Repair of NSN 5950000238464 Coil, Electrical
ID: FA825025Q0512Type: 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)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of an electrical coil, identified by NSN 5950-00-023-8464, which is critical for the AN/TPS-75 Radar Control and Reporting Center. Contractors are required to provide comprehensive repair services, including testing, evaluation, and adherence to strict quality standards, with an estimated cost for testing and evaluation around $3,000. This procurement is vital for maintaining the operational integrity of essential defense systems, and it is set aside exclusively for small businesses under the SBA guidelines. Interested parties should contact Valerie Humphries at valerie.humphries@us.af.mil or Timothy Howard at TIMOTHY.HOWARD.27@US.AF.MIL for further details, with the expectation that qualification completion will take approximately 60 days.

    Files
    Title
    Posted
    The CAV AF Reporting Requirements document outlines the guidelines and responsibilities for contractors involved in the Contract Depot Maintenance (CDM) activities related to the Commercial Asset Visibility Air Force (CAV AF) system. It establishes CAV AF as the primary record-keeping system for tracking government-owned assets at contractor facilities. Contractors must ensure accurate asset reporting within one business day of maintenance actions and maintain an updated record of these assets. They are required to complete initial and annual cybersecurity training and submit necessary documentation promptly. The document elaborates on specific responsibilities, such as managing discrepancies in shipment and utilizing appropriate documents for receipt and shipping transactions. Contractors must report discrepancies, overages, and shortages accurately and in a timely manner. Key points include the prohibition of induction-at-risk for end items and the expedited process for asset disposition upon contract completion. Further, the document specifies procedures for reporting errors and outlines essential contacts for training and assistance. Overall, the CAV AF Reporting Requirements emphasize compliance and operational efficiency for effective government asset visibility within contractors’ operations.
    The document pertains to compliance regulations for wood packaging materials (WPM) used by the Department of Defense (DoD) and U.S. contractors, particularly in relation to international trade standards. It outlines the requirement that all wood packaging must be made from debarked wood and heat-treated to specific temperatures to prevent the introduction of invasive species like the pinewood nematode. The document cites references to American Lumber Standards and the International Standards for Phytosanitary Measures, ensuring proper certification and marking by accredited agencies. This guideline is crucial for shipments both domestic and international, ensuring safety and regulatory compliance in logistics involving wood materials. Overall, it emphasizes the importance of following established guidelines to protect against ecological threats posed by wood packaging.
    The document outlines transportation data relevant to federal solicitations, specifically detailing the provisions for shipping and handling of government cargo. It includes information on the F.O.B. (Free On Board) terms applicable to the procurement, highlighting the necessary contact with the Defense Contract Management Agency (DCMA) for transportation instructions. Several National Stock Numbers (NSN) are listed, accompanied by shipping addresses, with a common destination at Hill AFB, Utah, indicating a coordinated procurement strategy for multiple items. The Transportation Funds Information section categorically identifies financial parameters for each transaction, ensuring clarity on funding sources. The document emphasizes the importance of adhering to specified procedures to prevent unnecessary costs from improper handling or shipping. Additionally, the inclusion of various point contacts for vendor instructions signifies the government's structured approach in managing transportation logistics for contracts. Overall, this file serves as a critical reference for vendors engaging with government contracts, ensuring compliance with transportation regulations and efficient movement of goods.
    The document outlines the specifications for an electrical coil, designated with NSN 5950000238464ZR, utilized in a TWT (Traveling Wave Tube) cooling system, pertinent to government contracts. Managed by Isaias M. Rodriguez from the 415 SCMS/GUMAC, the item is crucial for cooling the Twystron tube, contributing to the functionality of electronic systems. The coil measures 2 feet in length, 2 feet in width, and 3 feet in height, weighing 318 pounds, and is constructed of materials including copper, steel, lead, fiberglass, and plastic. The criticality code is marked as 'X,' signifying its importance, while the demilitarization code is 'Q,' indicating its controlled nature. The document contains additional details about helium content and the related legacy item descriptions, which further informs its relevance in federal contracting and compliance. This summary emphasizes the item's significance in the context of federal RFPs and its specifications for procurement and usage in government projects.
