Repair of Electric Frequency Synthesizer for MUTES Program, NSN 5895010976192
ID: FA825025Q0461Type: 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)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Electric Frequency Synthesizers under the MUTES Program, identified by National Stock Number (NSN) 5895010976192. The procurement involves the maintenance and restoration of critical electronic communication equipment, with specific requirements for solid-state circuitry operating within a frequency range of 2.10 to 2.335 GHz. This equipment is vital for military operations, ensuring reliable communication capabilities. Interested contractors must submit their proposals by April 14, 2025, and are encouraged to contact Nick Standiford at nicholas.standiford@us.af.mil or by phone at 801-777-8968 for further details regarding the solicitation process.

    Point(s) of Contact
    Files
    Title
    Posted
    The CAV AF Reporting Requirements document outlines the expectations for contractors regarding the management and reporting of government-owned assets within the Commercial Asset Visibility Air Force (CAV AF) system. It emphasizes that contractors must maintain accurate records of all physical assets and report any changes daily or within one business day of maintenance actions. Key responsibilities include submitting System Authorization Access Requests, completing required cyber awareness training, and ensuring proper handling of Government Furnished Property. Contractors must report discrepancies in shipments and handle "Not-on-Contract" items appropriately. The document specifies detailed transactional reporting requirements, including the usage of standardized forms for asset tracking and emphasizes the importance of adherence to protocols for accountability and inventory management. Additionally, it outlines procedures for addressing shipment discrepancies and the resolution of issues related to asset management. This guidance serves as an essential resource for contractors involved in federal contracts, ensuring compliance and effective asset management in alignment with government regulations.
    The document addresses the intricacies of federal and state/local RFPs and grants, guiding stakeholders on effective application and compliance practices. It outlines the submission process, eligibility criteria, funding limits, and reporting requirements essential for potential applicants. The emphasis is placed on aligning project proposals with federal objectives to enhance funding opportunities, encouraging collaboration between various governmental levels and community organizations. Also highlighted are the standards for evaluation, including innovation, feasibility, budget justification, and expected outcomes. Clear communication and adherence to deadlines are crucial in optimizing chances for successful proposals. The document ultimately serves as a resource for understanding government funding mechanisms and improving proposal quality in alignment with regulatory frameworks and strategic goals.
    The Government Property (GP) Inventory Report (DI-MGMT-80441D) serves as a critical tool for contractors engaging with the Department of Defense (DoD). Its primary function is to facilitate periodic reporting of both Government Furnished Property (GFP) and Contractor Acquired Property (CAP) that contractors, including subcontractors, possess under contract. Defined in this Data Item Description (DID), which supersedes DI-MGMT-80441C, the report outlines necessary formats and content requirements. Contractors must submit the inventory in an electronic format (.xls or .xlsx), detailing essential column headers such as contract number, asset identification numbers, item descriptions, acquisition costs, asset locations, and asset types (GFP vs. CAP). The report must also include details on the condition of government property and the date of the last physical inventory. This inventory reporting obligation ensures transparency and tracking of government assets, ultimately supporting effective management and stewardship within government contracting processes.
    The document outlines the Commercial Asset Visibility (CAV) Reporting requirements under the Data Item Description DI-MGMT-81838, approved on September 14, 2011. The CAV application serves as a web-based system for tracking government-owned reparable assets during the repair cycle at contractor facilities. Its primary objective is to facilitate inventory management by enabling real-time reporting of asset transactions, which update a centralized database accessible by commercial repair vendors to generate necessary reports. The document specifies format and content guidelines for contractor submissions, detailing numerous transaction categories such as asset reception, inductions, repairs, shipments, and maintenance activities. It emphasizes the requirement for comprehensive reporting, including documentation of discrepancies and inventory management tasks. While the source ensures that users reference the latest version, the structure clearly delineates the purpose, requirements, and transactional reporting necessary for effective asset visibility within government operations. Overall, the CAV Reporting system aims to enhance the management and visibility of government assets undergoing repairs, improving efficiency and accountability in the handling of valuable resources.
