Repair of NSN 5836-01-605-8162
ID: FA825025Q0029Type: 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

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of a Rugged MPEG Video Encoder, identified by NSN 5836-01-605-8162. The contractor will be responsible for conducting thorough testing, teardown, and evaluation of the unit, followed by necessary repairs to restore it to a serviceable condition, adhering to original specifications. This equipment is critical for military operations, emphasizing the importance of maintaining operational readiness through reliable electronic and precision equipment. Interested vendors should contact Logan Drake at logan.drake.4@us.af.mil for further details, with proposals due by December 13, 2024.

    Point(s) of Contact
    Files
    Title
    Posted
    The CAV AF Reporting Requirements document outlines the guidelines for contractors involved with the Commercial Asset Visibility Air Force (CAV AF) system, which is essential for tracking and reporting the status of government-owned assets at contractor facilities. It mandates that contractors accurately reflect the physical assets they manage through daily reporting and compliance with specified timelines for various activities, such as maintenance actions and shipping instructions. Contractors must use the latest Contractor User Guides and complete relevant training, including DoD Information Assurance training for personnel involved in reporting. Key responsibilities include submitting System Authorization Access Requests, ensuring accurate reporting of Government Furnished Property, managing Nuclear Weapon Related Materiel according to strict protocols, and addressing any discrepancies in shipments. The document emphasizes the importance of accurate documentation, specifically the use of Government-issued forms for tracking and reporting. Overall, the guidelines are crucial for maintaining accountability and transparency in the management of government assets, ensuring compliance with federal regulations, and facilitating effective inventory control across various defense installations.
    The government file concerns a series of Requests for Proposals (RFPs) and grants at federal, state, and local levels. Its primary purpose is to outline available funding opportunities for various projects and initiatives aimed at community development and public improvement. The key points include the identification of specific areas eligible for funding, guidelines for proposal submissions, and the evaluation criteria that will be employed to assess applicants. Additionally, it emphasizes the importance of compliance with both federal regulations and local requirements, ensuring that all projects align with overarching government goals. The document serves as a comprehensive resource for organizations seeking financial support, detailing application processes, deadlines, and necessary documentation. It underscores the commitment of government agencies to foster collaboration with local entities and promote transparency in the allocation of public funds. The structure includes sections for general instructions, eligibility criteria, and specific objectives for funding, allowing applicants to navigate the opportunities available effectively. This file is integral in supporting potential proposers in understanding the landscape of funding within the context of government initiatives.
    The document is a Request for Quotation (RFQ) issued by the Department of the Air Force for the procurement of a Video Encoder unit, classified under NSN 5836-01-605-8162. It outlines the requirements for suppliers to submit quotations by December 13, 2024. The RFQ specifies the quantity needed, delivery terms, and pricing structure, including firm fixed prices for both provision and potential repair of the equipment. Key compliance requirements include quality inspections and delivery increments that outline the government's standards for asset visibility and maintenance. The document emphasizes the necessity of including specific forms (like the DD1348-1) with shipments and details the roles of Contracting Officer’s Representatives and the importance of adherence to data management protocols. Furthermore, the RFQ contains clauses that govern procurement procedures, the legal obligations tied to the contract, and the repercussions for failure to meet data delivery expectations. This RFQ is part of a broader federal acquisition strategy to ensure reliable supply chains and maintain military readiness through careful asset management and contracted services. The document calls for transparency, compliance, and standardization in procurement processes, which are essential in the context of federal grants and local RFPs.
    The document details specifications for an enhancing unit, specifically a video encoder, identified by the National Stock Number (NSN) 5836016058162FD. The item is critical, as indicated by its criticality code "X", and has a demilitarization code "A," highlighting its importance for security measures. The enhancing unit, measured at 6 inches in length, 6.216 inches in width, and 1.720 inches in height, weighs 7 pounds and is made of electronic circuit materials. The report includes contact information for the initiator, Terrance L. Hardy, and indicates that sensitive data has been considered in the assessment. Furthermore, no precious metal content is noted, and various equipment requirements, including Government Furnished Equipment (GFE), are mentioned. This document serves as part of a federal procurement or funding request, indicating a specific need for video encoding technology, possibly in military or governmental applications, reflecting the careful consideration of operational and safety standards.
