Repair of Satellite Communications Amplifier: NSN 5895-01-430-9208, PN SDF259-26DY2
ID: FA8117-25-SS-0007Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8117 AFSC PZABATINKER AFB, OK, 73145-3303, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES (J016)
Timeline
    Description

    The Department of Defense, specifically the Air Force, is conducting a Sources Sought Synopsis to identify potential contractors for the repair of the Satellite Communications Amplifier (NSN 5895-01-430-9208). This procurement aims to gather information on sources capable of providing the necessary labor, materials, facilities, and equipment for the repair and overhaul of this critical component, which plays a vital role in military communications. Interested vendors are required to submit a Source Approval Request (SAR) along with relevant technical data, and the information collected will assist in developing an effective acquisition strategy, potentially allowing for small business set-asides. For inquiries, interested parties can contact Gregory Howard at gregory.howard.9@us.af.mil or Nathan R. Sholund at nathan.sholund@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Repair/Remanufacture Qualification Requirements (RQR) for commodity items managed by the Air Force Sustainment Center (AFSC). Its purpose is to ensure compliance with Operational Safety, Suitability, and Effectiveness (OSS&E) and to provide a framework for potential sources to submit Source Approval Requests (SAR) for repairing or remanufacturing critical safety and application items. The RQR specifies the technical requirements defined by FAR regulations, detailing the necessary submission categories (I, II, III) based on the source's previous experience with the item. It mandates a comprehensive SAR package that includes technical documentation, quality assurance history, and product specifications. To maintain approval, sources must inform of any significant changes in processes or quality deficiencies, which may result in additional scrutiny or loss of approval. The document emphasizes intellectual property considerations and documentation requirements for submissions, aiming to ensure that the repair processes meet established quality and safety standards. The instructions reflect the government's commitment to ensuring that repairs on critical items are conducted safely while promoting procurement from qualified small businesses.
    The Department of Defense, specifically the Air Force Sustainment Center, is issuing a Sources Sought Synopsis to gather information on potential contractors for the repair and overhaul of the Satellite Communications Amplifier (NSN 5895-01-430-9208). This market research aims to assess the competitiveness of this procurement and determine if it can be set aside for small businesses. Interested vendors are encouraged to express their interest via a designated email. The repair involves providing labor, materials, facilities, and equipment, and managing supply chain logistics. Contractors must possess relevant technical data, which might need to be independently acquired if not provided by the government. Furthermore, vendors wishing to be considered must complete a Source Approval Request (SAR) and submit it electronically through a secure portal. No solicitation is currently available, and the information collected will assist in developing the best acquisition strategy. This effort aligns with the government’s goal of including a diverse range of businesses in federal contracting opportunities, including small and disadvantaged enterprises. Responses to the sources sought are solicited to establish a comprehensive understanding of available market options.
    The Technical Order Public Sales Office at Tinker AFB, Oklahoma, serves as the primary source for procuring Technical Orders (TOs) for defense industry partners associated with Tinker, Robins, and Hill AFB. Requests for TOs must follow specific guidelines laid out by DoD Directive 5230.25 and vary depending on whether they support new solicitations or existing contracts. For unsolicited bids and public sales requests, detailed submissions are required, including a signed DD Form 2345 and a request on company letterhead with comprehensive company information and justification for the data request. There is a processing fee of $65 per approved TO, along with additional shipping costs. Interested parties are encouraged to allow 30 days for request processing. The document reinforces the importance of following proper procedures to support U.S. military operations and international partnerships while ensuring the responsible distribution of technical data. Contact information for the office is provided for further inquiries.
    The document outlines the request process for accessing specific government data, requiring a completed request form accompanied by a valid DD Form 2345. It specifies necessary information including company details, the intended use of the data, and a list of requested data items with associated fees. There is a fixed administrative and research fee of $30 per line of data, with a minimum fee of $150 per request and a maximum of 15 lines processed. This structured approach is geared towards individuals or companies seeking to utilize government data, emphasizing the need for accurate submission to prevent returns due to insufficient information. The document serves to ensure proper identification and accountability in handling federal data requests, reflecting standard practices in government operations related to RFPs and grants.
    Similar Opportunities
    16--POWER AMPLIFIER ASS, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking qualified sources for the repair and modification of a power amplifier assembly, identified by NSN 7R-1680-016100020-E7, with a quantity of 48 units required. This procurement necessitates engineering source approval to ensure the quality of the part, as it is flight critical and requires that only approved sources are solicited for the contract. Interested parties must provide detailed technical data and documentation as outlined in the NAVSUP Source Approval Information Brochures, and must submit their proposals along with any required source approval information by the specified deadlines. For further inquiries, potential bidders can contact Christian M. Markle at (215) 697-6679 or via email at CHRISTIAN.M.MARKLE.CIV@US.NAVY.MIL.
    Sources Sought Synopsis: Repair of the GPS Power System
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought Synopsis to identify potential sources for the repair of the GPS Power System, focusing on electronic and radio components for the AN/FRC-178 system. The Government is seeking small businesses, including those classified as 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned, to participate in a 5-year Indefinite-Delivery Indefinite-Quantity (IDIQ) firm-fixed price contract for this work. Interested contractors must demonstrate their ability to obtain or create the necessary resources to perform repairs, as the technical data is currently owned by X Technologies, Inc. Responses are due by January 5, 2026, at 12:00 PM MST, and should be directed to Valerie Humphries at valerie.humphries@us.af.mil.