    The Counterfeit Prevention Plan outlined in Data Item Description DI-MISC-81832 serves as a framework to guide contractors in developing effective strategies against counterfeit parts in procurement activities. This document specifies requirements for creating a comprehensive Counterfeit Prevention Plan that includes procurement practices, monitoring procedures, training for inspectors, and processes to verify and report counterfeit items. Critical components of the plan involve sourcing from original equipment manufacturers (OEMs) or authorized distributors, training programs for inspection personnel, and stringent procedures for identifying and handling suspected counterfeit parts. The plan mandates that contractors conduct internal audits and supplier monitoring, ensuring compliance across all levels of subcontracting. A step-by-step notification procedure is established for reporting and managing counterfeit items upon discovery. This structured approach aims to enhance the integrity of the supply chain and mitigate risks associated with counterfeit components, thereby safeguarding the interests of the government and ensuring compliance with contractual obligations within federal and state procurement frameworks.
    The Repairable Item Inspection Report (DI-PSSS-80386A) outlines the requirements for documenting contractor inspections and repairs of malfunctioning units. This report is critical for the government to analyze unit malfunctions and determine if additional corrective measures are necessary. It is applicable to contractor repair contracts and supersedes a previous document. The report must adhere to a specific content format but allows contractors to use their own format for submissions. Required data elements include inspection analysis numbers, contract numbers, Cage Codes, National Stock Numbers (NSN), parts and serial numbers, repair actions taken, and the causes of malfunctions. The document ensures uniformity in reporting repair details, thereby facilitating effective evaluation and decision-making by the government. The Repairable Item Inspection Report is crucial for maintaining operational integrity and performance standards within government operations.
    The Contract Depot Maintenance (CDM) Monthly Production Report, identified by number DI-PSSS-81995A, is a federally mandated data item that provides the government with essential monthly maintenance production figures. It assesses asset status, accountability at contractor facilities, adherence to production schedules, and outlines any unresolved issues as of the month-end. This report is applicable across various depot-level maintenance contracts and aims to standardize reporting procedures. The document specifies a structured format, requiring detailed input from both Production Management Specialists and contractors, including information such as contractor identity, contract specifics, quantities of reparables received and inducted, and quantities produced and shipped. The report must be submitted within ten business days following the end of each month. Additionally, if there are notable discrepancies between production forecasting and actual shipments, or if there are anticipated production challenges, a Production Summary should be included to address these concerns. The overarching purpose of the CDM Monthly Production Report is to ensure effective communication and operational oversight in maintenance activities, thereby supporting accountability and enhancing operational efficiency within federal contracts related to defense maintenance.
    The document is a Data Item Description (DID) for an Engineering Change Proposal (ECP) designated as DI-SESS-80639E, approved on February 11, 2020. It outlines the documentation format and content required for proposing engineering changes, ensuring that they comply with EIA-649-1 standards. The ECP serves to detail the nature of the change and the implementation plan, utilizing DD Form 1692 or other specified formats. It highlights the need for contractual requirements of Notices of Revision (NOR) and Specification Change Notices (SCN). Notably, this DID supersedes a previous version and does not apply to certain regulatory frameworks. The document's public release status indicates its broader applicability, particularly relevant for parties involved in government contracts that necessitate engineering changes. Overall, it provides essential guidelines for structuring ECPs to facilitate the management of changes in engineering projects, enhancing compliance and operational efficiency within government-related contracts and grants.
