Repair Services for the UMTE Program
ID: FA825025Q0014Type: 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

RADAR EQUIPMENT, EXCEPT AIRBORNE (5840)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking repair services for the UMTE Program, with the procurement being a sole source to DRS Training and Control Systems, LLC. The contract involves the teardown, testing, and evaluation of a radar modulator (NSN: 5840-01-592-8995), requiring compliance with various government standards and protocols for quality assurance and reporting. This equipment is critical for military operations, necessitating precise repair and maintenance to ensure operational integrity. Interested vendors should direct inquiries to John (Kenny) Prather at JOHN.PRATHER.3@US.AF.MIL, with quotes due by August 8, 2025, following the issuance of the Request for Quotation on July 9, 2025.

    Point(s) of Contact
    John (Kenny) Prather
    JOHN.PRATHER.3@US.AF.MIL
    Files
    Title
    Posted
    The CAV AF Reporting Requirements document outlines the responsibilities and procedures for contractors involved in the Contract Depot Maintenance (CDM) program of the Air Force's Commercial Asset Visibility (CAV AF) system. It serves as the primary record system for tracking the status of government-owned assets at contractor repair facilities, mandating daily reporting of these assets. Key contractor responsibilities include submitting daily reports, ensuring accurate records reflect physical assets, and complying with cybersecurity training requirements. Contractors must use specific forms for transaction reporting and adhere to guidelines for handling discrepancies and reporting issues related to shipping and asset management. The document details training protocols, reporting procedures for assets not under contract, and emphasizes the importance of using correct shipment documentation to maintain inventory accuracy. Additionally, any discrepancies must be reported to the appropriate channels for resolution. Ultimately, this document underscores the necessity for contractors to maintain accountability and compliance with asset visibility standards, ensuring the effective management of government property throughout the repair process. These guidelines are critical for adherence to federal regulations and the efficient handling of contracts within government operations.
    The document emphasizes the importance of utilizing Adobe Reader for optimal viewing of a PDF portfolio related to federal government requests for proposals (RFPs), grants, and state/local RFP processes. While lacking specific content details, it suggests that the materials contained within the PDF are critical for stakeholders involved in federal funding opportunities. Users are encouraged to download the necessary application to access the file for effective engagement with this key government documentation. This reminder reflects the government’s focus on transparency and accessibility in disseminating procurement information, which facilitates participation and compliance among interested parties.
    This Request for Quotation (RFQ) FA8250-25-Q-0014, issued by the Department of the Air Force, seeks quotes for the teardown, testing, and evaluation of a radar modulator (NSN: 5840-01-592-8995), including necessary repair services. The issuance date is July 9, 2025, with quotes due by August 8, 2025. Notably, this RFQ is not a small business set-aside. The contractor is required to hold price quotes firm for 90 days and must comply with various government directives, including data requirements and quality assurance protocols. The RFQ specifies procedures for submitting quotations and includes terms related to acceptance, inspection, and quality assurance for delivered items. It outlines distinct Contract Line Item Numbers (CLINs) detailing shipment requirements, maximum extent of repair scenarios, and necessary documentation for services performed. The document also encompasses contract clauses addressing oversight, confidentiality, compensation, and compliance with federal regulations concerning telecommunications and materials used. Overall, the RFQ serves to procure essential repair and assessment services for military equipment, reinforcing the government’s commitment to maintaining operational integrity while ensuring adherence to regulatory standards.
    The document pertains to a logistics update regarding a radar modulator, specifically associated with the National Stock Number (NSN) 5840015928995FD. The primary purpose is to reflect a change in the Contractor and Government Entity (CAGE) code from 12115 to 12339, as initiated by Jason I. Pedersen from the 415 SCMS / GUMAA on September 7, 2022. The radar modulator, which functions within radar systems, has criticality and security designations indicating its importance and controlled access. Details include physical dimensions: a length and width of 12.5 inches, height of 10.39 inches, and weight of 50 pounds. The item does not indicate a specified material but highlights its electronic safety concerns and demonstrates the requirement for sensitive handling during operations. Furthermore, it notes the absence of helium content and precious metal indicators, alongside specific project requirements for Government Furnished Equipment (GFE) and property. This file is a crucial component of federal documentation that aids in the management and oversight of critical defense-related materials and their logistics.
