Repair of the fixed Attenuator used in the MWD AN/FPS-132 UEWR radar - NSN 5895-01-053-6204
ID: FA825025Q0634Type: 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)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 10:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of fixed attenuators used in the MWD AN/FPS-132 UEWR radar, identified by National Stock Number (NSN) 5895-01-053-6204. The procurement involves a total small business set-aside for the inspection, testing, and repair of these critical components, which are essential for military operations and require adherence to stringent technical specifications and quality standards. The selected contractor will be responsible for conducting a Test, Teardown, and Evaluation (TT&E) followed by necessary repairs, ensuring compliance with environmental and safety regulations throughout the process. Interested parties should direct inquiries and proposals to Valerie Humphries at valerie.humphries@us.af.mil or Timothy Howard at TIMOTHY.HOWARD.27@US.AF.MIL, with a proposal submission deadline to be confirmed in the solicitation documents.

Files
Title
Posted
Apr 2, 2025, 10:08 PM UTC
The CAV AF Reporting Requirements document outlines the responsibilities and reporting obligations of contractors involved in the management of Government-owned assets for the Air Force's Commercial Asset Visibility (CAV AF) system. It mandates accurate, real-time reporting of asset statuses at contractor facilities and specifies the necessary training and documentation, including completion of the System Authorization Access Request and DoD Information Assurance training. The document emphasizes the necessity of using Government-issued documentation for asset transactions, prohibits particular practices such as Induction-at-Risk of repairable items, and details handling procedures for assets associated with Nuclear Weapon Related Materiel (NWRM). It additionally addresses transactional reporting requirements covering “Not-on-Contract” assets, quality deficiencies, discrepancies in shipments, and asset dispositions, ensuring compliance with both military and safety regulations. By establishing stringent guidelines for tracking and managing assets, the document aims to enhance inventory accountability and mitigate potential discrepancies in Government records, thereby supporting effective management within federal contracting frameworks.
Apr 2, 2025, 10:08 PM UTC
The document outlines the specifications and details of a fixed attenuator, designated with the National Stock Number (NSN) 5985010536204ZA and a reference number of 953426-2. The item is classified under criticality code 'X' and requires demilitarization as indicated by code 'C'. The attenuator, primarily constructed from metal with inner wiring, measures 24.5 inches in length, 16.5 inches in width, and 4 inches in height, weighing 8 pounds. It is reportedly used as a key component in various military and government applications, highlighted by its associated TCTO number (31P6-2FPS132-4) and contact information for Jeffery C. Dykes from 415 SCMS indicating oversight on procurement and maintenance. The document emphasizes the item's non-sensitive nature, requiring no precious metal indicators, and contains no helium content. This summary illustrates the importance of the fixed attenuator within federal procurement processes, suggesting its intended utilization in operational settings while ensuring compliance with procurement and safety standards.
Apr 2, 2025, 10:08 PM UTC
This document outlines the packaging requirements for federal procurement, specifically regarding wood packaging materials (WPM) in compliance with international standards to prevent invasive species, such as the pinewood nematode. Key requirements include ensuring all wooden materials are made from debarked wood and heat-treated to specific temperatures as certified by recognized agencies. The packaging standards cited include MIL-STD-129 for military marking and MIL-STD-2073-1 for military packaging, which detail the preservation levels, methods, and dimensions for shipping items. This regulation underscores the responsibility of suppliers to adhere to precise packaging instructions and marking regulations to facilitate worldwide shipments. The document is structured into sections detailing item numbers, coded data, and comprehensive packaging requirements to ensure safety and standard compliance. Overall, the purpose is to guide vendors in meeting stringent packaging criteria necessary to protect public health and facilitate international trade while adhering to military and federal standards.