    The document represents a Request for Quotation (RFQ) issued by the Department of the Air Force, specifically the Directorate of Contracting. The RFQ outlines a requirement for a repair and maintenance service related to specific electronic communication equipment, particularly a synthesizer with defined specifications. Key details include that the contractor's prices must remain valid for 120 days, and all proposals from non-qualified vendors must meet specific qualification requirements as stipulated. The submission deadline for quotations is April 14, 2025. The document includes conditions related to delivery, inspections, quality assurance, and required administrative procedures for contract management and contractor performance tracking. Additionally, it emphasizes compliance with various government regulations and emphasizes the necessity of unique item identifications for costs above $5,000 during delivery. Several clauses concerning contract modifications, government property, and payment processes, including electronic submission requirements, are listed to ensure adherence to federal standards. Overall, the RFQ facilitates the procurement process by clarifying expectations for suppliers and ensuring regulatory compliance throughout the project lifecycle.
    The document outlines specifications for an electric synthesizer with the National Stock Number (NSN) 5895010976192FD. The item is categorized under criticality code X and carries a demilitarization code D, indicating its importance and control status. The dimensions of the synthesizer are 10.5 inches in length and width, 12.5 inches in height, and it weighs 8 pounds. It features solid-state circuitry and operates within a frequency range of 2.10 to 2.335 GHz. The statement indicates a zero helium content and mentions that it does not contain precious metals. The item is associated with the 415 SCMS / GUMAA organization, specifically initiated by Jason L. Francom. The document serves as a technical specification for potential suppliers in response to a federal request for proposals (RFP), ensuring the fulfillment of specific government procurement requirements and standards for this equipment.
    The document outlines the requirements for the Item Unique Identification (IUID) marking for a specific electronic synthesizer, referencing DFARS 252.211.7003 guidelines. It includes essential details such as the National Stock Number (NSN), item description, and organizational contacts involved in the marking process. The document specifies that marking must comply with the latest version of MIL-STD-130 and provides the relevant engineering drawing and change order numbers. Furthermore, it indicates that the item in question is embedded within a larger system related to its NSN. The formatting includes sections dedicated to IUID details and embedded items, with a focus on accuracy and compliance with marking standards. Overall, the document serves as a necessary checklist to ensure proper identification and tracking of defense materials, thereby fulfilling federal requirements essential for procurement and inventory control in the government sector.
    This document outlines the packaging requirements and standards for military shipments under PURCHASE INSTRUMENT NUMBER: FD20202500461-00. It specifically addresses compliance with the United Nations regulations concerning wood packaging material (WPM) to prevent the spread of invasive species, such as the pinewood nematode. All wooden packaging, including pallets and containers, must use debarked wood that is heat-treated to specified temperatures for pest control. Certification from an accredited agency is mandatory, in accordance with ISPM No.15. The document details additional packaging standards outlined in MIL-STD-2073-1 and MIL-STD-129, emphasizing that shipping and storage markings must be adhered to, which may include unique identifiers like serial numbers. It includes various items requiring different packaging levels, some with specific preservation and packaging methods, while others state that no packaging data is required. The contact for packaging inquiries is Bradley J Talbot from 406 SCMS, with specified contact details. Overall, this document serves as a guideline for ensuring that military shipments comply with both U.S. military and international packaging standards to facilitate safe and effective logistics operations.
    The document outlines the Statement of Work for preservation, packaging, and marking requirements applicable to contractors engaging with the Department of Defense (DoD). It mandates adherence to a variety of standards, including MIL-STD 2073-1 for military packaging and MIL-STD 129 for marking material during shipment. Contractors must comply with stringent requirements for hazardous materials, including specific labeling and certification processes guided by federal regulations. The document also details the use of International Standards for Phytosanitary Measures (ISPM 15) for wood packaging and provides instructions for utilizing reusable containers and handling discrepancies via the Web Supply Discrepancy Report system. Overall, it emphasizes documentation, compliance with military specifications, and safety standards in packaging and shipping for the DoD. This Statement of Work is crucial in ensuring that all materials are appropriately packed and labeled, reflecting the government's commitment to maintaining security and efficiency in material transport and handling.
