Repair services for the JTE program; NSN5996-01-621-7893 FD; Assembly Amplifier
ID: FA825026Q0036Type: 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

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide repair services for the Amplifier Assembly (NSN 5996-01-621-7893 FD) as outlined in Request for Quotation FA8250-26-Q-0036. The procurement involves a firm fixed price for the repair of one unit, with an estimated delivery timeline of 150 calendar days after receipt of the carcass, and includes additional data requirements such as Commercial Asset Visibility Air Force (CAVAF) reports and Engineering Change Proposals (ECPs). This assembly is critical for military operations, necessitating compliance with stringent quality and security standards, including a robust Counterfeit Prevention Plan. Interested parties must submit their quotations by November 24, 2025, and can direct inquiries to Valerie Humphries at valerie.humphries@us.af.mil or by phone at 801-775-6455.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the Commercial Asset Visibility Air Force (CAV AF) reporting requirements for contractors involved in Contract Depot Maintenance. It details technical responsibilities, emphasizing that CAV AF is the primary system for tracking government-owned assets at contractor facilities, including those in repair or storage. Key contractor responsibilities include daily accurate asset reporting, assigning two CAV AF reporters, and completing mandatory DoD Information Assurance CyberAwareness Challenge training. The document also covers specific transactional reporting, such as "Not-on-Contract" items, proper use of DD Form 1348-1A for shipping and receiving, and procedures for contract closure. It stresses the importance of timely and accurate reporting to prevent systemic data problems and outlines procedures for handling discrepancies incident to shipment. Initial CAV AF training is provided by the contracting ICP or Contract Monitor, with follow-up training being the contractor's responsibility.
    The document details an Amplifier Assembly with NSN 5996016217893FD, CAGE 0XBF7, and reference number ETI0001-1229AA. Criticality code is X, demilitarization code D, and security code 7. Initiated by Terrance L. Hardy from 415 SCMS / GUMAA on May 2, 2024, the item measures 23.5000 in (L) x 19.0000 in (W) x 5.2500 in (H), weighs 105.0000 lb, and is made of metal and circuitry, functioning as a power station. The document lists various codes and indicators for inventory and management purposes. This detailed item description is likely part of a federal government RFP or inventory management system.
    This government file outlines packaging requirements for federal procurements, emphasizing compliance with MIL-STD 129 Revision R and MIL-STD 2073-1 Revision E. A key focus is on wood packaging material (WPM), which must be constructed from debarked, heat-treated wood (56 degrees Celsius or 133 degrees Fahrenheit for 30 minutes) and certified by an ALSC-recognized agency to prevent invasive species. These WPM requirements align with UN restrictions and ISPM No. 15 for worldwide shipments. The document details specific packaging and marking instructions for item 5996016217893FD under PACRN AAA, requiring military packaging and marking standards. However, PACRNs AAB, AAC, AAD, and AAE state that no packaging data is required for their respective items. The file also includes contact information for the packaging specialist.
    This government file outlines the mandatory preservation, packaging, and marking requirements for offerors in federal government RFPs, grants, and state/local RFPs. It details adherence to various military and commercial standards, including MIL-STD 2073-1 for military packaging, ASTM D3951 for commercial packaging, and MIL-STD 129 for military marking. The document also specifies requirements for international phytosanitary measures (ISPM 15) for wood packaging, electrostatic material handling, and Item Type Storage Codes (ITSC). Specialized standards for palletized unit loads (MIL-STD-147) and shipping containers (MIL-STD-648) are included. Stringent regulations for hazardous materials, requiring compliance with ICAO, CFR Title 49, IATA, and IMDG, are emphasized, alongside the submission of Safety Data Sheets (SDS) per FED-STD-313. The file also covers procedures for reusable containers, reporting discrepancies via WebSDR, and accessing government documents through the ASSIST website. The overall purpose is to ensure uniform, compliant, and safe packaging and marking practices for all materials furnished to government activities.
    This Performance Work Specification (PWS) outlines the requirements for a contractor to repair Power Supply units (NSN 5996-01-621-7893, Part ETI0001-1229AA) for the Department of the Air Force. The contractor must disassemble, inspect, repair, reassemble, align, and test each item to return it to a serviceable, like-new condition, adhering to original manufacturing standards and the latest specifications. Key requirements include addressing subcomponent changes via Engineering Change Proposals (ECPs), performing acceptance testing, and handling foreign disclosure restrictions due to critical technology. The PWS also details procedures for quality deficiency reporting, handling damaged or misidentified items, and managing reusable containers. Crucially, the contractor must implement a robust Counterfeit Prevention Plan (CPP) in accordance with SAE 5553 and DFARS to avoid, detect, and mitigate counterfeit electronic parts. Reporting requirements cover status updates in CAV AF, item failures, and submission of the CPP and ECPs. The contractor is responsible for ensuring safety, maintaining item markings including IUID, and complying with all applicable regulations.