Apr 2, 2025, 10:08 PM UTC
The Statement of Work outlines preservation, packaging, and marking requirements for military materials under government contracts. The contractor must follow specified standards, including MIL-STD and ASTM guidelines to ensure compliance with military packaging and marking protocols. Key requirements focus on military packaging practices as per MIL-STD 2073-1, utilizing a twelve-digit code system for documentation, and adhering to labeling standards from MIL-STD 129 for efficient shipment and storage. Special provisions apply to handling hazardous materials, mandating compliance with various regulations, including the International Civil Aviation Organization (ICAO) and U.S. Department of Transportation (DOT) standards. The use of reusable containers is emphasized, and discrepancies in packing must be reported via the Web Supply Discrepancy Report. Overall, the document serves as a comprehensive guide for contractors to manage packaging specifications efficiently while ensuring safety and regulatory compliance in military logistics, crucial for the fulfillment of federal contracts and RFPs related to defense and supply chain management.
Apr 2, 2025, 10:08 PM UTC
The Performance Work Specification (PWS) outlines the requirements for the Department of the Air Force regarding the inspection, testing, and potential repair of an amplifier-attenuator (NSN 5985-01-053-6204) at Hill Air Force Base, Utah. The contractor will conduct a Test, Teardown, and Evaluation (TT&E) followed by repairs as necessary to restore the equipment to a serviceable condition. Key tasks include identifying defective components, adhering to rigorous technical specifications, and ensuring compliance with quality standards and reporting efficiencies. The contractor is also responsible for maintaining supply chain integrity to prevent counterfeit parts from entering the USAF/DoD supply chain, supported by a Counterfeit Prevention Plan. Key performance indicators include timely reporting within specific frames and maintaining serviceability post-repair. Environmental and safety regulations must be adhered to throughout the process, emphasizing thorough documentation and communication with government officials regarding mishaps or discrepancies. Overall, the PWS establishes stringent guidelines to ensure quality and accountability in the maintenance of critical defense equipment.
Apr 2, 2025, 10:08 PM UTC
The document is a revision of a Repair Data List for a fixed attenuator, identified by the National Stock Number (NSN) 5985010536204ZA and CAGE code 49956. It details specific part numbers and associated documentation, including repair data for amplifier-attenuator subassemblies referenced by technical orders and codes. The file records three unique entries associated with respective technical documents, clarifying the data availability and government rights concerning the materials. It also contains remarks about the types of documents provided, indicating whether they are government or classified. The purpose of this document is to outline the necessary repair data for government contracts and RFPs, ensuring compliance and effective resource management in procurement processes. Overall, it serves as a technical reference to support maintenance and repair procedures for military equipment.
Apr 2, 2025, 10:08 PM UTC
The document outlines the requirements for Item Unique Identification (IUID) marking, specifically under DFARS 252.211.7003, for a fixed attenuator with NSN 5985010536204ZA. It is prepared by Kendric R. Hornsby from the 415 SCMS / GUEA and includes detailed marking guidance in accordance with MIL-STD-130. Key details include the engineering drawing number (320026) and stipulations on marking method and location. If the engineering drawing is unavailable, contractors have the discretion to determine marking specifics. The document also notes that the item is recognized as an embedded item related to its NSN. This IUID checklist is part of a larger federal framework ensuring accurate item identification and tracking, which is essential for inventory management and regulatory compliance within government contracts and RFP processes.
Apr 2, 2025, 10:08 PM UTC
The document pertains to a series of federal and state/local Requests for Proposals (RFPs) and grant opportunities aimed at soliciting bids for governmental projects and initiatives. It outlines the objectives for potential contractors to contribute to various community-focused programs. Key topics include funding availability, project specifications, eligibility criteria for applicants, and guidelines for proposal submissions. The structure typically encompasses a project overview, detailed requirements, evaluation criteria, and deadlines for submissions. Emphasizing transparency and competitive opportunity, the document encourages innovative approaches to fulfill government needs within allocated budgets. This initiative demonstrates the government’s commitment to engaging with private sector expertise to achieve broader social objectives, stimulate local economies, and enhance public services.
