AN- ALR-56M Repair of Digitally Tuned Oscillator (DTO); NSN: 5995-01-466- 6451EW
ID: FD20602500016Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8522 AFSC PZABBROBINS AFB, GA, 31098-1670, USA

NAICS

Other Electronic Component Manufacturing (334419)

PSC

CABLE, CORD, AND WIRE ASSEMBLIES: COMMUNICATION EQUIPMENT (5995)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, intends to issue a five-year Firm Fixed Price

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines packaging requirements for military shipments, emphasizing compliance with United Nations restrictions on wood packaging material (WPM) to prevent the spread of invasive species, particularly the pinewood nematode. It specifies that all wooden packaging must consist of debarked wood and must be heat-treated to a minimum temperature for a designated time, certified by an accredited agency. The packaging process is based on MIL-STD-2073-1, which establishes criteria for military packaging and marking. Shipping containers must adhere to MIL-STD-129 standards, which detail necessary markings and potential additional requirements. The document emphasizes the importance of reclaiming serviceable shipping containers while ensuring unserviceable ones are replaced according to specified standards. This guidance is vital for contractors involved in military logistics, ensuring compliance with military standards and international trade regulations regarding wood packaging materials.
    The document outlines transportation data pertinent to federal procurement under purchase instrument number FD20602500016-00, initiated on October 22, 2024. It specifies requirements for shipping, including F.O.B. (Free on Board) terms, emphasizing contacting the DCMA Transportation office before any freight movement to ensure compliance with DOD regulations. The document provides transportation funds information, detailing account codes for first and second destination movements. It lists item details, including NSNs and delivery locations to Robins Air Force Base, Georgia. The evaluation of proposals and a contact point for vendor inquiries are also included, establishing a clear protocol for managing transportation in government contracts. Overall, this file serves to coordinate logistical aspects for federal solicitations, ensuring vendors adhere to established guidelines and regulations in transportation management.
    The government file outlines guidelines for submitting proposals in response to federal RFPs, grants, and state/local solicitations. It emphasizes the importance of aligning proposals with the funding agency's objectives and compliance with applicable regulations. Key points include the necessity to provide a clear and detailed project timeline, budget estimates, and qualifications of the project team. The document encourages potential applicants to engage with pre-proposal conferences and submit any inquiries regarding the RFP to clarify requirements. It stresses the competitive nature of the process and the need for innovative solutions that demonstrate measurable impacts. Adherence to deadlines and proper documentation submission is critical for consideration. Ultimately, the guidelines serve to enhance transparency and ensure that funded projects effectively meet community needs, thereby fostering accountability in government expenditure.
    The Air Force Sustainment Center (AFSC) intends to issue a five-year Firm Fixed Price Requirements Type Contract for the repair of the Digitally Tuned Oscillator (DTO) associated with the ALR-56M Weapon System, used in F-16 and C-130J aircraft. The contract includes one basic year plus four one-year options, covering a total repair quantity of 400 units and 100 for Tear Down, Test & Evaluation (TT&E). The government does not possess the necessary technical drawings for DTO repairs and plans to conduct the acquisition with Other Than Full and Open Competition, as General Microwave Corporation is identified as the only responsible source with proprietary technical data required for this effort. The Request for Proposal (RFP) is expected to be released on or around January 24, 2025, with responses due by February 24, 2025. Questions regarding the acquisition can be directed to designated contracting specialists, and an Ombudsman is available for unresolved significant concerns during the proposal process, ensuring confidentiality. This initiative underscores the Air Force’s commitment to maintaining and sustaining critical electronic warfare capabilities.
