REPAIR SERVICES
ID: FA825026Q0003Type: Combined Synopsis/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

CHAIN AND WIRE ROPE (4010)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for repair services related to the Teardown, Test, and Evaluation (TT&E) of a specific Fan, Tube Axial, which is critical for the AN/TSQ-T10 (JTE) system. This procurement is a Total Small Business Set-Aside, aimed at ensuring that only approved sources listed on the Approved Sources List can participate, with interested vendors required to follow the guidelines outlined in the attached Source Qualification and Source Requirements (SQSR) document. The selected contractor will be responsible for restoring the fan to a serviceable condition, adhering to strict quality assurance and inspection protocols, and must comply with various packaging and reporting requirements as specified in the Performance Work Specification (PWS) and other related documents. Interested parties should contact John Prather at john.prather.3@us.af.mil or call 801-586-3463 for further details and to ensure compliance with all submission requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the Commercial Asset Visibility Air Force (CAV AF) reporting requirements for contractors involved in Contract Depot Maintenance (CDM). CAV AF is the primary system for tracking government-owned assets at contractor facilities. Key responsibilities include daily reporting of asset status, ensuring accuracy, and maintaining two assigned CAV AF reporters who complete mandatory DoD Information Assurance CyberAwareness Challenge training. Contractors must use Government-issued shipment document numbers for receipts and DD Form 1348-1A for shipping. Specific guidance is provided for "Not-on-Contract" items, proper handling of Nuclear Weapon Related Materiel (NWRM), and procedures for contract closure. Systemic data problems due to inaccurate or untimely reporting are subject to review. The document also details procedures for reporting discrepancies incident to shipment, including misidentified items, quantity variations, and missing components, utilizing the WebSDR application. Initial training is provided by the contracting ICP or Contract Monitor, with ongoing training being the contractor's responsibility.
    The provided government file, an excerpt from a PDF portfolio, indicates that users should open the document in Acrobat X or Adobe Reader X, or later versions, for the best experience. The document also provides a link to obtain Adobe Reader. The main purpose of this file is to inform the user about the optimal software requirements for viewing the PDF portfolio. This is a technical note typically found in government documents to ensure accessibility and proper display of information.
    This Request for Quotation (RFQ) by the Department of the Air Force seeks proposals for the Teardown, Test, and Evaluation (TT&E) and subsequent repair of two
    This document details the specifications for a "FAN, TUBEAXIAL" identified by NSN 4140015696113FD, CAGE 98747, and reference number 200532022. The fan, described as a metal enclosure with an electrical motor and fan blade, serves as a cooling fan. Key dimensions include a length of 16 inches, width of 12 inches, height of 6 inches, and a weight of 17.6 pounds. The item is marked with a criticality code of X, demilitarization code A, and security code U, with an MDC of ZR4 and ES Code 3B. The document was initiated by Terrance L. Hardy from 415 SCMS / GUMAA on July 31, 2024. This detailed item description is crucial for procurement and inventory management within government operations, likely for inclusion in federal RFPs or grants.
    This document outlines packaging requirements for federal government procurements, focusing on compliance with international and military standards. Key requirements include the use of debarked, heat-treated wood packaging material (WPM) certified by an ALSC-recognized agency to prevent invasive species, aligning with ISPM No. 15. The document details specific packaging instructions for various items under different PACRNs, with some requiring "No Packaging Data Required" (AAA, AAB, AAC, AAE) and others mandating "MIL Long Line Packaging" (AAD) in accordance with MIL-STD-2073-1 for military packaging and MIL-STD-129 for military marking. Additional marking requirements, potentially exceeding MIL-STD-129, are also specified. The document ensures that all packaging and container marking adhere to rigorous federal and international regulations for global shipments.
