Repair of Electronic Amplifier
ID: FA8117-26-R-0004Type: Solicitation
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 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.

    Point(s) of Contact
    SHEEJA SANTHOSH
    (405) 736-2415
    sheeja.santhosh@us.af.mil
    sheeja.santhosh@us.af.mil
    Kristen Carter
    (405) 739-9444
    kristen.carter@us.af.mil
    kristen.carter@us.af.mil
    Files
    Title
    Posted
    The document outlines a Contract Data Requirements List (CDRL) for contract FD20302600255, specifying five key data items. These include an annual Government Property (GP) Inventory Report, daily Commercial Asset Visibility (CAV) Reporting, a Counterfeit Prevention Plan (CPP) due 90 days post-award, an Acquisition and Sustainment Data Package (ASDP) Teardown Deficiency Report to be negotiated, and a monthly Contract Depot Maintenance (CDM) Production Report. All reports must be submitted in English. The document details submission frequencies, as-of dates, distribution statements (primarily Distribution D, restricting access to DoD and US DoD contractors), export control warnings, and destruction notices for both classified and unclassified technical data. Specific submission methods are outlined, such as email for inventory and production reports and the Wide Area Workflow (WAWF) system for the CPP, with some reporting via the CAV AF website or CICA XML for asset visibility. These requirements ensure comprehensive oversight and compliance throughout the contract’s basic and option years.
    The document outlines four Data Item Descriptions (DIDs) crucial for government contracts: DI-MGMT-80441D for Government Property (GP) Inventory Reports, DI-MGMT-81838 for Commercial Asset Visibility (CAV) Reporting, DI-MISC-81832 for Counterfeit Prevention Plans, and DI-PSSS-81995A for Contract Depot Maintenance (CDM) Monthly Production Reports. DI-MGMT-80441D requires contractors to submit electronic inventory listings of government property, including both Government-Furnished Property (GFP) and Contractor-Acquired Property (CAP). DI-MGMT-81838 mandates web-based tracking of government-owned reparable assets during repair, covering various transactions and reports. DI-MISC-81832 details the requirements for a Counterfeit Prevention Plan, focusing on procurement practices, monitoring, and notification procedures for suspect counterfeit parts. Lastly, DI-PSSS-81995A specifies the format and content for monthly reports on maintenance production figures, asset status, and anticipated production for depot-level maintenance contracts.
    The Department of the Air Force issued Solicitation Number FA8117-26-R-0004 for the repair and maintenance of electronic amplifiers (NSN: 5996-01-384-9562 FG) used in the ARC-210 SATCOM system. The solicitation, issued on November 6, 2025, with an offer due date of January 31, 2026, requires firm-fixed-price bids for repair, no-fault-found services, and beyond-economic-repair services for these amplifiers. The contract also includes data reporting requirements, such as Government Property Inventory, Commercial Asset Visibility, and a Counterfeit Prevention Plan. This acquisition is unrestricted and includes various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses covering topics like small business utilization, payment instructions through Wide Area WorkFlow (WAWF), item unique identification (IUID), and prohibitions on certain foreign-made components and services. The performance period for the basic year is from August 16, 2026, to August 15, 2027, with specific delivery schedules for the repaired items.
    The GFP Attachment provides details on a contract award for 10 B-52 Electronic Amplifiers, identified by NSN 599601384956 and Part Number URA0240 L-400. The attachment, dated 2025-10-06, lists a unit acquisition cost of $62,477.00 for these items, which are designated for 'Use As-Is' and are not serially managed or upgradable. This document outlines the specifics of a provisioned item within a federal government contract award, detailing the type, quantity, and cost of the electronic amplifiers.
    This government file outlines detailed packaging requirements for federal procurements, emphasizing compliance with MIL-STD-129 for military marking and MIL-STD-2073-1 for military packaging. A key focus is on international regulations for wood packaging material (WPM), requiring all WPM to be constructed from debarked, heat-treated wood (56 degrees Celsius or 133 degrees Fahrenheit for 30 minutes) and certified by an ALSC-recognized agency, in accordance with ISPM No. 15 to prevent invasive species. The document specifies packaging instructions for different items, including scenarios with no packaging data required and MIL Long Line Packaging with specific coded data for preservation, materials, and unit pack dimensions. Additional requirements include markings for shipping containers, such as unit serial numbers, OEM names, or OEM model numbers, as detailed on AFMC Form 158. The document concludes with contact information for the packaging specialist.