    The document is an IUID checklist compliant with DFARS 252.211.7003, detailing requirements for marking the item associated with NSN 5836016058162FD, specifically the "Enhancing Unit, Video." The checklist includes essential information such as the initiator, organization details, phone contacts, CAGE numbers, marking guidance, and engineering drawing references. The marking is to adhere to MIL-STD-130 standards. Additionally, the checklist references embedded items related to the main item, ensuring the proper documentation and marking for embedded components. This organized format facilitates compliance tracking and aids in the identification and management of defense-related materials, aligning with federal standards for item identification in procurement processes.
    This document outlines packaging requirements for military items under Purchase Instrument Number FD20202500029-00. It highlights compliance with UN restrictions on wood packaging materials (WPM) to prevent invasive species like the pinewood nematode. WPM includes various wooden structures such as pallets and boxes, which must be constructed from debarked wood and heat-treated to specific temperatures for pest control. Certification by an agency recognized by the American Lumber Standards Committee is mandated, referencing the International Standards for Phytosanitary Measures (ISPM) No. 15. The packaging requirements cover multiple items with specifications indicating no additional data required for the first three items listed, while the last item details military long line packaging, emphasizing adherence to MIL-STD-2073-1 for military packaging standards. Further instructions mandate that shipping containers include markings aligned with MIL-STD-129, highlighting the importance of both military compliance and standardization in packaging. The document serves as a guideline for vendors involved in supplying items under federal RFPs, ensuring that all packaging meets regulatory standards for safety and pest control, thereby facilitating international trade and military logistics.
    The document outlines the Statement of Work for preservation, packaging, and marking requirements applicable to military contracting. It mandates compliance with various standards, including AFMC Form 158 and military specifications like MIL-STD 2073-1 for military packaging, MIL-STD 129 for military marking, and regulations for hazardous materials packaging. Offerors are instructed to document packaging requirements, develop special packaging instructions for specific items, and ensure adherence to international phytosanitary standards for wood packaging materials. Additionally, it includes guidelines for shipping hazardous materials in accordance with federal regulations and the preparation of safety data sheets. The document emphasizes the importance of quality compliance, with protocols for reporting discrepancies and maintaining reusable shipping containers. Valuable resources such as the SPIRES system for retrieving packaging instructions and ASSIST for accessing specifications are also mentioned. Overall, the document serves to ensure consistent and safe practices in military packaging and transport, highlighting regulatory compliance as a priority in government RFPs and contracts.
    The Department of the Air Force's Performance Work Specification (PWS) outlines the required tasks and standards for the repair and evaluation of a Rugged MPEG Video Encoder. The contractor is tasked with inspecting, testing, and possibly repairing the equipment to restore it to a like-new condition. Specifically, the work includes test teardown and evaluation to identify needed repairs, alongside the performance of those repairs as per original specifications. Key responsibilities include conducting acceptance tests, submitting engineering change orders for any necessary redesign, and adhering to Electrostatic Discharge (ESD) control standards. Additionally, the contractor must manage packaging, handling, and security requirements for all items, addressing issues of damage or discrepancies upon receipt. Integral to the contract is a Counterfeit Prevention Plan to ensure the integrity of parts and compliance with safety regulations. The summary lays out performance objectives, including timely reporting in the CAVAF system, and mandates thorough documentation of asset conditions and repairs. This document serves as a critical guide for federal contracting, ensuring high-quality maintenance and repair standards while controlling for issues such as counterfeit parts and environmental impact.