    58--RECEIVER-TRANSMITTE, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking qualified sources for the repair and modification of a Receiver-Transmitter, identified by NSN 7R-5821-015855355-P8. The procurement involves a quantity of three units, with delivery terms set to FOB Origin, and requires engineering source approval to ensure the quality of the part, as it is flight critical. Interested vendors must be approved sources or provide detailed documentation for source approval, as the item’s unique design and technical data are not readily available to the Government. Proposals must be submitted within 45 days of this notice, and interested parties can contact Dina M. Wojciechowski at (215) 697-1219 or via email at DINA.M.WOJCIECHOWSKI.CIV@US.NAVY.MIL for further information.
    58--CONTROL,COMMUNICATI, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the sole-source repair and modification of communication control equipment, identified by NSN 7RH 5895 015975757 KB and part number 697907-9. The contractor will be responsible for overhauling, upgrading, and returning the specified items to a Ready for Issue (RFI) condition, adhering to strict quality and inspection standards as outlined in the Statement of Work. This procurement is critical for maintaining operational readiness and reliability of communication systems within the Navy. Interested contractors must ensure they are an approved source and submit the required documentation as specified in the NAVSUP WSS Source Approval Brochure, with inquiries directed to Casey Brown at casey.m.brown20.civ@us.navy.mil or by phone at 215-697-3752.
    Sources Sought Announcement (SSA) for Procurement of AMPLIFIER SUBASSEMBLY (NSN 5996-01-715-9787) used in the WIN-T INC 1 Reginal Hub Node (RHN) AN/FSC-133 system.
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) at Aberdeen, is conducting a Sources Sought Announcement (SSA) to identify potential sources for the procurement of the Amplifier Subassembly (NSN 5996-01-715-9787) used in the WIN-T INC 1 Regional Hub Node (RHN) AN/FSC-133 system. The SSA aims to gather information from companies capable of manufacturing or supplying these critical components, which are essential for the operational effectiveness of the WIN-T INC 1 fleet. The government does not possess the technical data package for these parts, and responses will assist in determining the acquisition strategy for future procurement actions. Interested parties are encouraged to submit their capabilities and relevant documentation by December 15, 2025, to the designated contacts, Joseph Weisenberger and Tiffany MacGillivary, via the provided email addresses.
    AMPLIFIER,RADIO FRE NSN: 7HH 5996 015575337
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking sources capable of supplying 150 units of the AMPLIFIER, RADIO FREQUENCY (NSN: 7HH 5996 015575337, P/N: DB-5601) as part of a one-time buy. This procurement aims to gather information on potential suppliers' capabilities, including item availability, pricing, delivery timelines, and compliance with traceability requirements for non-OEM suppliers. The amplifiers are critical components used in various defense applications, underscoring the importance of reliable sourcing. Interested parties must complete the attached market survey and submit it via email to Trevor Monn at Trevor.L.Monn@dla.mil by 4:30 PM EDT on December 18, 2025, to be considered for this opportunity.
    59--AMPLIFIER,RADIO FRE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of eight units of the Radio Frequency Amplifier, NSN 5996014811850. This solicitation is part of a combined synopsis/solicitation process, and the approved source for this item is identified as 8M6A5 725691-802. The amplifiers are critical components used in various military applications, ensuring reliable communication and operational effectiveness. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and all inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The deadline for delivery is set for 168 days after order placement.
    59--CIRCUIT CARD ASSEMB, IN REPAIR/MODIFICATION OF
    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 circuit card assemblies, identified by NSN 7H-5998-013864016, with a quantity of 30 units required for delivery to DLA Distribution in New Cumberland, PA. This procurement necessitates engineering source approval to ensure the quality of the parts, as the approved sources possess unique design capabilities and technical data essential for the manufacturing and repair processes. Interested parties are encouraged to submit their interest and capability statements within 45 days of this notice, as the government intends to negotiate with only one source under FAR 6.302-1. For further inquiries, potential bidders can contact Sarah Haley at (717) 605-3550 or via email at SARAH.R.HALEY2.CIV@US.NAVY.MIL.
    SYNOPSIS N0038325PR0R741
    Dept Of Defense
    The Department of Defense, through NAVSUP Weapon Systems Support, is seeking to procure repair services for a specific transmitter part from Northrop Grumman Systems Corp, identified by NSN: 5865015796300 and P/N: 001-008065A0402. This procurement is critical as Northrop Grumman is the Original Equipment Manufacturer (OEM) and the only known source capable of providing the necessary repair support, with no available drawings or data for alternative suppliers. Interested parties may submit capability statements or proposals within 30 days of this presolicitation notice, with the solicitation expected to be issued on December 17, 2025, and responses due by January 17, 2026. For further inquiries, contact Shamus F. Roache at Shamus.F.Roache.CIV@us.navy.mil.
    Repair of NIIN 014334368
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of NIIN 014334368, which pertains to airborne radio and television communication equipment. The procurement aims to ensure the operational readiness and reliability of critical communication systems used by the Navy. This opportunity is vital for maintaining the effectiveness of airborne communication capabilities, which are essential for mission success. Interested contractors can reach out to Christian Markle at 215-697-3563 or via email at christian.m.markle.civ@us.navy.mil for further details regarding the solicitation document.