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
    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.
    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.
    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.
    AMPLIFIER,ELECTROHY
    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 AMPLIFIER, ELECTROHY, under a fixed-price contract. The procurement requires contractors to meet specific operational and functional requirements, ensuring compliance with quality standards and government inspection protocols. This equipment is critical for naval operations, necessitating adherence to stringent guidelines, including the prohibition of mercury contamination. Interested contractors should submit their quotes, including pricing and repair turnaround time, to Tyreese C. Smith at TYREESE.C.SMITH.CIV@US.NAVY.MIL or by phone at 717-605-5937, with the contract award anticipated to follow the acceptance of bids.
    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--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.
    AMPLIFIER,VIDEO
    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 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.
    CIRCUIT CARD ASSEMB /NSN: 5998015381959IM / PN: 012095-0001
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotations for nine (9) Circuit Card Assembly units (NSN: 5998-01-538-1959 IM, PN: 012095-0001) through an oral solicitation (FA8117-26-Q-0004). These units, which are critical components for the AN/GRN-30(V)1 system, must be newly manufactured from specified materials, including aluminum and copper, and adhere to military packaging and marking standards. Interested vendors are required to submit their quotes by January 11, 2026, with a delivery deadline set for April 1, 2026, to designated foreign military sales locations. For further inquiries, potential bidders can contact Emma Taylor at emma.taylor.7@us.af.mil or Nathan R. Sholund at nathan.sholund@us.af.mil.
    F16_ANAPG_68_RadarDualModeTransmitterNSN5998013035872PN762R831G01
    Dept Of Defense
    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.
    AN/ALQ-172 Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the repair of redesigned AN/ALQ-172 Line Replaceable Units (LRUs) as part of a Request for Information (RFI). The procurement focuses on several specific NSNs, including 5865-01-718-3672EW (LRU-4), TBD (LRU-8 P/N 2624708G007), 5865-01-668-8772EW (LRU-10), and 5865-01-669-5621EW (LRU-12), due to a lack of complete repair data and serviceable assets, with no funding available for reverse engineering. This initiative is currently a sole-source effort with L3Harris, but the RFI encourages responses from both large and small businesses, including joint ventures, to showcase their repair capabilities and quality assurance processes. Interested parties must submit their responses by January 5, 2026, to Kenneth Dickman at kenneth.dickman@us.af.mil, with participation being voluntary and no reimbursement provided for submissions.