MEON Repair Requirement
ID: A046744Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEF4FDCC LAIRCM AFLCMC WNYWRIGHT PATTERSON AFB, OH, 45433-7213, USA

NAICS

Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (334511)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES (J016)
Timeline
    Description

    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is seeking capabilities packages from potential sources to fulfill the MEON Repair Requirement for the Multi-Purpose Electro-Optical End-to-End Infrared Testing System. This procurement aims to identify qualified contractors capable of providing maintenance and repair services in accordance with the Statement of Work (SOW), which emphasizes adherence to established manufacturing and quality standards, as well as efficient logistics and record-keeping practices. The repairs will support various military branches and foreign military sales, highlighting the critical nature of the services being sought. Interested firms, including small businesses and those with specific socio-economic statuses, must submit their capabilities packages by March 28, 2025, at 5:00 PM Eastern Time to the designated contacts, Andrew Wal and Margaret Seid, via email.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) outlines the repair and maintenance processes for the Multi-Purpose Electro-Optical End-to-End Infrared Testing System (MEON) under the Large Aircraft Infrared Countermeasures (LAIRCM) program. The U.S. Air Force Life Cycle Management Center is responsible for managing these repairs, which will support the Air Force, Army, Navy, and Foreign Military Sales customers. All repairs will be executed on a Firm Fixed Price basis, adhering to established manufacturing and quality standards. The Contractor must issue a Certificate of Conformance upon repair completion, ensuring that all MEON configurations are correctly maintained. Key responsibilities include managing the logistics of repair, maintaining records, and ensuring compliance with specified repair practices. The SOW includes conditions for condemning assets that are economically unrepairable and stipulates that all shipping adheres to military standards. A critical performance objective requires the contractor to maintain detailed records of repairs, demonstrating compliance with the SOW. The document emphasizes precision in adhering to procedures, with specific attention to turnaround times and material management. Overall, this SOW reflects the government's focus on efficient operation, accountability, and the systematic management of defense-related maintenance activities.
    Lifecycle
    Title
    Type
    MEON Repair Requirement
    Currently viewing
    Sources Sought
    Similar Opportunities
    Repair of B-2 Laser Energy Monitor, Optical Assembly
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of B-2 Laser Energy Monitor and Optical Assembly under solicitation FA811924R0013. The procurement involves comprehensive repair, calibration, and testing services for Air Force equipment, ensuring they are restored to a serviceable condition, with specific emphasis on the incorporation of Material Lay-In as detailed in the recent amendment. This contract is crucial for maintaining operational readiness and includes a basic performance period from May 2025 to May 2030, with an option to extend until May 2035, covering various line items with firm fixed pricing. Interested contractors should reach out to Taylor Baptiste at taylor.baptiste@us.af.mil or Phillip Crowder at phillip.crowder@us.af.mil for further details and to ensure compliance with the outlined quality standards and timelines.
    REPAIR SERVICES FOR THE AEWS PROGRAM - NSN: 6130012091573
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for repair services related to the AEWS program, focusing on the power supply with National Stock Number (NSN) 6130012091573. The procurement involves the repair of 10 units of the specified power supply, with delivery timelines of 30 days and 120 days after receipt of carcasses, along with various data requirements and compliance with quality assurance standards. This equipment is critical for military operations, ensuring reliability and functionality in defense systems. Interested contractors should direct inquiries to Timothy Howard or Valerie Humphries, with proposals due in accordance with the outlined submission guidelines and evaluation criteria.
    REPAIR SERVICES MINI MUTES PROGRAM
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide repair services for the Mini MUTES Program, focusing on a critical power supply component (NSN: 6130-01-314-7781). The procurement requires vendors to be on an approved sources list, with a detailed qualification process outlined in the attached SQSR document, which emphasizes the importance of engineering source approval to ensure product quality and mitigate technical risks. This power supply is essential for ground radar operations, and the successful contractor will be responsible for thorough testing, evaluation, and compliance with stringent military specifications. Interested vendors must contact John Prather at john.prather.3@us.af.mil or call 801-586-3463 for further details, with quotes due by April 11, 2025.
