McConnell AFB - MFRC REMSTAR LEKTRIEVER REPAIR
ID: FA462125Q00110001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4621 22 CONS PKMCCONNELL AFB, KS, 67221-3702, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- OFFICE SUPPLIES AND DEVICES (J075)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide repair services for the Remstar Model SYS 120-1411US at McConnell Air Force Base in Kansas. The contractor will be responsible for conducting diagnostics, supplying necessary parts, materials, and labor, and completing repairs within 45 days of contract award, with weekly status updates required throughout the process. This procurement is crucial for maintaining operational efficiency at the Military & Family Readiness Center, ensuring that essential equipment is functional and compliant with federal, state, and local regulations. Interested parties should contact SSgt James Gomez at james.gomez.9@us.af.mil or 316-759-4518, or SrA Jared Castleman at jared.castleman@us.af.mil or 316-759-4512 for further details, with proposals due by May 5, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the requirements for repairing the Remstar Model SYS 120-1411US at the Military & Family Readiness Center, McConnell Air Force Base. The contractor will conduct diagnostics, supply necessary parts, materials, and labor, and complete repairs within 45 days post-contract award. Weekly status updates are mandated. The contractor is responsible for ensuring all work adheres to federal, state, and local regulations while maintaining needed permits and insurance. Key stipulations include providing personnel qualified for equipment repair and ensuring the transfer of manufacturer warranties to the government. The contractor must coordinate with base security, follow established conduct standards, and obtain vehicular access passes. All installation activities are to be performed during designated normal business hours, and all personnel and vehicles are subject to searches to comply with base security measures. This SOW emphasizes the contractor's responsibility for quality assurance and safety throughout the project duration.
    The document addresses an inquiry regarding a solicitation for a new contract related to Remstar services. It confirms that this is a brand-new contract and that there is no existing or prior contract data associated with this requirement. The structured exchange consists of a question seeking clarification on the contract’s status and a direct response indicating its brand-new nature. This document is relevant within the scope of federal requests for proposals (RFPs) and grants, indicating the government’s intent to initiate a new service contract without any incumbent service provider. It underscores the procedural transparency expected in government contracts, ensuring all interested parties are aware that the opportunity is open and unencumbered by previous agreements.
    The Women-Owned Small Business (WOSB) solicitation outlines a Request for Proposals (RFP) for commercial products and services, specifically aimed at enhancing opportunities for women-owned businesses in government contracting. It includes detailed instructions on submission, evaluation criteria, and compliance with federal regulations. The acquisition is classified under North American Industry Classification System (NAICS) with an anticipated delivery window from May 2 to June 13, 2025. The file addresses the needs for repair services on the REMSTAR MODEL SYS 120, emphasizing labor and circuit board replacements, with fixed pricing arrangements. In addition, it incorporates specific clauses related to electronic payment processing, confidentiality, labor standards, and environmental regulations. The document asserts the importance of ensuring adherence to small business participation, promoting transparency and fairness in the procurement process. This solicitation reflects the federal government's commitment to supporting economically disadvantaged groups, enhancing competition, and improving service delivery standards through strategic contracting practices. The overarching goal is to facilitate a diverse and inclusive environment within federal contracting frameworks while ensuring compliance with established laws and policies.
    The document is an amendment to a solicitation that extends the deadline for offer submissions from April 28, 2025, to May 5, 2025. It outlines the required methods for offer acknowledgment, including completing specific items and various communication options. Changes to existing agreements can also be made in writing before the specified due date. The document highlights the importance of acknowledging the amendment to avoid rejection of offers and details the administrative and modification processes relevant to contract orders. Notably, it specifies the change in response times from 10:00 AM to 12:00 PM. This amendment emphasizes the standard protocols in federal procurement processes, indicating a structured approach to contract management and vendor engagement within government operations.
    This document is an amendment to a government solicitation, indicating changes in the acquisition plan from Service-Disabled Veteran-Owned Small Business (SDVOSB) sole source to Full & Open Competition. The amendment includes key details such as extended proposal deadlines, updated line items for labor and materials, and modifications to clauses and certifications in accordance with federal regulations. It replaces a previous SDVOSB set-aside structure and alters the size standard and competition guidelines for prospective bidders. Additionally, new clauses are added, including those concerning HUBZone small businesses and various FAR and DFARS regulations, ensuring compliance with federal acquisition policies. The overall purpose of this amendment is to clarify the terms of the solicitation, ensuring that all interested parties have the most current information necessary to submit valid offers while adhering to legislative requirements relevant to government contracts. The revision process reflects the ongoing adjustments within federal contracting efforts to promote competition and compliance within the procurement environment.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    COOLER UNIT,AIR
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting quotes for the repair of an Air Cooler Unit. The procurement aims to secure a reliable repair service that meets the operational and functional requirements outlined in the solicitation, with a focus on a Repair Turnaround Time (RTAT) of 120 days. This equipment is critical for maintaining operational efficiency within naval operations, emphasizing the importance of timely and quality repairs. Interested contractors should submit their quotes, including pricing and RTAT, by close of business on January 5, 2026, and can direct inquiries to Joseph Weaver at joseph.d.weaver22.civ@us.navy.mil or by phone at (717) 605-1884.
