AN- ALR-56M Repair of Digitally Tuned Oscillator (DTO); NSN: 5995-01-466- 6451EW
ID: FD20602500016Type: Combined Synopsis/Solicitation
AwardedSep 22, 2025
$5.2M$5,228,062
AwardeeGENERAL MICROWAVE CORPORATION Syosset NY 11791 USA
Award #:FA8522-25-D-0007
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 Requirements Type Contract for the repair of the Digitally Tuned Oscillator (DTO) associated with the ALR-56M Weapon System, which is utilized in F-16 and C-130J aircraft. The contract will encompass one basic year and four one-year options, with a total repair quantity of 400 units and an additional 100 units designated for Tear Down, Test & Evaluation (TT&E). The DTO is a critical component of the electronic warfare capabilities of the ALR-56M Weapon System, and the government plans to conduct this acquisition through Other Than Full and Open Competition, as General Microwave Corporation is the sole source with the proprietary technical data necessary for this effort. The Request for Proposal (RFP) is anticipated to be released on or around January 24, 2025, with responses due by February 24, 2025. For inquiries, interested parties may contact Michael Wensjoe at michael.wensjoe@us.af.mil or LaEunecia Riley at laeunecia.riley@us.af.mil.

    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.
    Similar Opportunities
    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.
    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.
    F-100 Tube Assembly, Metal
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of F-100 Tube Assembly, Metal, designated as a Critical Safety Item. The requirement includes a total of 12 units, with an estimated Request for Proposal (RFP) issue date of September 5, 2025, and a close date of October 6, 2025, for delivery by December 31, 2026. This assembly is crucial for aircraft engine operations, and the government intends to negotiate with a limited number of sources, primarily RTX Corporation, due to the specialized nature of the item. Interested parties should direct inquiries to Jeremy Bryant at jeremy.bryant@us.af.mil or call 405-855-7112, and all proposals submitted within 45 days will be considered.
    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.
    Servocyclinder
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is preparing to issue a Request for Proposal (RFP) for the procurement of servocylinders specifically for the F110 system. The RFP is expected to be released on February 14, 2025, with a closing date of March 17, 2025, and it will require the delivery of four units by February 16, 2027, to the designated destination DGRQ00. This procurement is vital for maintaining operational readiness in military applications utilizing the F110 system, and while there are qualification requirements, it is not classified as a critical safety item. Interested parties can reach out to David Todd Isaac at david.isaac.4@us.af.mil or call 405-855-3000 for further information.
    Presolicitation - Repair of the Advanced Display Core Processor (ADCP) and Digital Map Processor (DMP)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to repair the Advanced Display Core Processor (ADCP) and Digital Map Processor (DMP) under a presolicitation notice. The contract will involve providing all necessary parts and labor to test and repair these critical components, which are essential for the operational capabilities of the F-15E aircraft. The anticipated contract is a Firm Fixed Price agreement for a duration of one year, with a delivery schedule of 12 months after receipt of the equipment. Interested parties should contact Madison Norris at madison.norris@us.af.mil, with the solicitation expected to be issued on January 7, 2026, and proposals due by February 27, 2026.
    F-16 Transmitter, Liquid
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for three liquid transmitters (NSN: 6680-01-261-5242) intended for Foreign Military Sales (FMS) customers. The procurement requires compliance with military packaging and marking standards, higher-level quality assurance, and adherence to specific manufacturing qualifications, including the submission of a qualification test plan and a qualification article for evaluation. These liquid transmitters are critical components for the F-16 aircraft, ensuring operational reliability and performance. Interested parties must submit their offers by January 21, 2026, and can direct inquiries to April Blakeley at april.blakeley@us.af.mil.
    REPAIR TUBE ASSEMBLY / 26F, F-16 FIGHTING FALCON AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking qualified small businesses to provide repair tube assemblies for the F-16 Fighting Falcon aircraft. This procurement involves an indefinite quantity contract (IQC) for a base period of five years, with an estimated annual quantity of 40 units, and requires compliance with specific manufacturing standards and first article testing. The items are critical components for maintaining the operational readiness of military aircraft, emphasizing the importance of quality and reliability in defense logistics. Interested vendors must register on DLA ProcureX to participate in the reverse auction process, and the solicitation is expected to be issued on or about November 18, 2025; for further inquiries, contact Gladys Brown at gladys.brown@dla.mil or 445-737-4113.
    F16_ANAPG-68_Dual_Mode_Transmitter_NSN5960011538780_PN585R224H01_H03
    Dept Of Defense
    The U.S. Air Force is seeking sources capable of supplying the F-16 AN/APG-68 Radar Dual Mode Transmitter, a critical electronic component identified by NSN 5960-01-153-8780 and P/N 585R224H01/H03. Potential suppliers must meet stringent qualification requirements, including facility and testing capabilities, to ensure compliance with military standards. This procurement emphasizes the need for a reliable and efficient supply chain for these essential components, with quick turnaround times and clear data package requirements. Interested parties should contact Tracey Beringer for more information on the $4,500 opportunity, with deadlines expected around 180 days from now.
    TRANSMITTER, RATE OF FLOW
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting offers for the procurement of Rate of Flow Transmitters, specifically under solicitation number SPRTA1-25-R-0372. The requirement includes a total line-item quantity of 131 units, with a delivery deadline set for October 18, 2026, and the transmitters are critical for measuring engine fuel flow in F-16 aircraft. Interested contractors must acknowledge receipt of amendments to the solicitation, with the latest due date for offers extended to January 2, 2026, at 11:59 PM. For further inquiries, potential bidders can contact Michael Hannan at Michael.Hannan.1@us.af.mil or by phone at 405-855-7126.