    This Performance Work Specification (PWS) outlines the requirements for the inspection, testing, and repair of a "FAN, TUBEAXIAL" end item (NSN 4140015696113, Part Number 041295) for the Department of the Air Force. The contractor must furnish all necessary facilities, parts, materials, equipment, and services to restore the item to a serviceable, like-new condition. Key requirements include visual, mechanical, and electrical testing, identification of components for repair or replacement, and adherence to original specifications. The PWS also details procedures for subcomponent changes, foreign disclosure restrictions for critical technology, acceptance testing, and quality deficiency reporting. Emphasis is placed on proper packaging, handling, security, and transportation, including specific shipping document requirements and procedures for condemning uneconomical repairs. Environmental impact, reliability and maintainability, electrostatic discharge control, and safety and health regulations are addressed. Critical aspects include disassembly, cleaning, corrosion control, maintenance, marking with Item Unique Identification (IUID), and refinishing. A significant section details the Counterfeit Prevention Plan (CPP) to avoid, detect, mitigate, and dispose of counterfeit electronic parts, aligning with SAE 5553 Aerospace Standard. The document concludes with discrepancy resolution and data deliverables, including reporting in the Commercial Asset Visibility Air Force (CAV AF) system and various inspection and change reports.
    This document, AFMC FORM 807, outlines the recommended quality assurance provisions and special inspection requirements for a federal government procurement with PR / MIPR number 4140015696113FD. Key requirements include standard inspection (FAR 52.246-2,-3,-4,-5 OR -6), with inspection at the destination and acceptance at the destination. The document specifies that the requirement does not necessitate the use of Class I Ozone Depleting Substances (ODS) and includes a statement to that effect. It also indicates that this is a previous source for quality pre-award survey, meaning no new source survey is needed. Technical authority for these provisions is Wyatt B. Snare, and any downgrading of quality provisions requires coordination with the Technical Authority.
    The document is a Repair Data List (RDL) revision for a "FAN, TUBEAXIAL" (NSN 4140015696113FD, Part Number 200532022), dated July 31, 2024. It details the documentation required for repair, including an Illustrated Parts Breakdown (IPB) from CAGE Code 82877 and a Technical Drawing from CAGE Code 98747. Both documents are government-furnished, indicating government rights and availability for distribution. The RDL specifies different methods for furnishing technical data, such as with solicitation, contract award, or upon request, and notes whether data is classified, vendor-provided, or unavailable. Terrance L. Hardy prepared the list, which was generated by PRPS using Jasper Reports.
    This Statement of Work (SOW) outlines the mandatory preservation, packaging, and marking requirements for offerors in accordance with various Department of Defense (DoD) military standards, ASTM International, ANSI, and federal regulations. Key standards include MIL-STD 2073-1 for military packaging (including hazardous and classified materials), ASTM D3951 for commercial packaging, MIL-STD 129 for military marking, and ISPM 15 for wood packaging materials in international trade. The SOW also details specific requirements for electrostatic materials, palletized unit loads (MIL-STD-147), specialized shipping containers (MIL-STD-648), and hazardous materials, referencing regulations such as ICAO, 49 CFR, IATA, and IMDG. Offerors must prepare and submit Safety Data Sheets (SDS) per FED-STD-313 and adhere to FAR clause 52.223-3. The document provides information on accessing packaging requirements via SPIRES and ASSIST, managing reusable containers, and reporting discrepancies through WebSDR. The SOW emphasizes the use of the most recent revisions of all applicable government packaging documents and standards.
    This government file outlines the justification and requirements for qualifying sources to repair/overhaul a specific Fan, Tube Axial (NSN: 4140015696113, P/N: 041295000, 200532022, or 041295) used in the AN/TSQ-T10 (JTE) system. The qualification is deemed critical due to the part's complexity, the need for engineering source approval from 415 SCMS, and the potential negative impact on the AN/TSQ-T10 (JTE) mission if not procured from a qualified source. Key requirements for qualification include demonstrating facilities, testing, inspection capabilities, data verification, repair process verification, and an approved qualification test plan. The estimated cost for qualification is $0.00, with an estimated completion time of 30 days. The document also details six waiver criteria for source qualification, such as prior supply to the government, qualification on similar items, or previous qualification of the entity despite organizational changes. This ensures the government procures a high-quality, reliable part while offering pathways for established sources to demonstrate their capabilities.