    The U.S. Government is conducting a Request for Information (RFI) to explore potential vendors capable of providing qualification and repair services for the F-15E Ammunition Container, identified by NSN 1005-01-298-2522 and P/N 10029110. The current original equipment manufacturer (OEM) is General Dynamics-Ordnance and Tactical Systems (GD-OTS), which holds proprietary data rights. This RFI aims to gather capabilities for a five-year contract, potentially involving the repair of 1-20 units annually. Interested parties must provide comprehensive details about their manufacturing capabilities, experience, and resources relevant to the project. The RFI includes sections that address vendor qualifications, including company demographics, previous contract experiences, facility capabilities, and procedures for managing technical and inventory issues. Importantly, responses to this RFI are voluntary and exploratory, and do not constitute a commitment by the government to award any contracts. Interested vendors must submit their information by November 25, 3:00 PM EST, via specified email addresses.
    Lifecycle
    Title
    Type
    Similar Opportunities
    C-5 Visor Door Actuator Overhaul
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul of the C-5 Visor Door Actuator under solicitation number FA8538-25-R-0003. This Request for Proposal (RFP) seeks qualified vendors to provide depot-level overhaul services for a critical component of the C-5 Galaxy cargo aircraft, with the contract structured as a Firm-Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) type, anticipated to span five years with two ordering periods and three option years. The selected contractor will play a vital role in maintaining operational readiness for the C-5 aircraft, which is expected to remain in service until its retirement in 2040. Interested parties must submit their proposals by 5:00 PM EST on March 22, 2025, and can direct inquiries to Caiveon Thomas at caiveon.thomas@us.af.mil or Deborah Manly at deborah.manly@us.af.mil.
    2840, Remanufacture F100-220 Combustion Chamber
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of the F100-220 combustion chamber under solicitation FA8121-25-R-0002. This procurement aims to restore critical military aviation components to a serviceable condition, ensuring operational readiness and compliance with stringent quality assurance standards, including ISO 9001-2015. The contract will span five years with five one-year ordering periods, allowing for a maximum of 1,025 units to be procured, and requires adherence to specific shipping and documentation protocols. Interested contractors must submit their proposals by February 20, 2025, at 3:00 PM Central Time, and can direct inquiries to Ronald A(Tony) Redus at ronald.redus@us.af.mil or Jacob Stephens at jacob.stephens.5@us.af.mil.
    Matlab 2025
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of MATLAB software maintenance services for the 704th Test Group, covering the 746th and 846th Test Squadrons. The contract aims to secure maintenance for two master licenses, which includes the renewal of 37 individual licenses and the provision of six new licenses with associated toolboxes, essential for the squadrons' computational and simulation tasks critical to their testing missions. This opportunity is set aside for small businesses, with a total award amount of $47 million, and requires submissions by 10:00 a.m. (MST) on December 13, 2024. Interested vendors should contact Nathan Jaye at nathan.jaye@us.af.mil or Brett Moore at brett.moore.6@us.af.mil for further details.
    Notice of Intent to Award to Carahsoft - Red Hat Software
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source purchase order to Carahsoft Technology Corp for the renewal of Red Hat software under the Enterprise Software Initiative (ESI) for the Air Force Research Laboratory (AFRL) located at Kirtland Air Force Base in New Mexico. This software is deemed essential for meeting the operational requirements of the AFRL, reflecting its critical role in supporting military operations. The procurement falls under the NAICS Code 541519, with a small business size standard of 150 employees, and will remain open for inquiries for 15 days, with interested parties encouraged to contact Angela Tolson at angela.tolson@spaceforce.mil or Paige Thompson at paige.thompson@spaceforce.mil for further information.
    C-5 Trunnion Bearing, Overhaul
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul of the C-5 Trunnion Bearing under contract number FA8538-25-R-0004. This Request for Proposal (RFP) seeks to establish a Firm-Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) contract for depot-level overhaul services, which are critical for the maintenance of the C-5 Galaxy cargo aircraft. The Trunnion Bearing is a safety-critical component that plays a vital role in the operation of the aircraft's main landing gear, with services required to meet quarterly demands and support operations until 2040. Interested vendors must be registered in the Joint Certification Program and submit proposals by 5:00 PM EST on March 10, 2025, with inquiries directed to Phillip Russell at phillip.russell.9@us.af.mil and Deborah Manly at deborah.manly@us.af.mil.