    The document outlines packaging requirements for federal purchases under instrument number FD20202500913-00, specifically meeting standards to address invasive species concerns related to wood packaging materials (WPM). Compliance with the United Nations' WPM restrictions is emphasized, requiring that all wooden materials be manufactured from debarked wood and subjected to heat treatment at specified temperatures. Further, certification from an accredited agency is mandated, following international standards for phytosanitary measures. The document provides detailed codes and additional packaging specifications for various military items, referencing applicable military standards for packaging and marking. It also stipulates that shipping containers must be marked per military marking standards, with potential additional requirements for specific item identifications. The packaging specialist, Charles B. Davis, is the designated contact, indicated by accompanying signatures and contact details. Overall, the document ensures that proper protocols are maintained for the safe and compliant packaging of materials to prevent the spread of invasive species while adhering to military and regulatory guidelines.
    The Performance Work Specification (PWS) outlines the requirements for the repair and evaluation of a Radar Modulator (NSN 5840-01-592-8995) for the U.S. Air Force. Contractors are tasked with providing facilities, parts, equipment, and comprehensive testing services, which include "Test, Teardown, and Evaluation" (TT&E) to determine the item’s condition before any necessary repairs. All serviceable items must meet original specifications upon return. The document stipulates strict performance and quality requirements, including acceptance testing, reporting failures, and handling/packaging protocols. Key components include management of Electrostatic Discharge (ESD), a Counterfeit Prevention Plan (CPP) for electronic parts, and compliance with safety regulations during repairs. Additionally, the contractor must document all discrepancies and submit various reports as per defined timelines. The directive emphasizes that any counterfeit parts found must be reported promptly, alongside implementing effective risk assessment strategies. Overall, this PWS ensures the reliable return of critical technology to serviceable condition while addressing quality, safety, and compliance issues throughout the repair process.
    The document pertains to a revision of a Repair Data List (RDL) for a Radar Modulator with a National Stock Number (NSN) 5840015928995FD. The file includes a change in the CAGE code for the vendor from 12115 to the new CAGE code 12339, as updated on 24 August 2022. Key details include two parts: an Illustrated Parts Breakdown and a Vendor Item Control Drawing, with both classified under government documentation rights. The document outlines the types of data available and specifies the handling of classified and vendor information. This RDL serves as a resource for contractors or entities engaged in procurement or maintenance concerning the radar modulator, ensuring compliance with government standards and requirements for information access in the context of federal requests for proposals (RFPs).
    The Statement of Work outlines the requirements for preservation, packaging, and marking of military materials as specified by the Department of Defense (DoD). It mandates adherence to various standards, including MIL-STD 2073-1 for military packaging and MIL-STD 129 for military marking. The document specifies the use of the AFMC Form 158 for packaging requirements, ensuring that hazardous materials are labeled and packaged according to international guidelines and regulatory standards like ICAO and CFR Title 49. The offeror must comply with specific requirements for electrostatic materials, reusable containers, and management of discrepancies through the Web Supply Discrepancy Report system. Special Packaging Instructions Retrieval & Exchange System (SPIRES) is also highlighted for accessing packaging requirements. The document underscores the importance of using up-to-date standards and provides a comprehensive list of applicable guidelines, such as FED-STD-313 for hazardous materials. This meticulous adherence to regulations is aimed at ensuring the safe and efficient handling of military goods, reinforcing the necessity for standardization in government contracts related to military logistics and material handling.
    The document outlines transportation data for federal solicitations related to commodities, detailing procedures for shipping under specific purchase instruments. Initiated on July 2, 2025, it includes transportation provisions and clauses such as F.O.B. origin and destination, along with pertinent FAR citations. Vendors must contact the DCMA Transportation office for shipping instructions on administered contracts to ensure compliance with DOD regulations. The file specifies cargo details, such as National Stock Numbers (NSNs), shipping addresses, and account codes for transportation funding. It emphasizes the importance of obtaining necessary clearances before freight movement to avoid extra costs. The summary closes with contact information for Glenn A. Carter from the 406 SCMS, affirming the cooperative nature of the procurement process. This document plays a crucial role in managing logistics and ensuring adherence to governmental transportation protocols within federal grant frameworks.
    The document outlines the Item Unique Identification (IUID) Checklist requirements under DFARS 252.211.7003, specifically addressing the marking of items that require IUID. It details the particulars for a radar modulator identified by NSN 5840015928995FD, including the version number, responsible initiator, contact information, and applicable marking standards (MIL-STD-130). Marking guidelines specify that the contractor will determine the location and method for markings, guided by an engineering data attachment. The document also notes the item’s classification as an embedded item with the same NSN reference and similar marking protocols. Overall, this checklist serves as an essential reference to ensure compliance with federal marking regulations for defense contracting, facilitating accurate tracking and inventory management.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    F16_ANAPG_68_RadarDualModeTransmitterNSN5998013035872PN762R831G01
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources for the repair and maintenance of the RF Controller (NSN: 5998-01-303-5872, P/N: 762R831G01) used in the F-16 C/D AN/APG-68 Radar Dual Mode Transmitter. Interested offerors must meet stringent qualification requirements, including the ability to certify access to necessary facilities and equipment, provide a complete data package, and undergo a rigorous testing and evaluation process to demonstrate compliance with government standards. This procurement is critical for maintaining the operational readiness of the F-16 radar systems, ensuring that the RF Controller functions effectively within military operations. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil or by phone at 7772211 for further details, as the qualification process is estimated to take approximately 270 days and may incur costs around $5,000.