    Repair of the Air Data Processor (ADP)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the Air Data Processor (ADP) under solicitation FA8538-26-R-0005. This Firm Fixed Price contract requires the provision of all necessary parts and labor to test and repair the ADP, which is critical for the operational capabilities of F-15 aircraft. The contract is a sole source requirement directed to Honeywell International, as they possess the unique technical data and expertise necessary for this specialized repair, with a total quantity of 50 units to be addressed. Proposals are due by January 6, 2026, at 4:00 PM EST, and interested parties can contact Madison Norris at madison.norris@us.af.mil for further information.
    Repair of B-1B Torque Motor
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of B-1B Torque Motors, specifically National Stock Numbers 6105-01-232-8318 and 6105-01-232-8319. The procurement aims to secure comprehensive repair services, including provisions for "No Fault Found" items and additional work requirements, with a total estimated contract value of $4,149,750.00 over a base year and three option years. This contract is critical for maintaining the operational readiness of the B-1B aircraft, ensuring that essential components are serviced to meet military standards. Interested contractors must submit their proposals by January 30, 2026, and can direct inquiries to Amy Schmitz at amy.schmitz.1@us.af.mil or David Herrig at david.herrig.1@us.af.mil.
    F108 Stage 1 Fan Blade Repair 005-010 (please respond by 24 February 2025 at 4:00 PM CST)
    Dept Of Defense
    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.
    KC-46 Commercial Common Repairable Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the KC-46 Commercial Common Repairable Support contract, aimed at providing strategic repairable support services for the KC-46A aircraft. This competitive, full and open solicitation requires contractors to ensure a 30-day exchange of unserviceable assets for serviceable ones, which must be FAA-certified, thereby maintaining the aircraft's operational readiness and compliance with aviation standards. The contract will have a five-year base period with a maximum value of $470.9 million, and interested parties should direct inquiries to Stephen Schexnayder at stephen.schexnayder.2@us.af.mil or Joshua Taft at joshua.taft@us.af.mil, with proposals due in accordance with the specified timelines outlined in the solicitation documents.
    B451 Chiller Circuit Repairs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B451 chiller circuit/compressor 2 at Offutt Air Force Base in Nebraska. The project entails troubleshooting and repairing the chiller, which includes a full refrigerant recharge, replacement of oil filters, and conducting associated maintenance checks, with a focus on restoring full functionality to the chiller's second circuit. This procurement is particularly significant as it ensures the operational efficiency of critical cooling systems, with a total estimated contract value of $19 million and a performance period from January 12, 2026, to May 1, 2026. Interested small businesses must submit their proposals by January 5, 2026, and can direct inquiries to A1C Hunter Hendrix at hunter.hendrix.1@us.af.mil or 402-294-5206.
    COMPRESSOR,MARC350A
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting quotes for the repair of the COMPRESSOR, MARC350A, through NAVSUP Weapon Systems Support Mechanicsburg. The procurement aims to secure a reliable repair service with a required turnaround time of 90 days, emphasizing the importance of timely and efficient repair for operational readiness. This solicitation is part of an emergency acquisition initiative, and interested contractors must submit their quotations by December 15, 2025, while adhering to specific requirements outlined in the solicitation, including pricing and repair turnaround details. For further inquiries, potential bidders can contact Valentino P. Arena at 717-605-2498 or via email at valentino.p.arena.civ@us.navy.mil.
    Repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is issuing a solicitation for the repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW, under a firm-fixed price indefinite-delivery requirements contract. The procurement involves comprehensive repair services, including minor and major repairs, as well as handling units deemed Beyond Economically Repairable (BER) and Beyond Physical Repair (BPR). This equipment is critical for monitoring and controlling avionics systems in the B-2 aircraft, ensuring operational readiness and safety. Interested contractors must submit their proposals by January 8, 2026, and can direct inquiries to Morgan Wallar Larsen at morgan.wallarlarsen@us.af.mil or Lance Culver at jimmy.culver@us.af.mil.
    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.
    Reduced Oxygen Breathing Device (ROBD) Maintenance and Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, intends to award a sole source contract for the maintenance and repair of Reduced Oxygen Breathing Devices (ROBD) to Environics, Inc., a Woman-Owned Small Business. The contract will encompass both scheduled and unscheduled maintenance services, including repairs for critical components such as gas regulators and oxygen sensors, essential for aircrew and military freefall parachutist operations. The anticipated contract period includes one base year and four optional 12-month periods, with a focus on timely repairs and customer support, requiring responses from interested parties by December 29, 2025, at 2:00 PM CST. For further inquiries, interested parties may contact Courtney Carter at courtney.carter.6@us.af.mil.