EMA) Wide Area Conventional (WAC) Electronic Module Assemblies (EMA)
ID: FA825125R0002Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8251 AFSC PZABBHILL AFB, UT, 84056-5825, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES (J016)
Timeline
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 28, 2025, 10:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and testing of Diffractive Optic Head Up Display (DOH) and Wide Area Conventional (WAC) Electronic Module Assemblies (EMA) for F-16 Advanced Avionics systems. The contractor will be responsible for restoring these electronic modules to their original specifications and ensuring they meet serviceable “A” condition without altering their functional capabilities. This procurement is critical for maintaining the operational integrity of F-16 aircraft, which are vital to national defense. Interested contractors should contact Jesse Baird at jesse.baird@us.af.mil or Alan Gibson at alan.gibson@us.af.mil for further details, with proposals expected to adhere to stringent quality assurance and inspection requirements as outlined in the associated documentation.

Files
Title
Posted
Mar 27, 2025, 8:06 PM UTC
The document outlines the recommended quality assurance provisions and special inspection requirements related to a federal procurement process, specifically for a component identified by its National Stock Number (NSN) 5998015775206WF. Key responsibilities include ensuring a Certificate of Conformance and adherence to various Federal Acquisition Regulation (FAR) clauses for contract quality requirements. The inspector designated is Mercedes R. Johnson, with technical oversight provided by Jed C. Foy, reflecting rigorous quality standards including ISO 9001:2015. Notably, the document prohibits the use of Class I ozone-depleting substances under Air Force policy. A pre-award survey is recommended for new sources to assess their capabilities and compliance with quality standards, emphasizing the importance of thorough vetting. The document serves as a critical reference for contractors and government agencies involved in RFPs, fostering adherence to strict quality and inspection protocols in government contracting procedures.
Mar 27, 2025, 8:06 PM UTC
This document outlines the recommended quality assurance provisions and special inspection requirements for a government procurement process. The main focus is on the specific quality requirements, such as the Certificate of Conformance, contract responsibility for inspection, and adherence to various Federal Acquisition Regulation (FAR) clauses. It specifies the use of ISO 9001:2015 standards and mentions the necessity to evaluate the contractor's use of ozone-depleting substances, with a statement declaring compliance with Air Force policy. Additionally, there is a quality pre-award survey recommended for new sources, underscoring the importance of technical authority coordination in the award selection process. The document includes relevant contact information for personnel involved and emphasizes the requirement for rigorous quality measures throughout the contracting process. In summary, this document serves as a guideline for ensuring quality control and compliance in government contracts, reflecting the federal standards and oversight necessary for procurement integrity.
Mar 27, 2025, 8:06 PM UTC
The DD Form 1423-1, Contract Data Requirements List, is a critical document used by the Department of Defense for managing contract data requirements. It details the necessary information that contractors must provide, including contract line item numbers, system/item details, and specific data item requirements. The form outlines categories for data types, such as Technical Data Packages (TDP), Technical Manuals (TM), and others. It requires contractors to estimate costs of data items based on their relevance to project performance, categorized into four distinct price groups, which vary in terms of the essential nature of the data and additional requirements for government compliance. For each data item, the document mandates clear submission dates, distribution requirements, and inspection protocols to ensure compliance with government standards. The form's structured layout facilitates efficient tracking of submission and approval processes, reinforcing the project's focus on clarity and accountability in federal contracts and grants.
Mar 27, 2025, 8:06 PM UTC
The document outlines a Request for Proposal (RFP) FA8251-25-R-0002 by the Department of the Air Force for the repair of specific military equipment, particularly electrical components used in the F-16 aircraft. It specifies the solicitation type as a sealed bid and details the requirements for providing certain supplies and services, including the quantity and pricing structures. This contract operates under an Indefinite Delivery, Indefinite Quantity (IDIQ) model for a five-year term, restricted to prequalified sources, necessitating a source approval request from interested contractors. Key components of the proposal include the terms for submission, inspection and acceptance criteria, and contract clauses governing the operational framework, such as quality control and delivery schedules. The document emphasizes timely performance, compliance with ISO standards, and the importance of adhering to defined regulations to ensure quality outputs. Overall, this RFP indicates the Air Force’s preparedness to engage in long-term procurement agreements for military equipment maintenance while prioritizing quality control and compliance with federal procurement policies.