    The Department of the Air Force has issued a Performance Work Specification (PWS) for the inspection and restoration of Frequency Synthesizers, specifically NSN 5895-01-097-6192. Contractors are tasked with either conducting test, teardown, and evaluation (TT&E) or performing TT&E along with necessary repairs. The output must meet original specifications, ensuring that each item is returned in a serviceable like-new condition. The contractor must identify any needed subcomponent redesign or changes post-evaluation and secure government approval via Engineering Change Orders (ECO). Strict testing and quality requirements are included, with stipulations for addressing any quality deficiencies within one year after repair. Security and packaging protocols are outlined to ensure safe transport, alongside requirements for compliance with counterfeit prevention measures in electronic parts. The PWS emphasizes timely completion and reporting through the Air Force’s visibility systems, with clear mandates regarding responsibilities for mishaps and environmental compliance. This detailed contract framework illustrates the Air Force's commitment to maintaining operational readiness through rigorous inspection and repair standards while adhering to federal regulations.
    The document pertains to a Repair Data List for the Electric Synthesizer, identified by the National Stock Number (NSN) 5895010976192FD and part number ASN-115XAL-72, with a revision date of October 1, 2024. It includes details about various documents related to the synthesizer, designating different types of supporting materials such as government documents (CAGE code 60583) and technical orders. The list outlines specific line items associated with the synthesizer, providing reference numbers, revision status, and the availability of data governed by different rights codes. It employs a method code legend indicating the nature of document availability, from classified information to stable base drawings, and highlights essential remarks concerning contractor responsibilities for document acquisition. This information is crucial for ensuring compliance with federal specifications and facilitates the maintenance, repair, or procurement process within government contracts. The structure embodies organized documentation for effective communication in government procurement practices, ensuring both rights management and documentation clarity for military and federal contractual obligations.
    This document outlines the qualification requirements for becoming a certified repair source for the Frequency Synthesizer (NSN: 5895-01-097-6192FD, P/N: ASN115XAL72 and others), specifically for the AN/MST-T1A application. To qualify, offerors must notify the appropriate government office, certify their repair and inspection capabilities, and verify possession of a complete data package with relevant documentation. They are also required to develop a qualification test plan to demonstrate compliance with performance and quality standards, with estimated costs of $13,000 and a completion timeline of 60 days. Although qualification is mandatory for contract awards, it does not guarantee a contract. Additionally, the document includes criteria for waiver requests, allowing experienced sources to bypass certain requirements based on previous qualifications or demonstrated capabilities. The goal is to streamline the vetting process while maintaining standards and performance assurance for government contracts. Overall, it emphasizes the necessity for rigorous evaluation, testing, and documentation in the procurement process for government military equipment maintenance and repair.
    The document outlines transportation data related to soliciting bids for a federal purchase, specifically focusing on transportation provisions and requirements for items shipped to Hill Air Force Base, Utah. Initiated on January 24, 2025, it emphasizes the use of the Defense Contract Management Agency (DCMA) for shipping instructions, stressing the importance of contacting DCMA prior to any shipments. The document specifies the need for a Shipment Instruction Request (SIR) eTool account and provides contact details for further assistance. Transportation account codes, shipment addresses, and related purchase instrument line item numbers are detailed for multiple items, ensuring proper logistics and regulatory compliance. The document serves to guide vendors in adhering to federal procurement rules in transportation logistics, particularly for freight classification and shipment marking, while reinforcing the necessity of following DCMA protocols to mitigate potential issues during transit. It reflects the structured approach of the government in managing and directing transportation-related contracts.
    Lifecycle
    Similar Opportunities
    SYNCHRONIZER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of a SYNCHRONIZER unit. The procurement aims to establish a firm-fixed-price contract for the repair services, with a required Repair Turnaround Time (RTAT) of 126 days, emphasizing the importance of timely and efficient repair processes for critical communication equipment. This opportunity is vital for maintaining operational readiness and ensuring the functionality of essential military communication systems. Interested contractors should submit their quotes, including pricing and capacity constraints, to Hilary Garrett at HILARY.GARRETT@NAVY.MIL or by phone at 717-605-2375, with the solicitation details available for review.