    Repair of NSN 5836-01-605-8162
    Buyer not available
    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.
    99--RECEIVER TRANSMITTE, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of receiver transmitters, with a presolicitation notice for a sole source requirement. The procurement involves a quantity of 10 units of NSN 0R-0098-LLZ98S445-CC, and the government does not possess sufficient data to contract with sources other than the current supplier, necessitating government source approval prior to award. These items are critical for military operations and are subject to various trade agreements, emphasizing the importance of compliance with the NAVSUP WSS Source Approval Brochure for interested vendors. For inquiries, potential bidders can contact Cody P. Cameron at (215) 697-1202 or via email at cody.p.cameron.civ@us.navy.mil.
    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.
    AN/ALQ-172 Repair
    Buyer not available
    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.
    F16_APG68_RadarDualModeTransmitter_PN772R0225G01_NSN5598012031936
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources to repair the RF Controller (Part Number 772R025G01) associated with the F-16 C/D AN/APG-68 Radar Dual Mode Transmitter. Interested contractors must meet stringent qualification requirements, including demonstrating access to necessary facilities and equipment for repair, inspection, and testing, as well as providing a complete data package that includes relevant drawings and specifications. This RF Controller is critical for the operational capabilities of the F-16 aircraft, and the repair process must comply with government standards to ensure reliability and performance. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil for further details, with an estimated qualification cost of $5,000 and a completion timeline of approximately 270 days.
    F-16 Radar Antenna Phase Shift Driver Unit NSN: 1270-01-561-6088 PN: 562R218H01
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources to repair the Phase Shifter Assembly (P/N: 562R218H01, NSN: 1270-01-561-6088WF) for the AN/APG-68 Radar Antenna. Interested offerors must demonstrate their capability to meet stringent qualification requirements, which include providing a complete data package, submitting a qualification test plan, and delivering a pre-contract award qualification article for evaluation. This repair unit is critical for maintaining the operational effectiveness of the radar systems used by the Air Force. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil or by phone at 7772211 to express their intent to qualify, with an estimated qualification cost of $4,000 and a completion timeframe of 90 days. Note that successful qualification does not guarantee a contract award.
    F16_AN-APG-68 Dual Mode Transmitter_NSN5960013415198_PN585R224H04
    Buyer not available
    The U.S. Air Force is seeking sources capable of repairing the F-16 C/D AN/APG-68 Radar Dual Mode Transmitter, a critical electronic component identified by NSN 5960-01-341-5198 and P/N 585R224H04. Offerors must meet stringent qualification requirements, including facility and testing capabilities, to become eligible repair sources. This procurement focuses on ensuring the availability of this specialized component, likely for national security purposes, and involves a fixed-price contract. Interested parties should contact Tracey Beringer for further details.
    99--RECIEVER, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of a specific receiver, identified by NSN 0R-0098-LLZ98S225-CC, with a total quantity of 12 units required. This procurement is classified as a sole source requirement, indicating that the government lacks sufficient data to contract with any source other than the current supplier, and it is subject to various trade agreements. Interested vendors must obtain Government Source Approval prior to award and submit the necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure, which is available online. For inquiries, potential bidders can contact Cody P. Cameron at (215) 697-1202 or via email at cody.p.cameron.civ@us.navy.mil.
    NIIN: 01-560-2895/ NOMEN: RECEIVER-TRANSMITTE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure repair services for the Receiver-Transmitter, part number 264A020-1, under a sole source contract with Lockheed Martin. The procurement involves the repair of two units, identified by NSN 7R 5841 015602895, and is classified under NAICS code 334511, focusing on navigation and communication equipment manufacturing. This repair is critical for maintaining operational capabilities, and the government anticipates issuing the award under an existing Basic Ordering Agreement (BOA). Interested parties must submit their capability statements to Kate N. Schalck at kate.n.schalck.civ@us.navy.mil within 35 days of this notice, as this opportunity is not set aside for small businesses and will not involve competitive proposals.