    The RDL Revision document, dated May 2, 2024, details repair data for an "AMPLIFIER ASSEMBLY" with NSN 5996016217893FD and CAGE CODE 0XBF7. It lists two primary repair data documents: a T.O. (Technical Order) and a Technical Manual, both referenced with specific document numbers and revision G. These documents are marked with furnishing codes indicating they are government documents that will be furnished with the contract award. The individual Terrance L. Hardy is associated with both entries. The document also provides a legend for furnished method codes, clarifying how various types of data are provided. This file is crucial for understanding the technical documentation required for the repair of the specified amplifier assembly in the context of government procurement or maintenance contracts.
    This government file outlines packaging and handling requirements, primarily focusing on materials and procedures for federal government RFPs, federal grants, and state/local RFPs. It highlights four key caution notices: previous asset packaging integrity, a complete NSN listing in SPIRES, material substitution for equal or better protection without increased cost, and Level A protection for severe worldwide shipment, handling, and storage conditions, with Level B for security assistance items unless otherwise directed. A critical aspect is compliance with International Standards for Phytosanitary Measures (ISPM No. 15) regarding wood packaging material (WPM) to prevent invasive species. All WPM must be constructed from debarked, heat-treated wood (56°C/133°F for 30 minutes) and certified/marked by an ALSC-recognized agency.
    The IUID Checklist details the Unique Identification marking requirements for an "AMPLIFIER ASSEMBLY" (NSN 5996016217893FD). This document specifies that IUID marking must comply with DFARS 252.211.7003 Section (c)(1)(i) and the latest version of MIL-STD-130, based on engineering drawing ET10001-1229AA. It also identifies the item as an embedded component for the same NSN, governed by Section (c)(1)(iii). The checklist was initiated by Wyatt B. Snare from 415 SCMS / GUEA, providing contact information and CAGE/reference numbers. This document is crucial for ensuring compliance with federal identification and tracking mandates for government-contracted items.
    This document outlines the stringent qualification requirements for sources seeking to repair the AMPLIFIER ASSEMBLY (P/N: ET10001-1229AA, NSN: 5996016217893FD) for the JTE (AN/TSQ-T10) application. Prospective offerors must notify relevant government offices, certify their repair, inspection, testing, packaging, and storage capabilities, and verify possession of a complete and current data package. They must also demonstrate compliance with repair processes, including Unique Identification (UID) requirements, and provide quality, performance, and environmental evaluation data at their own expense. A qualification test plan must be submitted for approval. The estimated cost for qualification is $0.00, with an estimated completion time of 60 days. Offerors must be fully qualified by the contract award date to be eligible, though approval does not guarantee a contract. The document also details six Source Qualification Waiver Criteria (QWC) for potential sources to apply for a waiver of all or part of the requirements, which may still necessitate a post-contract award first article exhibit.
    The Department of the Air Force Directorate of Contracting has issued Request for Quotation FA8250-26-Q-0036 for the repair of Amplifier Assembly NSN 5996-01-621-7893 FD. This is not a small business set-aside and is restricted to qualified sources, with a NAICS code of 811210 and a size standard of $34.00M. The solicitation requires a firm fixed price for one unit, with an estimated delivery of 150 days after receipt of the carcass. The RFP also includes not-separately-priced data for Commercial Asset Visibility Air Force (CAVAF), Repairable Item Inspection Reports (RIIR), Counterfeit Prevention Plans (CPP), and Engineering Change Proposals (ECP). Payment may be withheld if data requirements are not met. Various clauses regarding information security, small business representation, labor standards, environmental protection, and transportation are included. The solicitation emphasizes the use of Wide Area WorkFlow (WAWF) for electronic submission of payment requests and receiving reports. An ombudsman is available for concerns, and the deadline for quotations is December 9, 2025.
    The Department of the Air Force, Directorate of Contracting, issued Request for Quotation FA8250-26-Q-0036 for the repair of Amplifier Assembly NSN 5996-01-621-7893 FD. This is not a small business set-aside. Quotations are due by November 24, 2025. The requirement is restricted to qualified sources, with non-qualified vendors needing to meet specific qualification requirements. The solicitation includes various contract clauses and provisions covering topics such as Unique Item Identification (UID), prohibition on certain telecommunications equipment, safeguarding covered defense information, and prompt payment discounts. Key deliverables include Commercial Asset Visibility Air Force (CAVAF) data, Repairable Item Inspection Reports, Counterfeit Prevention Plans, and Engineering Change Proposals. Failure to comply with data requirements may result in payment withholding. The document also specifies various
    Lifecycle
    Similar Opportunities
    16--POWER AMPLIFIER ASS, 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 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.
    AMPLIFIER,VIDEO
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of 13 video amplifiers, identified by NIIN 015342175 and part number A3263642. The procurement requires contractors to meet specific repair turnaround times and throughput constraints, with a required turnaround time of 118 days after receipt of the asset. These amplifiers are critical components for various defense applications, and the selected contractor must ensure compliance with government quality standards and source approval processes. Interested parties should submit their quotes via email to Dana N. Knittel at dana.n.knittel.civ@us.navy.mil by the specified due date, and must provide all necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure to be considered for award.