Apr 2, 2025, 10:08 PM UTC
This document is a Request for Quotation (RFQ) issued by the Department of the Air Force, specifically the Directorate of Contracting at Hill Air Force Base. The RFQ seeks bids for repair services, notably involving fixed attenuators, in compliance with the Small Business Competitiveness Demonstration Program. The contractor must submit firm prices valid for 30 days and comply with stringent qualification requirements stipulated in the attached clauses. It emphasizes the importance of attaching specific data with shipments, such as the DD1348-1 form for accountability and tracking. The RFQ outlines several critical line items requiring inspection, quality assurance, and a variety of data submissions, with details on transportation and delivery terms. The contracting officer, Valerie J. Humphries, is the point of contact for any inquiries and submission of quotations by specified deadlines. The document includes various clauses related to compliance, including those addressing small business representations, payment regulations, and inspection protocols. Overall, it reflects standard procedures for government procurement, focusing on safety, data management, and ensuring quality standards in service delivery.
Lifecycle
Title
Type
Similar Opportunities
Attenuator, Fixed
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting offers for the procurement of two fixed attenuators, identified by National Stock Number (NSN) 5985-01-053-6204. The procurement requires adherence to the Buy American Act, submission of a First Article Test Plan and Report, and compliance with rigorous quality assurance standards, including military packaging and marking requirements. These attenuators are critical components in radio and television broadcasting and wireless communications, ensuring operational readiness and effectiveness in military applications. Interested contractors should contact Dennis Bouy at dennis.bouy@us.af.mil for further details, with submissions expected to comply with specified timelines and regulations outlined in the solicitation documents.
Repair of NSN 5998-01-491-3752 for Mini-MUTES
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of a Circuit Card Assembly, identified by National Stock Number (NSN) 5998-01-491-3752, as part of the Mini-MUTES system. Contractors are required to provide a comprehensive proposal that includes adherence to strict qualification standards, timely delivery of repaired items, and compliance with quality assurance protocols, including the submission of various data items and reports. This procurement is critical for maintaining operational capabilities within military systems, ensuring that the repaired components meet stringent defense standards. Interested contractors should direct inquiries to Logan Drake at logan.drake.4@us.af.mil or John Prather at JOHN.PRATHER.3@US.AF.MIL, with proposals due within the specified timeframe and valid for 120 days.
Repair of NSN 5895015917081 for the GPS Monitor and Ground Antenna
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the GPS Monitor and Ground Antenna, identified by NSN 5895015917081, which includes a digital switching group essential for communication applications within defense systems. The procurement involves multiple line items requiring inspection, testing, and repair of the Ethernet Switch Model WS-C3750X-24T-S, with specific delivery timelines ranging from 24 hours to 60 days after receipt of carcass or completion of studies. This contract is critical for maintaining operational efficiency and security in military communications, and it is set aside for small businesses, with proposals due by May 8, 2025. Interested parties should contact Timothy Howard at timothy.howard.27@us.af.mil or Valerie Humphries at valerie.humphries@us.af.mil for further details.
AN/ALR-56M Repair of the UP Converter and Frequency Selectable Oscillator
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the AN/ALR-56M UP Converter and Frequency Selectable Oscillator, critical components used in F16 and C130I aircraft. The contractor will be responsible for providing accurate and prompt repair services, along with timely reporting in the Commercial Asset Visibility – Air Force (CAV-AF) system, ensuring compliance with quality control and configuration management standards. This procurement is vital for maintaining the operational readiness of military aircraft systems and includes a focus on small business participation, particularly from women-owned and service-disabled veteran-owned enterprises. Interested parties should contact Michael Turk at michael.turk.6@us.af.mil or Lynsey Eades at lynsey.eades@us.af.mil for further details, as the contract will be awarded under FAR Part 15 procedures with a two-year requirement for firm fixed prices.
