APY-1/2 (Radar on E-3 AWACS)
ID: FA8539-24-Q-0004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8539 AFSC PZABAROBINS AFB, GA, 31098-1670, 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 U.S. Air Force, is soliciting proposals for the repair of the AN/APY-1/2 Waveguide Switch avionics component, critical for the E-3 Airborne Warning and Control System. The contractor will be responsible for depot repair services, ensuring compliance with quality standards and managing Product Quality Deficiency Reports (PQDR) while maintaining strict turnaround times of 10 days for Mission Incapable (MICAP) and 8 days for Surge repairs. This procurement is vital for sustaining the operational availability and reliability of essential defense systems. Interested vendors should contact Michael D. Turk at michael.turk.6@us.af.mil or 478-320-0766 for further details, with proposals due in accordance with the outlined timelines in the Request for Quotation (RFQ) FA8539-24-Q-0004.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Request for Quotation (RFQ) FA8539-24-Q-0004 issued by the U.S. Air Force seeking services related to the repair and supply of RF waveguide switches. This RFQ emphasizes the firm fixed price nature of the contracts and outlines an indefinite delivery requirements model, allowing for contractor engagement over an extended period with multiple ordering periods. Key points include a total of five contract line items (CLINs) related to the repair, inspection, and data submission, as well as specific delivery requirements of 90 calendar days for certain items. The RFQ specifies that proposals must be accompanied by detailed cost breakdowns and outlines applicable federal and contractual regulations, including quality assurance standards. It also emphasizes data reporting requirements post-contract award, including inventory reports and asset visibility constraints. The overarching purpose of the RFQ is to solicit competitive price quotations while ensuring compliance with relevant legal and regulatory frameworks, thus supporting the government's acquisition strategy to maintain critical defense capabilities effectively.
    The document outlines the packaging requirements specified under the Purchase Instrument Number FD20602500010-00, compliant with various military and international standards for wood packaging materials (WPM). It emphasizes the need for debarked wood lumber, heat-treated to specific temperatures, to mitigate the risk of invasive species, particularly the pinewood nematode. The packaging guidelines cover multiple items and necessitate that all materials adhere to the latest international standards set forth by the American Lumber Standards Committee. Additional instructions include the disposal and replacement of unserviceable containers and the preservation of suitable ones for reuse. Marking requirements for shipping containers are stipulated, following military standards to ensure identification and compliance. The document highlights the role of the designated packaging specialist in maintaining these standards for a range of military-related shipments, ensuring safe and effective logistics management. Overall, the primary focus is to standardize packaging practices to enhance safety and regulatory compliance in military logistics and supply chain operations.
    The document is a Performance Work Statement (PWS) outlining the requirements for the repair of the AN/APY-1/2 Waveguide Switch avionics component for the U.S. Air Force. The objective is to ensure the continued operational availability and reliability of the APY-1/2 systems, critical for the E-3 Airborne Warning and Control System. The contractor is responsible for depot repair services, adhering to quality standards and efficiently managing Product Quality Deficiency Reports. Key performance objectives include maintaining turnaround times—10 days for Mission Incapable (MICAP) and 8 days for Surge repair—with no allowance for delays. The contractor must also ensure 100% compliance with specified quality management systems and report maintenance activities via the Commercial Asset Visibility Air Force (CAVAF) system. The PWS details the contractor’s responsibilities concerning government property, inspection processes, and reporting requirements, including any loss of government property. The document establishes a framework for quality assurance, environmental and safety compliance, and logistics, emphasizing the importance of adhering to federal regulations and standards to mitigate risks during the repair process. Ultimately, the PWS aims to sustain critical capabilities for the USAF, enhancing mission success rates through reliable equipment infrastructure.
    The document outlines transportation data related to federal procurement, specifically Purchase Instrument FD20602500010-00, initiated on March 14, 2024. It details F.O.B. (Free on Board) transportation instructions, emphasizing the necessity for vendors to contact the DCMA Transportation office for shipping guidelines on all DCMA-administered contracts. The document includes specific line items for various NSNs, all designated to ship to the same address at Robins Air Force Base, Georgia. Detailed funding information is provided, including Transportation Account Codes and miscellaneous obligation references necessary for processing. Moreover, it indicates the essential contact for transportation-related inquiries, asserting the importance of compliance with regulatory protocols to avoid additional costs. The summary encapsulates the critical aspects of transportation logistics within federal and defense procurement frameworks, highlighting key responsibilities for vendors in adhering to shipping processes. This adherence is crucial for ensuring timely and cost-effective deliveries under government contracts.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    F16AN_APG68_RadarDualModeTransmitter_NSN5998013069224_PN762R978G01
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking a qualified source for the repair and maintenance of the Protection and Control Assembly used in the F-16 C/D AN/APG-68 Dual Mode Transmitter. The offeror must meet qualification requirements including prequalification notice, facilities and testing capabilities, data verification, repair process verification, test and evaluation, and qualification article verification. The estimated cost for qualification is $3,000 and completion is expected within 180 days. Source qualification waiver criteria are also provided. For more information, contact Tracey Beringer at tracey.beringer@us.af.mil or 7772211.
    F16AN_APG68_RadarDuelModeTransmitter_NSN5998013069224_PN762R978GO1
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking a qualified source for the repair and maintenance of the Protection and Control Assembly used in the F-16 C/D AN/APG-68 Dual Mode Transmitter. The offeror must meet various qualification requirements, including prequalification notice, facilities and testing capabilities, data verification, repair process verification, test and evaluation, and qualification article verification. The estimated cost for testing and evaluation is $3,000, and the estimated completion time for the qualification effort is 180 days. There is also an option for a source qualification waiver based on specific criteria. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil for more information.