Mar 27, 2025, 8:06 PM UTC
The document is an Item Unique Identification (IUID) checklist referencing DFARS 252.211.7003 requirements, specifically addressing items requiring IUID marking. It showcases a Module Assembly with the NSN 5975015761361WF. The creator, Jed C. Foy from the 416 SCMS, has listed important details including a commercial contact number and various CAGE/reference numbers. Compliance with the latest MIL-STD-130 marking guidance is mandated. Additionally, the document confirms the item as an embedded component for the specified NSN, although detailed marking guidance is not elaborated within this checklist. The emphasis is placed on engineering documentation to ensure proper identification and marking of defense-related materials, adhering to assigned protocols for tracking and inventory purposes. This file is crucial for maintaining defense accountability and stewardship, reflecting the government's commitment to precise management of military assets.
Mar 27, 2025, 8:06 PM UTC
The document outlines the Item Unique Identification (IUID) checklist essential for compliance with DFARS 252.211.7003, particularly for the marking of a specific item, identified by its National Stock Number (NSN) 5975015775206WF. It provides details regarding the initiator, marking guidance, and specific engineering drawing references to ensure proper identification and tracking. Key details include the organization code, contact information, and associated CAGE/references for accurate documentation. The markings must adhere to the latest version of MIL-STD-130, emphasizing standardization in defense procurement. Additionally, it specifies that the item is an embedded component related to the aforementioned NSN, necessitating similar marking protocols. This checklist serves as a crucial tool for ensuring compliance with federal regulations regarding equipment identification in government contracts and procurement processes.
Mar 27, 2025, 8:06 PM UTC
The document provides guidelines for packaging and handling wooden materials in compliance with international trade regulations, specifically focusing on the United Nations' requirements to prevent the spread of invasive species like the pinewood nematode. It states that all wooden materials such as pallets, containers, and packaging must be made from debarked wood and treated to specific heat standards. Certification from an accredited agency is mandatory to ensure compliance with the latest International Standards for Phytosanitary Measures (ISPM No. 15). Additional packaging instructions include certain assembly and protective requirements before items are wrapped. Furthermore, the document outlines instructions for destruction of unclassified materials and includes stipulations for packaging integrity and substitutions within specified military standards. Overall, this document serves as a crucial reference for U.S. Department of Defense contractors to adhere to environmental standards while ensuring the safe international transport of wooden packaging materials.
Mar 27, 2025, 8:06 PM UTC
This document outlines the requirements for wooden packaging materials (WPM) used in international trade, particularly focused on compliance with United Nations regulations aimed at preventing the spread of invasive species, such as the pinewood nematode. It specifies that all WPM, including wooden pallets and containers, must utilize debarked wood and be heat-treated to a minimum temperature of 56 degrees Celsius for at least 30 minutes. Certification from an accredited agency recognized by the American Lumber Standards Committee is mandated. Additionally, guidelines on packaging items are provided, including the necessity for electrostatic discharge (ESD) caps or plugs, specific adhesive standards for laminate cushions, and instructions for wrapping that prohibit the use of tape. The document serves to ensure compliance and safety in supply chain logistics, particularly for defense and government contractors, reflecting the importance of adhering to international standards in the transportation of goods.