Repair of NSN: NSN: 5998012939676 FD Circuit Card Assembly
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of a Circuit Card Assembly (NSN: 5998-01-293-9676 FD) under a total small business set-aside. The contractor will be responsible for providing all necessary facilities, parts, materials, and services to inspect, evaluate, and restore the assembly to a serviceable condition, with tasks including Test, Teardown, and Evaluation (TT&E) as well as repair. This assembly is critical for military applications, and the procurement emphasizes compliance with federal regulations, quality assurance standards, and specific documentation requirements. Interested contractors must submit their proposals by April 24, 2025, and can contact Cydnee Simpson at cydnee.simpson@us.af.mil for further information.
Repair of NSN: 5895-01-309-3076 ZR Display Module Assembly
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the Display Module Assembly (NSN: 5895-01-309-3076 ZR), with a focus on Test, Teardown, and Evaluation (TT&E) as well as minor and major repair services. Contractors are required to furnish all necessary facilities, parts, materials, and services to inspect and restore the assembly to a serviceable condition, adhering to strict quality control and compliance standards. This assembly is critical for military operations, and the procurement aims to ensure operational readiness and reliability of the equipment. Interested vendors must submit their proposals by May 1, 2025, and can contact Cydnee Simpson at cydnee.simpson@us.af.mil for further information regarding the solicitation.
58--RECEIVER,RADAR - AND OTHER REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure replacement parts for radar equipment, specifically the NSN 7R-5841-014002184-GF, with a quantity of 40 units required for repair and modification purposes. This procurement is critical for maintaining the operational readiness of airborne radar systems, which play a vital role in defense operations. Interested vendors are encouraged to submit their capabilities and proposals within 45 days of this notice, as the government intends to negotiate with a single source under FAR 6.302-1. For further inquiries, interested parties can contact Christina M. Foley at (215) 697-0484 or via email at CHRISTINA.M.FOLEY5.CIV@US.NAVY.MIL.
UMTE - Transmitter
Buyer not available
The Defense Logistics Agency, specifically DLA Aviation at Ogden, UT, is seeking proposals for the procurement of six units of the AN/TPT-T1 transmitter, identified by National Stock Number (NSN) 5840-01-508-1032. This solicitation emphasizes the importance of compliance with military packaging and marking standards, as outlined in the accompanying documentation, which includes requirements for preservation, packaging, and shipping of military and hazardous materials. The successful contractor will be responsible for adhering to strict guidelines, including the submission of a Counterfeit Prevention Plan and a First Article Test Plan, ensuring the integrity and traceability of the supplied equipment. Proposals must be submitted by May 30, 2025, with inquiries directed to Travis Bodily at travis.bodily@us.af.mil.
RECEIVER-TRANSMITTER, RADAR
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking contractors for the repair of two Receiver-Transmitter Radar units under a firm-fixed-price (FFP) contract. The procurement involves the repair of National Stock Number (NSN) 7R5841015221618, with the aim of returning the equipment to a "Ready for Issue" condition, ensuring compliance with military standards and operational readiness. This opportunity is critical for maintaining the functionality of military radar systems, which play a vital role in defense operations. Interested parties should contact Connor Lewis at 215-697-4757 or via email at connor.c.lewis.civ@us.navy.mil for further details.
59--SELECTOR,ANTENNA, 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 a Selector Antenna, identified by NSN 7R-5985-015855316-P8. The procurement involves a quantity of three units, with delivery required FOB Origin, and mandates Government source approval prior to contract award due to the flight-critical nature of the item. This opportunity is significant as it pertains to essential equipment used in defense operations, and only previously approved sources will be considered for the award. Interested parties must submit their proposals along with the necessary source approval documentation to Connor C. Lewis at CONNOR.C.LEWIS.CIV@US.NAVY.MIL, ensuring compliance with the requirements outlined in the NAVSUP Source Approval Information Brochures. The solicitation emphasizes that offers lacking the required documentation will not be considered, and the timeline for source approval may affect the award process.