    The Performance Work Statement (PWS) FD2030-26-00255 outlines requirements for the repair of B-52 Electronic Amplifiers for the Department of the Air Force. Key aspects include establishing a quality system compliant with ISO 9001:2015, addressing obsolescence and condemnation candidates, and providing necessary support equipment. The PWS details counterfeit prevention, lead-free electronics policies, and specific repair procedures. It also covers reporting requirements, delivery schedules, and performance objectives, including quality, delivery, and data reporting thresholds. No Government Furnished Material or Equipment will be provided, but the use of Government Furnished Property is anticipated. The document emphasizes compliance with federal, state, and local safety regulations, and outlines procedures for production surge and mission-essential services during crises.
    This government file, FD20302600255-00, details transportation data and instructions for a procurement initiated on October 23, 2025. It specifies 'ORIGIN' as the recommended F.O.B. term and outlines crucial transportation provisions, including contact requirements for DCMA Transportation prior to shipment for all 'DCMA Administered' contracts. Vendors must use the DCMA Shipment Instruction Request (SIR) eTool System to obtain necessary DOD regulatory clearances and shipping instructions, particularly for FOB Origin, Foreign Military Sales (FMS), and FOB Destination OCONUS/Export movements. Failure to contact DCMA may result in additional vendor expenditures. The document lists multiple line items (0001-0004) for National Stock Numbers (NSN) 5996013849562FG and 5996DTH260001, all designated to ship to DLA Distribution Depot Oklahoma at Tinker AFB. Transportation funding information, including specific LOA and account codes, is also provided. Mickie J. Etters of 406 SCMS / GULAA is listed as the contact for this instrument.
    This document is a wage determination for Service Contract Act covered contracts in Lancaster County, Pennsylvania, effective December 3, 2025. It lists minimum wage rates for numerous occupations across various categories, including administrative support, automotive service, healthcare, and information technology. The document also outlines required fringe benefits, such as health and welfare, vacation, and eleven paid holidays annually. Special provisions are detailed for computer employees, air traffic controllers, and weather observers, as well as hazardous pay differentials and uniform allowances. Additionally, it describes the conformance process for classifying unlisted service employees, ensuring appropriate wage rates and benefits are established in accordance with Department of Labor regulations.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    AMPLIFIER RADIO FRE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of the AMPLIFIER RADIO FRE. This procurement involves the repair and quality assurance of amplifiers, which are critical components used in various defense applications. The contract will require the selected contractor to adhere to strict operational and functional standards, including compliance with military specifications and quality assurance protocols. Interested vendors must submit their proposals by the amended deadline of February 13, 2026, and can direct inquiries to Stephen A. Knox at 717-605-6805 or via email at stephen.a.knox.civ@us.navy.mil.
    NSN5996-01-582-7251OK_AmplifierElectric_J85_PNAY33112489-1CDF_FD2030-26-00746
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is conducting market research to identify potential sources for the manufacture of an electronic amplifier (NSN: 5996-01-582-7251OK, P/N: AY33112489-1CDF) at DLA Aviation in Oklahoma City, OK. This Sources Sought Synopsis aims to determine whether the requirement can be fulfilled competitively or set aside for small businesses, with interested sources expected to provide all necessary labor, materials, and equipment for manufacturing, inspection, testing, and shipping. The amplifier is intended for new spares procurement, with no repair requirements involved, highlighting its significance in supporting defense operations. Interested parties must submit a Source Approval Request (SAR) package and relevant business information by January 12, 2026, and can reach out to the primary contact, 421SCMSRequirements, at 421SCMS.Requirements@us.af.mil or Jennifer Mayes at jennifer.mayes@us.af.mil for further inquiries.