    The document outlines a Repair Data List for the Enhanced Unit, Video (NSN: 5836016058162FD) managed under the CAGE code 0KPC5. It includes essential repair references and details necessary for government maintenance and procurement, dated January 24, 2024. The data is segmented by line item and provides information like part numbers, accompanying document numbers, and repair method codes. Notably, two entries are specified: one related to a government document and the other referencing a JEDMICs Drawing. The repair data utilizes a classification system for the furnishing method, denoting whether documentation is governmental, classified, or requires vendor provision. This listing is significant within the context of federal requests for proposals (RFPs) and grants since it facilitates the procurement process for necessary repairs and ensures compliance with regulatory frameworks by detailing responsibilities and documentation access. The presence of Terrance L. Hardy's sign-off for each entry reflects the accountability and oversight in the repair process.
    The document outlines transportation data relevant to federal solicitations, focusing on transportation provisions and funding for a specific procurement contract (FD20202500029-00), initiated on October 21, 2024. Key transportation terms include F.O.B. Destination and stipulations regarding the handling of shipments, with a requirement to contact the DCMA Transportation for shipping instructions before freight movement. The file includes detailed transportation account codes and shipping destinations, which involve multiple items with corresponding National Stock Numbers (NSNs) and addresses for delivery across various sites, notably at DLA Distribution in Barstow, CA, and Hill AFB, UT. Each line item is associated with specific funding information, including the first and second destination transportation account codes. The document stresses the importance of regulatory compliance and communication with relevant offices to avoid additional costs associated with mishandling or non-compliance during transport. Overall, it serves as a comprehensive guide for vendors engaged in U.S. government procurement logistics, ensuring accurate and efficient transportation processes.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    5836 - REPAIR REQUIREMENT FOR NSN 7R0000015551583, 51971003-501, RECORDER, VIDEO, for Foreign Military Sales
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking contractors to fulfill a repair requirement for a video recorder (NSN 7R0000015551583, 51971003-501) intended for Foreign Military Sales. The procurement aims to restore functionality to critical video recording and reproducing equipment, which plays a vital role in military operations and training. Interested parties should note that the opportunity falls under the NAICS code 334118, and the primary contact for inquiries is Rachel Opperman at RACHEL.M.OPPERMAN.CIV@US.NAVY.MIL or by phone at 215-697-2008. Further details regarding the submission process and deadlines will be provided in the solicitation documents.
    Repair of NSN 3130-01-660-8071
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the repair of the gearcase motor identified by National Stock Number (NSN) 3130-01-660-8071. This procurement involves teardown, testing, and evaluation of the motor gearcase, with a focus on ensuring compliance with stringent quality assurance and regulatory standards. The gearcase motor is critical for operational functions within defense projects, necessitating precise repair and maintenance to uphold equipment effectiveness. Interested vendors must submit their quotes by March 6, 2025, and can direct inquiries to Logan Kashanipour at logan.kashanipour@us.af.mil for further details regarding the solicitation.
    Repair of NSN 5996-00-572-1617
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the amplifier subassembly identified by National Stock Number (NSN) 5996-00-572-1617, which is critical for the AN/TPS-75 weapon system. The procurement involves comprehensive inspection, testing, and restoration services, categorized into three phases: Test, Teardown, and Evaluation (TT&E); TT&E and Minor Repair; and TT&E and Major Repair, with a focus on maintaining performance standards equivalent to new items. This amplifier subassembly plays a vital role in aerial surveillance operations, underscoring its importance to military capabilities. Interested contractors should contact Tracy Powell at tracy.powell.5@us.af.mil or call 801-777-6355 for further details, with proposals expected to adhere to stringent quality assurance and packaging standards as outlined in the solicitation documents.