Mar 27, 2025, 8:06 PM UTC
The Performance Work Statement (PWS) outlines the requirements for minimal remanufacturing repair of Electronic Module Assemblies for F-16 Head Up Displays. The document specifies that contractors must test and repair the Diffractive Optic Head Up Display (DOH) and Wide Area Conventional (WAC) Electronic Module Assemblies, adhering to stringent guidelines to restore them to a serviceable "A" condition without voiding existing warranties. Requirements include an inspection system, handling protocols for government property, and compliance with quality standards. Contractors must report maintenance data via the Defense Repair Information Logistics System (DRILS) and follow prescribed environmental and safety protocols. The PWS also emphasizes counterfeit part detection policies and mandates a Supply Chain Risk Management Plan to mitigate risks to the airlift services. This document serves as a comprehensive framework for ensuring operational integrity, compliance with military standards, and management of potential supply chain issues, reflecting the government's commitment to maintain high standards in aviation technology through rigorous contractor oversight and accountability.
Mar 27, 2025, 8:06 PM UTC
The document outlines transportation data for solicitations related to federal contract number FD20202500003-00, initiated on February 18, 2025. It details provisions for shipping and transportation requirements, emphasizing the importance of contacting the Defense Contract Management Agency (DCMA) for shipping instructions prior to dispatching freight. Specific clauses are referenced, including F.O.B. Origin (52.247-29) and Freight Classification Description (52.247-53). It identifies multiple line items with corresponding National Stock Numbers (NSN) and shipment addresses, including delivery schedules for various items. The document outlines funding information related to transportation accounts and indicates the required communication channels for potential vendors. The purpose of this document is to facilitate the transportation process for contract items, ensuring compliance with regulatory requirements and maintaining effective logistics for military and federal operations.
Similar Opportunities
AN/ALR-56M Repair of the UP Converter and Frequency Selectable Oscillator
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the AN/ALR-56M UP Converter and Frequency Selectable Oscillator, critical components used in F16 and C130I aircraft. The contractor will be responsible for providing accurate and prompt repair services, along with timely reporting in the Commercial Asset Visibility – Air Force (CAV-AF) system, ensuring compliance with quality control and configuration management standards. This procurement is vital for maintaining the operational readiness of military aircraft systems and includes a focus on small business participation, particularly from women-owned and service-disabled veteran-owned enterprises. Interested parties should contact Michael Turk at michael.turk.6@us.af.mil or Lynsey Eades at lynsey.eades@us.af.mil for further details, as the contract will be awarded under FAR Part 15 procedures with a two-year requirement for firm fixed prices.
Repair of NSN: 5895-01-309-3076 ZR Display Module Assembly
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to repair the Display Module Assembly (NSN 5895-01-309-3076 ZR). The procurement involves comprehensive services including Test, Teardown, and Evaluation (TT&E), as well as minor and major repairs to restore the item to a serviceable condition. This assembly is critical for military operations, and the selected contractor will be responsible for ensuring compliance with stringent quality control standards and government specifications throughout the repair process. Interested vendors must submit their proposals by April 24, 2025, and can contact Cydnee Simpson at cydnee.simpson@us.af.mil for further details regarding the qualification requirements and submission guidelines.
Flat Panel Up Front Controller (FPUFC) - Request for Information
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources capable of repairing the Flat Panel Up Front Controller (FPUFC), identified by NSN 5895-01-530-1899FX and PN A05A0249-12. The government seeks contractors with the necessary repair data, expertise, and capabilities to meet the qualification requirements, as the original manufacturer, L-3 Aviation Products, is currently the sole source for these repair services. This opportunity is critical for maintaining operational readiness, as the FPUFC is essential for the F-15E aircraft, and the government does not own the technical data required for alternative repair methods. Interested parties must submit their capabilities documentation by April 21, 2025, and can direct inquiries to Trinity Choo at trinity.choo@us.af.mil, with additional contacts provided for support.
Repair of B-2 Laser Energy Monitor, Optical Assembly
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of B-2 Laser Energy Monitor and Optical Assembly under solicitation FA811924R0013. The procurement involves comprehensive repair, calibration, and testing services for Air Force equipment, ensuring they are restored to a serviceable condition, with specific emphasis on the incorporation of Material Lay-In as detailed in the recent amendment. This contract is crucial for maintaining operational readiness and includes a basic performance period from May 2025 to May 2030, with an option to extend until May 2035, covering various line items with firm fixed pricing. Interested contractors should reach out to Taylor Baptiste at taylor.baptiste@us.af.mil or Phillip Crowder at phillip.crowder@us.af.mil for further details and to ensure compliance with the outlined quality standards and timelines.
