Repair of NSN 5895015917081 for the GPS Monitor and Ground Antenna
ID: FA825025Q0642Type: 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)
Timeline
    Description

    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.

    Files
    Title
    Posted
    The CAV AF Reporting Requirements document outlines the responsibilities of contractors regarding the Commercial Asset Visibility Air Force (CAV AF) system for reporting on government-owned assets at repair facilities. The system serves as the primary record for daily asset status and requires accurate and timely reporting from contractors. Key responsibilities include maintaining accurate asset records, training personnel on reporting processes, and submitting necessary documentation such as the DD Form 2875 for system access. Contractors must ensure all transactions, particularly involving nuclear-related materials, are reported within one business day, while detailed procedures for managing discrepancies in shipments are provided. Additionally, contractors are mandated to conduct physical inventory checks and ensure compliance with government tracking requirements. Overall, the document emphasizes accurate and timely asset management to support effective inventory oversight within the Department of Defense.
    The document outlines transportation data essential for government solicitations related to a purchase instrument (FD20202500642-00) initiated on March 20, 2025. It includes detailed transportation provisions, including F.O.B. terms, vendor instructions, and transportation funding information. Contact protocols with the Defense Contract Management Agency (DCMA) are specified for obtaining shipping instructions and regulatory clearances, emphasizing the importance of prior communication to avoid additional costs. Specific items and shipping addresses are indicated for military logistics, including item numbers, National Stock Numbers (NSN), and destination addresses primarily located at Hill Air Force Base, Utah. The transportation funds information links several account codes and outlines the requirements for storage and handling. Each item is accompanied by remarks indicating adherence to Department of Defense requirements. Additionally, the final page includes contact details for Chiquita D. Cole from the relevant office, confirming the data’s authority. This overall structure reflects a well-organized approach to managing government procurement and transportation logistics essential for operational efficiency and compliance within federal contracts.
    The document outlines processes related to federal and state Request for Proposals (RFPs) and grants. Its primary focus is on providing guidelines for potential applicants, including eligibility criteria, submission requirements, and evaluation metrics. The summary emphasizes the importance of adhering to specified deadlines and formatting instructions to enhance the chances of receiving funding. The structure includes sections detailing the application process, required documentation, and compliance with federal and local regulations. Additionally, it highlights the significance of demonstrating project viability and alignment with governmental priorities to foster effective use of allocated resources. This comprehensive overview serves as a critical resource for organizations seeking to navigate the competitive landscape of governmental funding opportunities while ensuring adherence to compliance and procedural requirements.
    The document details a government item specification for a Digital Switching Group unit, identified by NSN 5895015917081GO and CAGE 0GX96, intended for communication applications within defense systems. The item is described as a digital converter, built with metal, copper, and circuit card materials, weighing 20 pounds and measuring 18x17.5x2 inches. It holds a criticality code of 'X' and a demilitarization code of 'Q'. The remarks section indicates that the initiator is Johnny R. Tucker from the 415 SCMS/GUMBB, with contact details provided. The document includes aspects such as safety codes and precious metal indicators, stating no helium content. This item summary aligns with federal RFP requirements, suggesting its deployment within government projects emphasizing security and operational efficiency. The overall focus is on the technical specifications and compliance elements necessary for procurement within government contracting frameworks.
    The document outlines the evaluation factors for awarding a government contract under a solicitation utilizing Lowest Priced procedures for technically qualified offerors. The selection will be based on the Total Evaluated Price (TEP), which assesses price reasonableness and balance. Price reasonableness ensures that proposed prices are in line with market expectations, while balance prevents unbalanced pricing that could indicate misleading offers. Offerors must meet all solicitation terms, including being an approved source on specified worksheets, prior to contract award. The government retains the option to award no contract. The winning bid will be the lowest TEP from a qualified source, and in cases of tie proposals, discussions for best and final offers may occur. Past performance and delivery capabilities are also critical in determining contractor responsibility as per established federal guidelines. This document serves to communicate the evaluation process and criteria integral to the contract award mechanism within government procurement.