    AN_MPN 14K GPA-134 Video Mapping Generator (VMG) System Modification
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the modification of the AN/MPN-14K GPA-134 Video Mapping Generator (VMG) System. The primary objective is to develop, test, and deliver seven units, including one First Article Test (FAT) unit and six production units, to enhance the operational capabilities of the Landing Control Central (LCC) that relies on this system for radar data presentation. This modification is crucial for modernizing outdated components and ensuring the effectiveness of air traffic control operations. Interested contractors should direct inquiries to P. Michelle Prather at phaedra.prather@us.af.mil or Kimberly Simms at kimberly.simms.1@us.af.mil, with the solicitation number FA810225RB003 issued on February 3, 2025, and a performance period of 12 months.
    Repair of Electronic Amplifier for the JTE Program NSN 5996016610915
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of an electronic amplifier identified by National Stock Number (NSN) 5996016610915, as part of the JTE Program. The procurement requires contractors to provide comprehensive repair services, including inspection, testing, and evaluation of the amplifier, which is a critical component with safety-critical designations. This opportunity underscores the importance of maintaining operational readiness for military applications, ensuring compliance with stringent quality and safety standards. Interested contractors should contact Nick Standiford at nicholas.standiford@us.af.mil or call 801-777-8968 for further details, with proposals due by the specified deadline outlined in the solicitation documents.
    58--MEMORY UNIT,VIDEO, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking contractors for the repair and modification of video memory units. This procurement aims to ensure the operational readiness and functionality of video recording and reproducing equipment, which is critical for various defense applications. Interested parties can reach out to Rachel M. Opperman at (215) 697-2560 or via email at RACHEL.M.OPPERMAN.CIV@US.NAVY.MIL for further details regarding the presolicitation notice. Additional information regarding funding amounts and key deadlines will be provided in subsequent communications.
    REPAIR SERVICES JTE PROGRAM
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Repair Services JTE Program, focusing on the teardown, testing, and evaluation of motor controllers. Contractors are required to meet stringent military standards for inspection, testing, and potential repair of the specified equipment, ensuring compliance with quality assurance protocols and timely deliverables. This procurement is critical for maintaining the operational efficiency and reliability of defense equipment, with a bid submission deadline set for March 12, 2025. Interested parties can contact John Prather at john.prather.3@us.af.mil or by phone at 801-586-3463 for further details.
    17--ACTUATOR,ASSY,CROV,, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking proposals for the repair of an actuator assembly (NSN 7R-1710-016485009-EY) essential for aircraft landing equipment. The procurement involves a competitive solicitation for one unit, with the expectation that the award will be made to the Original Equipment Manufacturer, Northrop Grumman Systems Corp, or other approved sources, as the government does not possess the necessary data to procure from alternative suppliers. Interested parties must submit their capability statements within 15 days of this notice, with the solicitation expected to be issued on February 10, 2025, and proposals due by March 10, 2025. For further inquiries, contact Jason J. Sklencar at jason.sklencar@navy.mil.
    70--TERMINAL,DATA PROCE, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanics, is seeking contractors for the repair and modification of a terminal data processor, identified by NSN 7H-7025-014732710, with a quantity of 75 units required. The procurement is critical as the government does not possess the necessary data or rights to purchase or contract the repair from alternative sources, making it uneconomical to reverse engineer the part. Interested parties must include their CAGE code in solicitation requests and can obtain relevant military and federal specifications through the DoD Single Stock Point. For further inquiries, interested firms should contact Heather A. Vanhoy at (717) 605-3528 or via email at HEATHER.VANHOY@NAVY.MIL.
    5841-01-645-7706 (25-R-0238)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting proposals for the procurement of 10 Receiver Subassemblies (NSN: 5841-01-645-7706, P/N: CLR1997) for the F-16 radar system. This solicitation, identified as SPRHA4-25-R-0238, requires qualified manufacturers to meet stringent qualification criteria, including the submission of a qualification test plan and compliance with military packaging standards. The Receiver Subassembly is a critical component of the AN/APG-68 radar system, which plays a vital role in the operational capabilities of the F-16 aircraft. Proposals are due by March 14, 2025, and interested parties can contact Johnny Wakefield at 385-519-8310 or via email at johnny.wakefield.2@us.af.mil for further details.