    The document outlines packaging requirements pertaining to the use of wood packaging material (WPM) in compliance with international regulations aimed at preventing the spread of invasive species, particularly the pinewood nematode. Specifically, it mandates that all wooden pallets, containers, and other packaging must be made from debarked wood that has undergone heat treatment, reaching a temperature of 56 degrees Celsius for at least 30 minutes. Certification by an accredited agency recognized by the American Lumber Standards Committee is required. The document also details military packaging standards, including adherence to MIL-STD-2073-1 and MIL-STD-129 for packaging, marking, and shipping procedures. It highlights the necessity for specific packaging and container marking guidelines, including unit serialization and OEM information. The Packaging Specialist overseeing the guidelines is identified, emphasizing a structured approach to military logistics and compliance with safe packaging practices. This document is significant in the context of government RFPs and grants as it ensures that packaging used in military logistics meets stringent phytosanitary requirements, thereby promoting environmental safety and compliance in international trade.
    The Statement of Work outlines the requirements for preservation, packaging, and marking of military items as per Department of Defense (DoD) standards. The contractor must comply with various military and commercial standards, including MIL-STD 2073-1 for military packaging and MIL-STD 129 for military markings. Specific instructions for packaging hazardous materials are detailed, requiring adherence to national and international regulations, including the International Civil Aviation Organization and the Department of Transportation specifications. The document mandates the use of the Special Packaging Instructions Retrieval & Exchange System (SPIRES) for accessing packaging requirements. Furthermore, it emphasizes the importance of using reusable containers and correctly reporting any discrepancies in packaging through the Web Supply Discrepancy Report system. To ensure compliance and safety, the contractor must provide Safety Data Sheets for hazardous materials and follow multiple government regulations and standards throughout the packaging process. Overall, the document establishes stringent guidelines to enhance the security and efficiency of military shipping logistics.
    The Department of the Air Force's Performance Work Specification (PWS) outlines the requirements for the inspection and repair of a FOCUS COIL (NSN: 5950-00-023-8464). Contractors are tasked to provide all necessary facilities, materials, and services to assess and restore the end item to a serviceable condition through various levels of repair: Test, Teardown, and Evaluation (TT&E); Minor Repair; Moderate Repair; and Major Rebuild. Work includes thorough testing, potential redesign of subcomponents, and adherence to quality guidelines outlined in the PWS. Key requirements specify that repaired items must meet the performance specifications of new items and classify repairs based on cost-effectiveness, with condemnations occurring if repairs exceed 75% of new item costs. Additionally, contractors are mandated to establish a Counterfeit Prevention Plan to avoid counterfeit parts within the supply chain and provide comprehensive reporting on item conditions. Overall, the PWS establishes strict standards for contractors regarding maintenance, inspection, and quality control, emphasizing compliance with government regulations while ensuring the integrity of high-technology components under Department of Defense oversight.
    The document is a revision notice related to the repair data list for an electrical coil, specifically having the part number 335D502G01 and corresponding National Stock Number (NSN) 5950000238464ZR. Its purpose is to outline the available technical documents and maintenance instructions associated with the coil, identified by the CAGE code 97942. Each entry provides references to various types of drawings and instructions categorized under a specific line item, delineated by a corresponding CAGE code and government document status. Key references include several specifications such as control drawings, maintenance instructions, and installation procedures. Information is categorized as government documents with rights to use, available specifically for contractors upon contract award or request. The remarks section highlights the type of data provided, indicating documents may be classified or stable base drawings. This summary reflects the document's role in ensuring proper maintenance and repair protocols are adhered to for government-supplied electrical components, essential for compliance with federal procurement processes and standards, providing clear guidance regarding the necessary technical data for contractors involved in procurement or maintenance projects.