    This document outlines instructions, conditions, and notices for offerors preparing proposals in response to a government solicitation. It emphasizes the importance of adhering to specified formats and content requirements, noting that failure to comply may lead to unfavorable evaluations or disqualification. Communication must be directed solely to the designated government representative, Contracting Officer Valerie Humphries, for inquiries or concerns regarding the solicitation. The government reserves the right to award contracts based on initial proposals without discussions but may opt to engage in discussions if deemed necessary. Proposals must be submitted electronically via email, although hardcopy submissions are permitted. Offerors must complete specific sections of the solicitation, including proposed prices and delivery dates, as well as clauses regarding inspection and acceptance. The solicitation indicates the intention to award the contract to a single offeror but also allows for the possibility of not awarding any contract. Overall, the document serves as a comprehensive guide for potential bidders to ensure compliance with the solicitation's requirements for a fair and timely proposal evaluation.
    The document outlines the qualification requirements for becoming an approved source for repairing the WS-C3750X-24T-S Ethernet Switch, essential for the AN/FSQ-141(V) GPS/Operational Control System. Interested offerors must notify the government and demonstrate capabilities in facilities, testing, inspection, and having a complete data package, including specific CISCO SYSTEMS drawings. Furthermore, compliance with government repair standards and Unique Identification requirements is crucial. A detailed qualification test plan must be submitted at the offeror's expense, with an estimated qualification period of 30 days and no expected costs for testing and evaluation. The document also stipulates conditions under which offerors may apply for qualification waivers based on prior experience with similar items or qualifications, allowing for flexibility in the contracting process. Ultimately, all proposals must meet these qualifications before any contracts are awarded, although previous qualifications alone do not guarantee contracting opportunities.
    The document outlines the Item Unique Identification (IUID) checklist in accordance with DFARS 252.211.7003, specific to a particular item that requires IUID marking. It identifies a switching group (NSN 5895015917081GO), associated contact personnel, and necessary markings, emphasizing adherence to MIL-STD-130 standards. Key information includes the marking type (Direct Part Mark) and method (Tesa Tape), with specific instructions regarding the placement of the UID label. Furthermore, it references an engineering drawing for detailed marking location and includes remarks from personnel involved in the process. The document also recognizes embedded items related to the NSN but lacks additional specific details within this section. This checklist is essential for ensuring compliance with marking protocols within federal RFP requirements and facilitates performance tracking and inventory management related to government contracts and grants. Overall, the document serves as a guideline for compliance in labeling and marking defense-related items accurately and effectively.
    The document is a repair data list for government contracts involving digital switching systems, specifically detailing Ethernet switches. It showcases three line items, each with distinct Cage Codes, part numbers, and relevant documentation references. The primary focus is on the specifications of the hardware, including a digital switching group and Ethernet switches, with details provided on their availability status and government rights. The remarks section defines the method codes used for documentation, indicating the nature of the data available, such as whether it is classified, furnished with solicitation, or requires specific conditions like contract award documentation. Overall, this document serves to inform potential contractors about the requirements and relevant specifications for submitting proposals related to these technical components. The structured format and specific codes facilitate clear communication of essential information necessary for government procurement processes.
    The document provides instructions for correctly placing a UID label on a specific object, likely in a context related to federal grants or RFPs (Requests for Proposals). The directive emphasizes the importance of not obscuring existing labels during the application of the new UID label. This likely pertains to a regulatory compliance requirement in tracking or identifying assets associated with federal funding or grant projects. Proper label placement is crucial for maintaining accurate records and ensuring accountability in government-funded initiatives. The concise directive underscores attention to detail and adherence to protocols, which are essential in federal and state compliance frameworks.
    The Performance Work Specification (PWS) from the Department of the Air Force details requirements for contractors to inspect, test, and repair Ethernet Switch Model WS-C3750X-24T-S. The contractor is tasked with two primary efforts: conducting Test, Teardown, and Evaluation (TT&E), and if necessary, repairing components to ensure they meet original specifications. The contractor must provide a report identifying any components needing repair. Key performance requirements include delivering serviceable items that comply with designated specifications while also implementing a Counterfeit Prevention Plan (CPP) to avoid counterfeit parts in the supply chain. The contractor is also responsible for quality assurance, ensuring any defective work is corrected without additional cost to the government, and for securing government property during work. Additionally, the document emphasizes proper handling, packaging, and timely reporting on asset conditions. It outlines data deliverables such as inspection reports and test procedures and establishes a clear process for addressing discrepancies during repair activities. This PWS ensures that the government receives reliable and usable electronic components, reflecting a commitment to security, quality, and compliance in federal contracts.