F-16 MODULE ASSEMBLY, HEA
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting offers for the assembly of F-16 modules, specifically focusing on current-carrying wiring devices. This procurement aims to secure essential electrical hardware and supplies necessary for military applications, emphasizing compliance with strict quality assurance practices and delivery schedules. The opportunity is particularly significant for small businesses, including service-disabled veterans, women-owned, and HUBZone enterprises, as it promotes participation in defense contracting. Interested parties must adhere to the submission deadlines, with the latest amendment extending the offer submission date to June 4, 2025. For inquiries, contact Kody Quayle at kody.quayle@us.af.mil.
70--OPTICAL MODULE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the procurement of optical modules. This requirement emphasizes the need for government-approved sources, as proposals from non-approved suppliers will be deemed technically unacceptable. The optical modules are critical components for various defense applications, ensuring operational efficiency and reliability. Interested vendors must submit their proposals along with any necessary documentation, including authorized distributor letters, to the primary contact, Michael Bauder, via email at MICHAEL.BAUDER@DLA.MIL or by phone at 215-737-5103. The solicitation details and requirements are outlined in the official notice, and adherence to the specified guidelines is essential for consideration.
Repair of Vertical Situational Display Unit (VSDU) & Fully Integrated Data Link (FIDL)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Vertical Situational Display Units (VSDU) and Fully Integrated Data Links (FIDL) as part of contract FA8117-24-R-0003. The procurement aims to ensure the operational reliability of critical components for the B-1 aircraft systems, emphasizing adherence to quality management standards, including ISO 9001:2015, and the development of plans to mitigate risks such as counterfeit parts and cybersecurity threats. Interested contractors must comply with detailed requirements outlined in the Performance Work Statement and related documents, with a proposal submission deadline extended to July 1, 2024. For further inquiries, potential bidders can contact Michael Shand at michael.shand@us.af.mil or David Herrig at david.herrig.1@us.af.mil.
CONTROL-DISPLAY OPT
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of CONTROL-DISPLAY OPT units. The procurement aims to ensure the operational readiness of these optoelectronic devices, which are critical for various defense applications. The selected contractor will be required to meet a Repair Turnaround Time (RTAT) of 190 days and must comply with strict quality assurance and inspection standards as outlined in the solicitation. Interested parties should submit their quotes, including pricing and capacity constraints, to Alison Harper at ALISON.E.HARPER.CIV@US.NAVY.MIL, with the understanding that the contract will include options for increased quantities and that all pricing must be firm.
66--DAY COLOR DISPLAY, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking qualified contractors to repair 27 units of the Day Color Display (NSN 7R-6610-016585410-BL) for the MH-60S Helicopter. The procurement requires contractors to provide labor, materials, and facilities necessary for the repair, with the intention to negotiate exclusively with Elbit America Inc. under FAR 6.302-1 due to the government's inability to provide the necessary data for repairs. This opportunity is critical for maintaining the operational readiness of military aircraft, and interested parties must submit capability statements within 15 days of the notice publication to be considered. For further inquiries, contractors can contact Vlad Maksimchuk at vladimir.maksimchuk.civ@us.navy.mil or by phone at (215) 697-3533.
B-1 Multi Functional Display
Buyer not available
The Department of Defense, specifically the Air Force, is seeking sources for the B-1 Multi Functional Display, as outlined in a Sources Sought notice. This opportunity aims to identify potential contractors capable of providing repair and overhaul services for specific Multi Functional Display units, which are critical components for aircraft operations. The initiative underscores the importance of maintaining operational readiness and safety standards within the defense sector, as these displays are integral to aircraft functionality. Interested vendors must submit a Source Approval Request (SAR) package by December 11, 2024, to the designated email address, with further inquiries directed to SEND RESPONSES HERE at 422.SCMS.AFMC.RFI@us.af.mil.