    The document, FD20202600056-00 initiated on October 22, 2025, outlines transportation data and instructions for solicitations, focusing on commodity movements. It specifies F.O.B. terms (Origin and Destination) and relevant FAR citations (52.247-29, 52.247-34, 52.247-53). A critical directive requires contacting DCMA Transportation via their SIR eTool system for shipping instructions on all DCMA-administered contracts, especially for F.O.B. Origin, Foreign Military Sales, and F.O.B. Destination OCONUS/Export movements. Failure to comply may lead to incurred vendor expenditures. The document details transportation funds information (LOA: 97X4930.FC04 646 47GH 8M826L 01K010 00000 UJEZDV 503000 F03000 FSR: 001884 PSR: K42382) and various item/ship-to details, including NSNs, line item numbers, DoDAACs, and addresses for multiple destinations such as DLA Distribution Barstow and Hill AFB. Contact information for Mickie J. Etters from 406 SCMS/GULAA is also provided for additional assistance.
    This document is an Item Unique Identification (IUID) Checklist, specifically DFARS 252.211.7003, detailing marking requirements for a "FAN,TUBEAXIAL" with NSN 4140015696113FD. The item requires IUID marking according to MIL-STD-130, with the contractor determining the location and method. Key details include initiator Wyatt B. Snare from 415 SCMS / GUEA, multiple CAGE/reference numbers, and confirmation that the UID is specified in paragraph 3.1.11 of source control document 2005320222. The checklist also accounts for the possibility of embedded items, noting that the fan itself is an embedded item for the same NSN.
    Lifecycle
    Title
    Type
    REPAIR SERVICES
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    JTE Fan, Vaneaxial
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting quotations for the procurement of two units of the Vaneaxial Fan (NSN: 4140-01-598-6406). This procurement requires qualified sources to provide firm fixed prices for a specified delivery schedule, with the fan expected to be delivered by July 14, 2027, and includes a mandatory Counterfeit Prevention Plan. The Vaneaxial Fan is critical for applications within the AN/TSQ-T10 Joint Tactical Terminal system, necessitating compliance with stringent manufacturing and testing qualifications, as well as adherence to federal acquisition regulations. Interested contractors must submit their quotations by December 8, 2025, and can direct inquiries to Travis Bodily at travis.bodily@us.af.mil.
    JTE Fan, Tubeaxial
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting quotations for the procurement of eleven units of the Tubeaxial Fan (NSN: 4140-01-569-6113). This acquisition is restricted to Allclear Aerospace & Defense due to specific qualification requirements, although other contractors may submit qualification packages to be considered. The fans are critical components for various defense applications, necessitating adherence to stringent manufacturing and testing standards, including First Article Test Plans and Reports, as well as compliance with military packaging and marking regulations. Interested contractors must submit their quotations by December 15, 2025, and can direct inquiries to April Blakeley at april.blakeley@us.af.mil for further information.
    Support, Fan Componet
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of four support fan components, identified by NSN: 2840-01-317-8321NZ and P/N: 4059690, under the presolicitation notice SPRTA1-Q-2094. These components are classified as critical safety items, which require first articles and qualification requirements, with a requested delivery date on or before March 4, 2027. This procurement is significant for maintaining the operational integrity of aircraft engines and is not set aside for small businesses, as it is export-controlled; the approved source for these parts is Raytheon Technologies. Interested parties should note that the RFP will be issued on February 12, 2025, with a closing date of March 14, 2025, and can contact David Todd Isaac at david.isaac.4@us.af.mil or by phone at 405-855-3000 for further information.
    41--FAN,TUBEAXIAL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of two tubeaxial fans, identified by NSN 4140015922394. The solicitation is a Request for Quotation (RFQ) and is set aside for small businesses, emphasizing the importance of these components in supporting military logistics and operations. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all submissions should be directed to the buyer listed in the solicitation document. For inquiries, potential bidders can reach out via email at DibbsBSM@dla.mil, with a delivery timeline of 167 days after order placement.