    Repair of the A-10 RDTU/UDTU
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the A-10 Redesigned Data Transfer Unit (RDTU) and associated components. The procurement includes a comprehensive scope of work that requires contractors to develop production surge plans, counterfeit prevention strategies, and various reporting requirements related to government property and maintenance activities. These units are critical for ensuring the operational efficiency of military aircraft systems, emphasizing the importance of compliance with stringent military standards and cybersecurity measures. Interested vendors must submit their proposals by October 16, 2024, and can direct inquiries to primary contact Darin Rector at daren.rector@us.af.mil or secondary contact Hunter Doney at hunter.doney@us.af.mil.
    61--AWIRT ASSY, IN REPAIR/MODIFICATION OF
    Active
    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 AWIRT assembly, identified by NSN 7R-6110-016102374-YR, with a quantity of 18 units required. This procurement necessitates engineering source approval due to the flight-critical nature of the item, which mandates that only approved sources can participate in the bidding process, ensuring the quality and reliability of the parts. Interested vendors must provide comprehensive documentation as outlined in the NAVSUP Source Approval Information Brochures, and proposals must be submitted with all required data to be considered for award. For further inquiries, interested parties can contact Dina M. Wojciechowski at (215) 697-2198 or via email at DINA.M.WOJCIECHOWSKI.CIV@US.NAVY.MIL.
    Repair of the E-3 Liquid Quantity Indicator
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the E-3 Liquid Quantity Indicator, a critical component used in aircraft operations. The procurement involves major and minor repairs, as well as additional unexpected repair work, with a performance period extending from July 2025 through June 2030, and options for contract extensions. This opportunity is vital for maintaining the operational readiness of the E-3 aircraft, ensuring that essential systems function accurately and reliably. Interested contractors should direct inquiries to Amanda Mathews or Kristen Carter via the provided email addresses, with proposals due in accordance with the solicitation timeline.
    ALR-56M Amplifier/Detector, Log Video Repair (5996-01-365-5065EW)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources capable of providing depot-level testing and repair for the ALR-56M Amplifier/Detector, Log Video (NSN: 5996-01-365-5065EW). The government seeks expertise and capabilities to meet stringent qualification requirements, as the original equipment manufacturer, AKON, Inc., is currently the only known source with the necessary technical data and experience to fulfill this requirement. This component is critical for the operational readiness of military aircraft, including the F-16 C/D and C-130J A/C, and is procured as needed to support depot repair operations. Interested parties, both small and large businesses, are encouraged to submit their qualifications by September 19, 2024, to Michael Wensjoe or Kylie Ordoyne via email, as participation in this survey does not guarantee future contract opportunities.
    F-16 AN-APG-68 Dual Mode Transmitter RF Monitor 5998-01-303-5871 785R37G01
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE is seeking a company to repair the F-16 AN-APG-68 Dual Mode Transmitter RF Monitor (part number 785R37G01). This item is used for the AN-APG-68 Dual Mode Transmitter application. The repair qualification requirements can be found in the attached Repair Data List (RDL) and Repair Qualification Requirements (RQR). Interested companies should submit their data requests to AFLCMC/EZGTP SO-E (Public Sales Office) at aflcmc.ezgtp.pubsale@hill.af.mil. The place of performance for this procurement is Tinker AFB, OK 73145, USA.
    F16_AN_APG68_RadarDualModeTransmitter_NSN5998014644241PN792R998G01
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking a qualified source for the repair and maintenance of an F-16 C/D APG-68 Dual Mode Transmitter RF Monitor. The offeror must have the necessary facilities, equipment, and personnel to repair, inspect, test, package, and store the item. They must also possess a complete data package and comply with Unique Identification (UID) requirements. The offeror will be required to submit a qualification test plan/procedure and a qualification article for evaluation. The estimated cost for testing and evaluation is $5700, and the qualification effort is expected to take 180 days. There is an opportunity for a waiver of the qualification requirements based on certain criteria.
    F-16 AN-APG-68 Radar Dual Mode Transmitter 5998-01-464-4241 792R998G01
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking a company to repair the F-16 AN-APG-68 Radar Dual Mode Transmitter with National Stock Number (NSN) 5998-01-464-4241 and Part Number (P/N) 792R990G01. The RF Monitor is used for the AN-APG-68 Dual Mode Transmitter application. The repair is categorized as Expendability, Recoverability, Reparability Category (ERRC) Code T. Interested companies should refer to the attached Repair Data List (RDL) and Repair Qualification Requirements (RQR) for more information. Contact AFLCMC/EZGTP SO-E (Public Sales Office) for data requests.
    F-16 AN-APG-68 Radar Dual Mode Transmitter Regulator CCA 5998-01-247-8169 762R923G01
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE is seeking a company to repair the F-16 AN-APG-68 Radar Dual Mode Transmitter Regulator CCA 5998-01-247-8169 762R923G01. This item is used as an RF Monitor for the AN-APG-68 Dual Mode Transmitter. The repair is categorized as Expendability, Recoverability, Reparability (ERRC) Code T. The repair data and qualification requirements can be found in the attached Repair Data List (RDL). Interested companies should submit their data requests to AFLCMC/EZGTP SO-E (Public Sales Office) at aflcmc.ezgtp.pubsale@hill.af.mil. The place of performance for this procurement is Tinker AFB, OK 73145, USA.