    Intent to Sole Source - Bombardier Subscription
    Buyer not available
    The Department of Defense, specifically the 319th Contracting Squadron at Grand Forks Air Force Base, intends to award a sole source contract to Bombardier, Inc. for the procurement of Flight Deck 3 software, which is essential for electronic flight books at Robins Air Force Base, Georgia. This acquisition is justified due to Bombardier's proprietary rights over the software, and it will follow Simplified Acquisition Procedures under FAR 13.106-1(b), allowing for a non-competitive procurement process. The contract is classified under NAICS code 513210, with a size standard of $47 million, and a justification for the sole source will be released alongside the solicitation on March 10, 2025. Interested parties are encouraged to contact SrA Nia Womack or SSgt Jacob Wood before the notice closes on March 2, 2025, at 12:00 PM CST for further inquiries.
    FA822025RB004 F-4 Repair and Overhaul
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and overhaul of F-4 aircraft components under the contract number FA822025RB004. This procurement aims to support Foreign Military Sales (FMS) by ensuring the operational readiness of critical military assets through comprehensive repair services, including teardown, testing, evaluation, and refurbishment of various aircraft parts. The contract is structured as a firm-fixed-price agreement, with specific requirements outlined for each component, and emphasizes compliance with federal acquisition regulations. Interested contractors must acknowledge receipt of amendments and submit their proposals by the extended deadline of February 28, 2025. For further inquiries, potential bidders can contact Danielle Stiff at danielle.stiff.1@us.af.mil or call 1-801-777-8416.
    F-100 Augmentor Nozzle SE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of the F-100 Augmentor Nozzle, a critical safety item for military aircraft. The procurement aims to acquire 373 units from approved sources, specifically RTX Corporation and Soldream, Inc., with delivery expected by June 30, 2025. This contract action is essential for maintaining the operational readiness of military aircraft, and while the solicitation is not set aside for small businesses, they are encouraged to pursue subcontracting opportunities. Interested parties should note that the estimated issuance of the Request for Proposal (RFP) SPRTA1-25-R-0186 is on February 7, 2025, with a closing date of March 10, 2025. For further inquiries, contact Jeremy Bryant at jeremy.bryant@us.af.mil or call 405-855-7112.
    CY2025 F135 COMPONENT IMPROVEMENT PROGRAM
    Buyer not available
    Presolicitation DEPT OF DEFENSE, DEPT OF THE NAVY is planning to procure services for the CY2025 F135 COMPONENT IMPROVEMENT PROGRAM. This program aims to provide engineering support for in-service engines of the F-35 Lightning II aircraft. The services will include maintaining flight safety, correcting deficiencies, improving operational readiness, reliability, maintainability, and affordability, as well as testing engines and components. The procurement will be awarded to Raytheon Technologies Corporation, Pratt and Whitney Military Engines on a sole source basis. The order is expected to be awarded by the end of the first quarter of fiscal year 2025 and will support the F-35 U.S. Services, Cooperative Program Partners, and Foreign Military Sales Customers. This notice of intent is not a solicitation, but all responsible sources may submit a capability statement, proposal, or quotation for consideration by the U.S. Government. For subcontracting opportunities, interested parties can contact Raytheon Technologies Corporation, Pratt and Whitney Military Engines.
    Overhaul of F-100-PW-220 #3 Bearing Air Seal NSN:2840005700773NZ
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the overhaul of the 3 Bearing Air Seal for the F100-PW-220 aircraft engine. This procurement involves a follow-on multi-year contract structured as a 5-year Indefinite Delivery-Indefinite Quantity (IDIQ) contract, with an estimated total quantity of 30 to 450 units to be delivered over multiple ordering periods. The initiative is crucial for maintaining the operational reliability and safety of Air Force aircraft, emphasizing the need for contractors to possess specific qualifications and capabilities for effective remanufacturing. Interested parties should note that the solicitation is expected to be released on March 2, 2025, with proposals due by April 2, 2025. For further inquiries, contact Jessica Adkins at jessica.adkins.3@us.af.mil or Ms. Kawika Tse Ah Lo at kawika.ahlo@us.af.mil.