    The document outlines the requirements for Item Unique Identification (IUID) marking as per DFARS 252.211.7003 for a specific item, an electrical coil with NSN 5950000238464ZR. It includes details such as version number, organization information, and contact numbers for relevant personnel. The marking must conform to the latest MIL-STD-130 standards and is associated with engineering documentation, specifically drawing number 09A0614-H. The significance of this checklist lies in ensuring compliance with federal regulations regarding item identification, which is crucial for inventory management, traceability, and logistics within government procurement processes. The document serves as a guideline to assist contractors and government bodies in meeting these regulatory marking requirements for embedded items and equipment.
    The document outlines guidelines and requirements related to federal and state government Requests for Proposals (RFPs) and grants. It emphasizes the importance of adhering to established protocols and timelines for submission to ensure compliance and eligibility for funding opportunities. Key components include the competitive evaluation process for proposals, expectations for applicants regarding project designs, budgets, and measurable outcomes, as well as various reporting obligations post-award. The file also highlights the necessity for applicants to demonstrate alignment with federal and state priorities, including social equity, environmental sustainability, and community impact. By fostering accountability and transparency in the funding process, the document enhances the likelihood of successful project execution and the effective use of government resources.
    The file outlines the qualification requirements and cost estimates for repairing a specific electrical coil, identified as NSN 5950-00-023-8464 and P/N VA1525G/335D502G01, used in the AN/TPS-75 Radar Control and Reporting Center. It stipulates that prospective offerors must provide a detailed cost estimation for testing and evaluation, with a total estimated cost around $3,000. The document delineates necessary qualifications for approval, including prequalification notifications, access to required facilities, and verification of repair processes. Additionally, it highlights the qualifications needed to be recognized as a potential source, noting that approval does not guarantee contract awards. Prospective offerors may also seek waivers under specified criteria, allowing qualification despite not meeting all standard requirements. Finally, the expected timeline for qualification completion is approximately 60 days. Overall, this document establishes rigorous standards for ensuring reliability in the sourcing of critical defense components, emphasizing the government's commitment to quality and compliance within its procurement processes.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Repair services for the CRC TPS-75 program NSN 5840-01-538-6564
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide repair services for the CRC TPS-75 program, identified by NSN 5840-01-538-6564. The procurement aims to ensure the maintenance and operational readiness of electronic and precision equipment, which is critical for defense operations. The services will fall under the NAICS code 811210, focusing on the repair and maintenance of electrical and electronic equipment components. Interested parties should reach out to Valerie Humphries at valerie.humphries@us.af.mil or Timothy Howard at TIMOTHY.HOWARD.27@US.AF.MIL for further details, as the presolicitation notice indicates that proposals will be evaluated based on qualifications and past performance.
    REPAIR GSP Program NSN: 5999015528118
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the Uplink Matrix Switch, identified by National Stock Number (NSN) 5999015528118GO. The procurement involves multiple line items requiring repair and evaluation services, with specific delivery timelines ranging from 24 hours to 90 days after receipt of carcass, depending on the item. This opportunity is critical for maintaining operational readiness and ensuring the reliability of electronic components used in military applications. Interested small businesses must submit their proposals by February 19, 2025, and can direct inquiries to Timothy Howard at timothy.howard.27@us.af.mil or Valerie Humphries at valerie.humphries@us.af.mil for further information.
    RADAR SET SUBASSEMB
    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 a RADAR SET SUBASSEMBLY, identified by part number 7519828. The procurement requires contractors to meet specific operational and functional requirements, ensuring compliance with various military standards and regulations, including the need for a Government Security Clearance due to the classified nature of certain documents involved. This equipment is critical for military operations, emphasizing the importance of reliability and adherence to quality assurance protocols. Interested vendors should contact James B. Burnett at 717-605-8656 or via email at james.b.burnett1@navy.mil for further details, with a monetary limitation for repair purchase orders set at $22,233.00.