    Repair services for the GPS program; Antenna Control; NSN 5985-01-551-5043 GO
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for repair services related to Antenna Control Units (NSN 5985-01-551-5043 GO) under Request for Quotation FA8250-26-Q-0216. The procurement includes Test, Teardown, and Evaluation (TT&E) services for three units, along with repair services, and requires compliance with various data and reporting requirements as outlined in the solicitation. These Antenna Control Units are critical components for the AN/FRC-178 ground antennae, necessitating meticulous repair and restoration to ensure operational readiness. Interested contractors must submit their quotations by January 12, 2026, and can direct inquiries to Elijah Leo Carino at elijahleo.carino@us.af.mil or Valerie Humphries at valerie.humphries@us.af.mil for further information.
    AMPLIFIER,DIRECT CU
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the repair of the Direct Current Amplifier (AMPLIFIER, DIRECT CU). The procurement requires contractors to provide a Repair Turnaround Time (RTAT) of 300 days, with all repair work adhering to specified quality standards and operational requirements. This amplifier is critical for various defense applications, and the government emphasizes the importance of timely and compliant repairs to maintain operational readiness. Interested contractors should submit their quotes, including unit price and RTAT, to Logan W. Mann at LOGAN.W.MANN.CIV@US.NAVY.MIL or by phone at 717-605-1381, with the solicitation details available for review.
    NIIN: 01-560-2895/ NOMEN: RECEIVER-TRANSMITTE
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Weapon Systems Support (NAVSUP WSS), is soliciting quotes for the repair of two RECEIVER-TRANSMITTER units (NSN: 7R 5841 015602895, Part Number: 264A020-1) under a sole-source requirement for Foreign Military Sales (FMS) Case: SR-P-MAL. Contractors are required to provide either a firm-fixed price or time and materials pricing, along with estimated repair costs, while adhering to strict compliance with packaging, marking, inspection, and quality assurance standards, including MIL-STD-2073-1 and ISO 9001. The successful contractor will be responsible for ensuring timely delivery of the repaired units within 365 calendar days from the award date, with the performance period spanning from December 16, 2025, to March 16, 2026. Interested parties should direct inquiries to Kate N. Schalck at KATE.N.SCHALCK.CIV@US.NAVY.MIL for further details.
    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 radio frequency amplifiers, specifically NSN 5996014646320. The requirement includes two units to be delivered to the DLA Distribution Depot in Oklahoma within 331 days after order placement. These amplifiers are critical components in various military communication systems, ensuring reliable signal transmission. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    59--AMPLIFIER,AUDIO FRE
    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 audio frequency amplifiers. The contract requires compliance with specific quality assurance standards, including ISO 9001, and mandates that the amplifiers meet detailed design and inspection requirements as outlined in the solicitation. These amplifiers are critical components for various defense applications, ensuring reliable audio performance in military systems. Proposals are due by January 20, 2026, with a revised quantity requirement of four units, and interested parties should direct inquiries to Darian Holley at 717-605-1339 or via email at DARIAN.M.HOLLEY.CIV@US.NAVY.MIL.
    RECEIVER-TRANSMITTE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of the RECEIVER-TRANSMITTE, a critical component in radio navigation equipment. The procurement aims to ensure timely repair services with a required Repair Turnaround Time (RTAT) of 80 days, emphasizing the importance of maintaining operational readiness for airborne radio navigation systems. Interested contractors must provide detailed quotes including unit prices and RTAT, with the solicitation closing on January 16, 2026. For further inquiries, potential bidders can contact William G. Biggs at 717-605-4061 or via email at WILLIAM.G.BIGGS4.CIV@US.NAVY.MIL.
    59--AMPLIFIER SUBASSEMB
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 27 units of the Amplifier Subassembly, identified by NSN 5996009423110. This procurement may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum of four units. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting their critical role in supporting military operations. Interested vendors must submit their quotes electronically, and for inquiries, they can contact the buyer via email at DibbsBSM@dla.mil.
    NRP,POWER AMPLIFIER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair of the NRP, POWER AMPLIFIER through NAVSUP Weapon Systems Support Mechanic. The procurement requires contractors to provide a Repair Turnaround Time (RTAT) of 78 days, with specific guidelines for quoting unit prices and total costs, as well as compliance with quality assurance standards. This amplifier is critical for various defense applications, and the contract will be awarded bilaterally, necessitating the contractor's signed acceptance prior to execution. Interested parties should contact Owen M. McNamara at 215-697-3473 or via email at OWEN.M.MCNAMARA2.CIV@US.NAVY.MIL for further details and to submit their proposals.