    Repair of Electronic Amplifier
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of electronic amplifiers, identified by NSN 5996-01-384-9562 and Part Number URA0240L-400. The procurement aims to secure firm-fixed-price contracts for repair services, including no-fault-found and beyond-economic-repair options, essential for maintaining the functionality of the ARC-210 SATCOM system. This opportunity is critical for ensuring the operational readiness of military communications equipment, with the performance period for the basic contract set from August 16, 2026, to August 15, 2027. Interested contractors should submit their proposals by January 31, 2026, and can direct inquiries to primary contact Sheeja Santhosh at sheeja.santhosh@us.af.mil or secondary contact Kristen Carter at kristen.carter@us.af.mil.
    F-16 Multiplier Assembly
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting quotations for a Multiplier Assembly (NSN: 1270-01-343-8506) intended for Foreign Military Sales (FMS) customers. This procurement requires qualified sources, specifically Northrop Grumman and Spectrum Microwave, and includes stipulations for quantity range pricing, a First Article Test Report (FATR), and a First Article (FA) requirement with a delivery timeline of 180 days. The contract emphasizes compliance with military packaging standards and various defense regulations, including the Buy American Act and ITAR. Interested parties should direct inquiries to April Blakeley at april.blakeley@us.af.mil, with the solicitation due by December 22, 2025.
    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
    Dept Of Defense
    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.
    66--WAVE FORM SYNTHESIZ
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the manufacture of a Wave Form Synthesizer. This procurement requires adherence to specific contract quality requirements and standards, including ISO9001, and involves the delivery of items identified by designated Cage Codes. The Wave Form Synthesizer is critical for various defense applications, ensuring the reliability and performance of electronic systems. Interested vendors must submit their proposals via NECO or email to the primary contact, Logan Mann, at LOGAN.W.MANN.CIV@US.NAVY.MIL, with further details outlined in the solicitation documents. The contract type is firm-fixed-price, and the timeline for delivery is specified within the solicitation.
    F-16 Multimeter
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the procurement of an F-16 Multimeter, specifically NSN 6625-01-546-2044. This opportunity is a total small business set-aside under NAICS code 334515, and it requires compliance with various standards, including ISO 9001:2015 and Item Unique Identification (IUID) marking per MIL-STD-130, alongside a counterfeit prevention plan. Proposals are due by January 21, 2026, with a required delivery date for the multimeter set for March 24, 2027. Interested parties can reach out to April Blakeley at april.blakeley@us.af.mil for further information.
    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--SYNCHRO,TRANSMITTER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 73 units of the SYNCHRO, TRANSMITTER (NSN 5990000189723). This solicitation is part of a Combined Synopsis/Solicitation and is categorized under the Motor and Generator Manufacturing industry, specifically focusing on electrical and electronic equipment components. The goods are essential for various military applications, ensuring reliable performance in critical systems. Interested vendors must submit their quotes electronically, as hard copies will not be available, and all inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil. The deadline for delivery is set for 30 days after the award of the contract.
    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.
    66--GENERATOR,PULSE, 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 a pulse generator, identified by NSN 7R-6625-014941049-BY, with a quantity of 21 units required. This procurement is critical as the item is flight critical, necessitating government source approval prior to contract award, and only previously approved sources will be considered for this solicitation. Interested parties must submit detailed technical data and experience documentation as outlined in the NAVSUP WSS Source Approval Information Brochures, with offers due to the primary contact, Dana N. Knittel, by the specified deadline to ensure consideration for award. For further inquiries, Dana can be reached at (215) 697-5047 or via email at DANA.N.KNITTEL.CIV@US.NAVY.MIL.