    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.
    Keithley Systems Service
    Buyer not available
    The Department of Defense, through the Defense Microelectronics Activity (DMEA), is soliciting proposals for the Keithley Systems Service, specifically targeting maintenance and support for Keithley test systems, including the S530 and 4200A models. The procurement aims to ensure accurate calibration, repair, and technical support for DMEA-owned equipment, which is critical for testing wafers produced for defense microelectronics applications. This firm-fixed-price contract will be awarded based on best value, with a submission deadline for quotes set for 2:00 p.m. PST on March 19, 2025. Interested contractors should direct inquiries to Zonel Laborde at zonel.laborde.civ@mail.mil, noting that the contract is contingent on funding availability and emphasizes compliance with federal acquisition regulations.
    Repair of the SEM/EDX JetSCAN Equipment
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Scanning Electron Microscopes (SEM/EDX), focusing on the inoperable JetSCAN equipment. The procurement aims to establish a firm fixed price contract that includes identifying, troubleshooting, and repairing the JetSCAN machines, along with providing a three-day user training course and monthly status reports for data trend analysis. These services are crucial for maintaining the operational readiness of high-value scientific equipment used by the U.S. Air Force. Proposals are due by January 16, 2025, and interested contractors can reach out to Jordan Rausch at jordan.rausch@us.af.mil or Lance Culver at jimmy.culver@us.af.mil for further information.
    Repair services for the CRC TPS-75 program NSN 5840-01-538-6564
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for repair services related to the CRC TPS-75 program, focusing on the frequency generator identified by NSN 5840-01-538-6564. The procurement requires contractors to perform comprehensive inspection, testing, and restoration services, adhering to strict quality standards and documentation protocols, including Electrostatic Discharge (ESD) control and counterfeit prevention measures. This equipment is critical for military operations, necessitating that all repairs meet the standards of new items to ensure operational readiness. Interested contractors should contact Valerie Humphries at valerie.humphries@us.af.mil or Timothy Howard at TIMOTHY.HOWARD.27@US.AF.MIL for further details, with proposals due by March 31, 2025.
    Repair of the enhanced/Color Programmable Display Generator (e/CPDG)
    Buyer not available
    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) with NSN 1280-01-508-4197WF. This Sources Sought notice aims to gather information on entities capable of performing the necessary repairs and to assess the potential for competition and the feasibility of a Small Business Set-Aside. The e/CPDG is crucial for aircraft operations, highlighting the importance of reliable electronic and precision equipment maintenance. Interested parties are encouraged to submit their relevant experience and company profiles by April 7, 2025, and may direct inquiries to Mr. Darin Rector at daren.rector@us.af.mil.
    REPAIR SERVICES ECA, RFGU, SYNTH, 2-18 GHz DW, ECA, RFGU, SYNTH, .5-18 GHz DW
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide repair services for electronic components, including the 2-18 GHz and 0.5-18 GHz digital waveforms, as part of a Sources Sought notice. Interested parties must demonstrate their capability to repair specific components, including the NSN 5998-01-598-5645 and P/N 903-5004068, by submitting a detailed qualification test plan, a qualification article, and a complete data package, with estimated costs for testing around $13,000 and a completion timeline of approximately 90 days. These components are critical for the AN/TSQ-T10 Joint Tactical Terminal (JTE) system, emphasizing the importance of reliability and compliance with military standards. For inquiries, potential offerors can contact Chao Chin at chao.chen.1@us.af.mil or John Prather at JOHN.PRATHER.3@US.AF.MIL, with the understanding that foreign participation at the prime contractor level is prohibited.
    PR 24-00065 Repair of Chassis Plug-In Unit
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair, calibration, and testing of the Chassis Plug-In Unit, a critical electronic component used in the Fire Control System Test set for military aircraft. This five-year contract, which includes a basic year and four option years, requires compliance with stringent performance standards and the management of government property, ensuring that repairs meet original equipment manufacturer (OEM) specifications. The successful contractor will be responsible for adhering to various federal regulations, including packaging and transportation requirements, as well as maintaining high-quality standards throughout the contract duration. Interested vendors should contact Brayan Rubalcava at brayan.rubalcava@us.af.mil or Steve Renfroe at Carlos.renfroe.1@us.af.mil for further details, with proposals due by April 11, 2025.