    F16_ANAPG_68_RadarDualModeTransmitterNSN5998013035872PN762R831G01
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources for the repair and maintenance of the RF Controller (NSN: 5998-01-303-5872, P/N: 762R831G01) used in the F-16 C/D AN/APG-68 Radar Dual Mode Transmitter. Interested offerors must meet stringent qualification requirements, including the ability to certify access to necessary facilities and equipment, provide a complete data package, and undergo a rigorous testing and evaluation process to demonstrate compliance with government standards. This procurement is critical for maintaining the operational readiness of the F-16 radar systems, ensuring that the RF Controller functions effectively within military operations. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil or by phone at 7772211 for further details, as the qualification process is estimated to take approximately 270 days and may incur costs around $5,000.
    COUPLER,ANTENNA
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting contracts for the repair and testing of couplers for antennas, identified by NSN 74D765035-1001 and part number 014876127. The procurement requires contractors to provide comprehensive repair services, including inspection, component replacement, and reassembly, ensuring that the items are returned to a Ready for Issue (RFI) condition in compliance with specified standards and procedures. These couplers are critical components in military communication systems, emphasizing the importance of maintaining their operational integrity. Interested contractors can reach out to Tia Johnson at 215-697-5271 or via email at TIA.JOHNSON@NAVY.MIL for further details regarding the solicitation process.
    FMS Repair 015238309
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is soliciting proposals for the repair of specific items under the contract titled "FMS Repair 015238309." The procurement aims to ensure compliance with military standards for the repair of capacitors, resistors, coils, transformers, and other inductors, with a focus on assessing repair costs against replacement prices and determining when items are beyond economical repair. This initiative is crucial for maintaining operational readiness and ensuring that all repairs meet stringent safety and documentation requirements. Interested contractors should contact Taylor M. O'Connor at (215) 698-2198 or via email at TAYLOR.M.OCONNOR2.CIV@US.NAVY.MIL for further details and to obtain the solicitation document, which outlines submission deadlines and evaluation criteria.
    F16_APG68_RadarDualModeTransmitter_PN772R0225G01_NSN5598012031936
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources to repair the RF Controller (Part Number 772R025G01) associated with the F-16 C/D AN/APG-68 Radar Dual Mode Transmitter. Interested contractors must meet stringent qualification requirements, including demonstrating access to necessary facilities and equipment for repair, inspection, and testing, as well as providing a complete data package that includes relevant drawings and specifications. This RF Controller is critical for the operational capabilities of the F-16 aircraft, and the repair process must comply with government standards to ensure reliability and performance. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil for further details, with an estimated qualification cost of $5,000 and a completion timeline of approximately 270 days.
    59--COIL,ELECTRICAL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of electrical coils under the solicitation titled "59--COIL, ELECTRICAL." This opportunity is specifically set aside for SBA Certified Women-Owned Small Businesses (WOSB) and falls under the NAICS code 334416, which pertains to the manufacturing of capacitors, resistors, coils, transformers, and other inductors. The electrical coils are critical components used in various defense applications, ensuring the reliability and functionality of electronic equipment. Interested vendors should direct any inquiries regarding the solicitation to the buyer listed in the solicitation document, accessible via the DLA's DIBBS website, and are encouraged to respond promptly to participate in this procurement opportunity.
    Repair of Electronic Amplifier for the JTE Program NSN 5996016610915
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of electronic amplifiers under the JTE Program, with a National Stock Number (NSN) of 5996016610915. The procurement involves multiple line items, including the repair of seven electronic amplifiers, which are critical components housed in metal enclosures with wiring, and the delivery timelines vary from 30 days to 150 days after receipt of carcass or completion of studies. This opportunity is vital for maintaining operational readiness and ensuring the functionality of electronic systems used by the Air Force. Interested parties should contact Nick Standiford at nicholas.standiford@us.af.mil or call 801-777-8968 for further details, as electronic procedures will be utilized for this solicitation.
    F16AN_APG68_RadarDuelModeTransmitter_NSN5998013069224_PN762R978GO1
    Buyer not available
    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.