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
    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.
    59--ENCODER,SHAFT ANGLE, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair and modification of the Encoder, Shaft Angle, under a federal contract. This procurement aims to ensure the operational readiness of critical equipment used in naval operations, emphasizing the importance of maintaining high-quality standards in repair work. The contract includes specific requirements for inspection, acceptance, and warranty, with a desired delivery timeframe of 260 days from the contract award. Interested vendors must submit their proposals by December 30, 2025, and can direct inquiries to Jocelyne Dzonangfouego at 717-605-2982 or via email at jocelyne.dzonangfouego.civ@us.navy.mil.
    58--RECEIVER-TRANSMITTE, 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 Receiver-Transmitter, identified by NSN 7R-5821-015855355-P8. The procurement involves a quantity of three units, with delivery terms set to FOB Origin, and requires engineering source approval to ensure the quality of the part, as it is flight critical. Interested vendors must be approved sources or provide detailed documentation for source approval, as the item’s unique design and technical data are not readily available to the Government. Proposals must be submitted within 45 days of this notice, and interested parties can contact Dina M. Wojciechowski at (215) 697-1219 or via email at DINA.M.WOJCIECHOWSKI.CIV@US.NAVY.MIL for further information.
    NIIN: 01-560-2895/ NOMEN: RECEIVER-TRANSMITTE
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Weapon Systems Support (NAVSUP WSS), is soliciting quotes for the repair of two RECEIVER-TRANSMITTER units (NSN: 7R 5841 015602895, Part Number: 264A020-1) under a sole-source requirement for Foreign Military Sales (FMS) Case: SR-P-MAL. Contractors are required to provide either a firm-fixed price or time and materials pricing, along with estimated repair costs, while adhering to strict compliance with packaging, marking, inspection, and quality assurance standards, including MIL-STD-2073-1 and ISO 9001. The successful contractor will be responsible for ensuring timely delivery of the repaired units within 365 calendar days from the award date, with the performance period spanning from December 16, 2025, to March 16, 2026. Interested parties should direct inquiries to Kate N. Schalck at KATE.N.SCHALCK.CIV@US.NAVY.MIL for further details.
    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.
    Repair of Electronic Amplifier
    Dept Of Defense
    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.
    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.
    N0038325PR0R742
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for a specific electronic countermeasure processor from Northrop Grumman Systems Corp. The requirement involves the repair of NSN: 5865016592372, P/N: 001-008684-0102, with the understanding that Northrop Grumman is the Original Equipment Manufacturer (OEM) and the only known source for this part, as the government does not possess the necessary data to source it from other vendors. This procurement is critical for maintaining operational capabilities and will follow FAR Part 15 procedures, with a solicitation expected to be issued on December 23, 2025, and proposals due by January 23, 2026. Interested parties are encouraged to submit their capabilities to Shamus F. Roache via email at Shamus.F.Roache.CIV@us.navy.mil within the specified timeframe.
    Repair of the enhanced/Color Programmable Display Generator (e/CPDG)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential contractors for the repair of the Enhanced/Color Programmable Display Generator (e/CPDG), National Stock Number 1280-01-508-4197WF. This Sources Sought Synopsis aims to identify responsible sources capable of manufacturing or repairing the e/CPDG, which is critical for various defense applications. Interested parties are encouraged to provide their qualifications, including relevant experience and company profile details, as the government assesses the potential for competitive bidding and small business participation. Responses are due by January 19, 2026, at 4:55 PM MST, and inquiries can be directed to Veronika Pett at veronika.pett@us.af.mil or Darin Rector at darin.rector@us.af.mil.
    70--COMPUTER SUBASSEMBL, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking qualified vendors for the repair of a specific computer subassembly, identified by NSN 7021 016656549. The procurement involves the repair of two units of the part number FM06-HIDANPLUS-SYS104/3890AS004564-01, which must be conducted by approved sources General Atomics Co and RTD Embedded Technologies Inc, as suitable technical data and government rights are not available for alternative sources. This repair is critical for maintaining operational capabilities, and interested parties must submit their qualifications to the primary contact, Kimberly Flores, via email at kimberly.flores12.civ@us.navy.mil, within 15 days of this notice, with the anticipated award date set for December 2025.