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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Similar Opportunities
    Repair of JTE Antenna NSN: 5985-01-599-9815
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting qualified contractors for the repair of the JTE Antenna (NSN: 5985-01-599-9815). The procurement involves comprehensive services including Test, Teardown, and Evaluation (TT&E) of the antenna, as well as potential repair of identified components to restore the item to a serviceable, like-new condition. This antenna is critical for radar applications, and the successful contractor will be responsible for ensuring compliance with stringent quality and security standards throughout the repair process. Interested vendors must submit a Source Approval Request (SAR) to qualify, with a response deadline set for January 5, 2026. For further inquiries, contractors can contact Elijah Leo Carino at elijahleo.carino@us.af.mil or Cydnee Simpson at cydnee.simpson@us.af.mil.
    F16_AN-APG_68_RADAR_PN758R99OG01_NSN_1270012383662
    Dept Of Defense
    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_APG_68_Dual_Mode_Transmitter_PN585R224H04_NSN_5960013415198
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide repair services for the AN/APG-68 Dual Mode Transmitter, part number 585R224H04, identified by NSN 5960-01-341-5198. Interested offerors must meet stringent qualification requirements, including having the necessary facilities, testing capabilities, and a complete data package to ensure compliance with government standards for the repair of this critical electronic component used in F-16 C/D radar systems. The estimated cost for qualification testing is approximately $260,800, with a completion timeline of around 730 days. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil or call 801-777-2211 for further details and to express their intent to qualify.
    59--ATTENUATOR,VARIABLE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 19 units of a variable attenuator, identified by NSN 5985014764639. This procurement may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated 12 orders per year and a guaranteed minimum of 2 units. The items are critical for various military applications and must meet specific source-controlled drawing requirements, with approved sources listed in the solicitation. Interested vendors should submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    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.
    F-16_Radar_Antenna_Phase_Shift_Driver_Unit_NSN1270015616088_PN562R218Ho1
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources to repair the Phase Shifter Assembly (P/N: 562R218H01, NSN: 1270-01-561-6088WF) for the AN/APG-68 Radar Antenna. Offerors must demonstrate their capability to meet stringent qualification requirements, including access to necessary facilities and equipment, adherence to ESA-approved data packages, and submission of a comprehensive qualification test plan and report. This repair component is critical for maintaining the operational effectiveness of the radar systems used in military applications. Interested parties should contact the SASPO office at 429SCMS.SASPO.Workflow@us.af.mil, with an estimated qualification cost of $4,000 and a completion timeframe of 90 days prior to contract award. Successful qualification does not guarantee a contract award.
    59--ATTENUATOR,VARIABLE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 48 units of a variable attenuator, identified by NSN 5985014764639. This procurement is based on a source-controlled drawing, and only approved sources are eligible to submit quotes, which must meet the specified requirements outlined in the solicitation. The attenuator is crucial for various electrical and electronic equipment applications, ensuring signal integrity and performance in military communications systems. Interested vendors should submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    59--ATTENUATOR,FIXED
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 21 units of a fixed attenuator, identified by NSN 5985015720247. This procurement may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated five orders per year and a guaranteed minimum of three units. The attenuator is crucial for electrical and electronic equipment components, and items will be shipped to various DLA depots both within the continental United States and overseas. Interested vendors, particularly Women-Owned Small Businesses, must submit their quotes electronically, and any inquiries should be directed to DibbsBSM@dla.mil.
    F16_ANAPG_68_RadarDualModeTransmitterNSN5998013035872PN762R831G01
    Dept Of Defense
    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.
    ATTENUATOR, VARIABLE
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for a firm-fixed-price contract for Variable Attenuators (NSN: 5985-01-537-9249) specifically intended for the M-D6 Patriot Weapon System. The procurement is restricted to General Microwave Corporation, CAGE Code 11332, and includes requirements for a Contractor First Article Test (FAT) with a 30-day testing timeline, followed by government approval within another 30 days, after which production units are expected to be delivered within 90 days. Compliance with various standards, including IUID markings, Arms Export Control regulations, and MIL-STD 129 for packaging, is mandatory, along with adherence to ISO 9001:2015 and SAE AS5553 for counterfeit risk management. Interested offerors must have an active United States/Canada Joint Certification Program (JCP) certification to access the necessary export-controlled technical data, and they can reach out to Shonika McCreless or Mallory Medley via email for further inquiries.