    T-56 Electronic Amplifier
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting bids for the procurement of new manufactured electronic amplifiers, specifically Engine Temperature Controls (NSN: 5996-01-628-4657 OJ, Manufacturer Part Number: 63005 23089510). This unrestricted acquisition falls under NAICS code 336412 and requires compliance with various standards, including ISO 9001-2015 quality standards and the Buy American Act, with provisions for foreign military sales. Interested vendors must submit their offers by December 8, 2025, at 3:00 PM, and can direct inquiries to Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112 for further details.
    Repair of NSN: 6130-01-445-9549;P/N:822-1118-001;RMC/RMS: R3/R in support of the E-3 ARC-230 Program
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of National Stock Number (NSN) 6130-01-445-9549, a power supply component, in support of the E-3 ARC-230 Program. This procurement involves a requirements contract for repairs and engineering services, covering three ordering periods from October 2025 through September 2028, under the existing Collins Corporate Contract SPE4AX21D9400. The selected contractor will be responsible for providing all necessary facilities, labor, and materials for the repair services, with proposals due by 3:00 PM EST on December 19, 2025. Interested parties should direct inquiries to Contracting Officer James Daniel Faulkner at james.faulkner.8@us.af.mil.
    AMPLIFIER RADIO FRE
    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 the AMPLIFIER RADIO FRE. This procurement aims to ensure the operational readiness of critical electrical equipment, with a focus on compliance with military standards and specifications. The successful contractor will be responsible for a comprehensive repair effort, including teardown and evaluation of the equipment, and must adhere to strict quality assurance and inspection protocols. Interested vendors should contact Stephen A. Knox at 717-605-6805 or via email at stephen.a.knox.civ@us.navy.mil for further details, and are advised that the contract will be awarded bilaterally, requiring written acceptance prior to execution.
    FMS Repair - QTY 1 - NIIN 016681867
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting quotations for the repair of a "COUPLER, ROTARY, RADIO FREQUENCY" (NSN: 5985016681867, Part Number: 26710-3) under the Foreign Military Sales (FMS) Case Number FR-P-RAP. The procurement requires adherence to specific repair, packaging, marking, inspection, acceptance, and delivery standards, including compliance with MIL-STD-973 for configuration management and strict guidelines to prevent mercury contamination. This equipment is critical for maintaining operational capabilities in radio frequency applications, and contractors must ensure all inspection requirements are met while following detailed packaging instructions. Interested parties should contact Danielle Diciacco at (215) 697-5970 or via email at DANIELLE.DICIACCO.CIV@US.NAVY.MIL for further details regarding the solicitation.
    F-16 Radar Antenna Phase Shift Driver Unit NSN: 1270-01-561-6088 PN: 562R218H01
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources to repair the Phase Shifter Assembly (P/N: 562R218H01, NSN: 1270-01-561-6088WF) for the AN/APG-68 Radar Antenna. Interested offerors must demonstrate their capability to meet stringent qualification requirements, which include providing a complete data package, submitting a qualification test plan, and delivering a pre-contract award qualification article for evaluation. This repair unit is critical for maintaining the operational effectiveness of the radar systems used by the Air Force. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil or by phone at 7772211 to express their intent to qualify, with an estimated qualification cost of $4,000 and a completion timeframe of 90 days. Note that successful qualification does not guarantee a contract award.
    CIRCUIT CARD
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the repair of circuit cards, identified by NSN 5998-016858894 and part number 77A598660G3. The procurement aims to restore these items to a Ready for Issue (RFI) condition, ensuring compliance with specified repair procedures and quality standards. These circuit cards are critical components used in various military applications, underscoring their importance in maintaining operational readiness. Interested contractors should submit their quotes, including firm-fixed prices or estimated repair costs, to the primary contact, Taylor O'Connor, at 215-698-2198 or via email at taylor.m.oconnor2.civ@us.navy.mil.
    59--ANTENNA ASSEMBLY, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of antenna assemblies. The procurement involves the repair of three units of the Antenna Assembly, part number 131K876G02, with a required turnaround time of 180 days from receipt of the asset. These assemblies are critical for military communications and operations, necessitating adherence to strict quality and inspection standards as outlined in the Statement of Work. Interested contractors must submit their quotes via email to Sarah Crompton by the specified deadline, and must also comply with government source approval requirements prior to award. For further inquiries, contact Sarah Crompton at 215-697-5809 or via email at sarah.e.crompton.civ@us.navy.mil.
    F-16_Radar_Antenna_Phase_Shift_Driver_Unit_NSN1270015616088_PN562R218Ho1
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources to repair the Phase Shifter Assembly (P/N: 562R218H01, NSN: 1270-01-561-6088WF) for the AN/APG-68 Radar Antenna. Offerors must demonstrate their capability to meet stringent qualification requirements, including access to necessary facilities and equipment, adherence to ESA-approved data packages, and submission of a comprehensive qualification test plan and report. This repair component is critical for maintaining the operational effectiveness of the radar systems used in military applications. Interested parties should contact the SASPO office at 429SCMS.SASPO.Workflow@us.af.mil, with an estimated qualification cost of $4,000 and a completion timeframe of 90 days prior to contract award. Successful qualification does not guarantee a contract award.