    Repair services for the JTE program; NSN5996-01-621-7893 FD; Assembly Amplifier
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide repair services for the Amplifier Assembly (NSN 5996-01-621-7893 FD) as outlined in Request for Quotation FA8250-26-Q-0036. The procurement involves a firm fixed price for the repair of one unit, with an estimated delivery timeline of 150 calendar days after receipt of the carcass, and includes additional data requirements such as Commercial Asset Visibility Air Force (CAVAF) reports and Engineering Change Proposals (ECPs). This assembly is critical for military operations, necessitating compliance with stringent quality and security standards, including a robust Counterfeit Prevention Plan. Interested parties must submit their quotations by November 24, 2025, and can direct inquiries to Valerie Humphries at valerie.humphries@us.af.mil or by phone at 801-775-6455.
    16--FAN,AIRCRAFT,MATERI
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of aircraft fan components, identified by NSN 7RH 1680 015855026 and Part Number 645602-1-1. This competitive procurement is set aside for small businesses and requires suppliers to provide FAA-certified parts accompanied by an EASA Form 1, emphasizing the importance of quality and compliance in aviation components. Proposals must be submitted by the extended deadline of December 8, 2025, with evaluations based on the Lowest Price Technically Acceptable (LPTA) criteria, and interested vendors can reach out to Alexis T. Hoepfl at 215-697-5072 or via email at alexis.t.hoepfl.civ@us.navy.mil for further details.
    41--FAN,TUBEAXIAL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of nine tubeaxial fans, identified by National Stock Number (NSN) 4140012853347. The solicitation is a Request for Quotation (RFQ) and requires delivery to DLA Distribution San Joaquin within 151 days after order. These fans are critical components used in various military applications for air circulation and refrigeration systems. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    F108 Stage 1 Fan Blade Repair 005-010 (please respond by 24 February 2025 at 4:00 PM CST)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the finishing repairs of the F-108/CFM 56-2A/B Stage 1 Fan Blade, with a focus on parts associated with NSN 2840-01-196-6053PN. The procurement will be executed through a Firm-Fixed-Price Blanket Purchase Agreement, and interested parties are encouraged to demonstrate their capabilities, experience, and qualifications related to the repair process by submitting documentation by February 24, 2025. This opportunity is critical for maintaining the operational readiness of aerospace components, and potential contractors must comply with established technical and quality assurance standards as outlined in the associated Repair Data List and Repair Qualification Requirements. For further inquiries, interested businesses can contact Jaqueline Hughes at jaqueline.hughes@us.af.mil or Bridgette Miles at bridgette.miles@us.af.mil.
    Solicitation for 1 repair of NSN 7R 4140 000910863 EE
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for the repair of two units of NSN 7R 4140 000910863 EE, specifically the "FAN, VANEAXIAL" (Part Number: 605502-1-1), intended for Foreign Military Sales to Egypt. The procurement is a sole-source contract with Honeywell Limited, the Original Equipment Manufacturer, which possesses the necessary repair data and capabilities. The contract stipulates a Firm Fixed Price arrangement with a Repair Turnaround Time of 199 days, and it includes strict compliance requirements for packaging, marking, and hazardous materials management. Interested contractors should contact Lara Szott at 215-697-3473 or via email at lara.l.szott.civ@us.navy.mil for further details.
    F16_AN-APG_68_RADAR_PN758R99OG01_NSN_1270012383662
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide repair services for the Dual Mode Transmitter, part number 758R990G01, associated with the F-16 C/D Model AN/APG-68 Radar. The procurement requires potential contractors to meet stringent qualification requirements, including the ability to certify facilities for repair, testing, and inspection, as well as to provide a complete data package and a qualification test plan. This opportunity is critical for maintaining the operational readiness of military aircraft, ensuring that the necessary components are repaired to government standards. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil or call 801-777-2211 for further details, with an estimated qualification cost of $10,000 and a completion timeline of approximately 1465 days.