    The document outlines packaging requirements under Purchase Instrument Number FD20202500642-00, emphasizing compliance with military packaging standards and international regulations concerning wood packaging materials (WPM) to mitigate risks from invasive species, particularly the pinewood nematode. It specifies that all wooden materials must be constructed from debarked wood, treated at a minimum temperature of 56°C for 30 minutes, and certified by an accredited body recognized by the American Lumber Standards Committee. The packaging instructions reference MIL-STD-2073-1 for military packaging practices and MIL-STD-129 for shipping and container marking, emphasizing detailed regulatory compliance for items designated by specific coding and packaging requirements. The document serves as guidance for vendors involved in the procurement process, ensuring uniformity in packaging that meets government standards, thereby facilitating safe and effective military logistics operations. The issuance includes contact information for a packaging specialist to clarify any specifics regarding the requirements.
    The document details guidelines for the packaging of federal materials, emphasizing compliance with Department of Defense (DOD) standards and international phytosanitary measures concerning wood packaging material (WPM). It classifies packaging levels, with Level A providing the highest protection necessary for items susceptible to damage during global shipping and handling. The notice specifies that packaging might be substituted if it meets existing military standards without increasing costs. Key points include stringent requirements for WPM, mandating that wooden materials be heat-treated and certified to prevent the spread of invasive species, such as the pinewood nematode. This adherence aligns with international trade regulations to uphold safety and environmental standards. The document also underscores the importance of void filling during packaging to ensure secure fit and protection during transit. Overall, the focus of the file is to ensure that all packaging utilized for DOD contracts complies with specific safety standards to guarantee material integrity during transportation. This reflects the broader context of government requests for proposals (RFPs) and grants, which prioritize compliance with established national and international regulations.
    The document outlines the Statement of Work related to military packaging, preservation, and marking requirements for contractors engaged with 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 offeror must develop packaging according to these specifications and document requirements, including hazardous and electrostatic-sensitive materials as guided by respective standards. The use of standardized labels and Safety Data Sheets for hazardous materials is emphasized, ensuring compliance with federal regulations, including the International Civil Aviation Organization (ICAO) and the Code of Federal Regulations (CFR). Additionally, the document provides guidance for addressing discrepancies in shipment packaging through the Web Supply Discrepancy Report system, highlighting the need for superior packaging practices to maintain compliance and enhance logistical efficiency. Overall, the Statement of Work serves to ensure safety, reliability, and regulatory adherence in military materiel management.
    The document serves as a Request for Quotation (RFQ) from the Department of the Air Force, detailing a requirement for the repair and testing of a digital switching group, specifically the WS-C3750X-24T-S model. Issued under RFQ number FA8250-25-Q-0642, it is open for quotations until May 8, 2025, and is not designated as a small business set-aside. The scope outlines essential specifications, delivery schedules, and quality assurance provisions, including the need for unique item identification and data reporting as stipulated by the CAV AF Reporting Requirements. The RFQ emphasizes the importance of compliance with various federal regulations and includes numerous contract clauses indicating obligations related to payment, inspection, and acceptance. A comprehensive list of necessary documents and standards is also attached to ensure all applicable measures are followed throughout the procurement and repair processes. Overall, the RFQ highlights the Air Force's commitment to procuring services efficiently while adhering to stringent quality and regulatory requirements throughout the acquisition lifecycle.
    Lifecycle
    Title
    Type
    Similar Opportunities
    GPS Antenna
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is issuing a presolicitation notice for an Indefinite Quantity Contract (IQC) to provide stock replenishment coverage for GPS antennas and related components. The procurement includes two National Stock Numbers (NSNs): the GPS Number Two (NSN: 5999-01-483-0583) with an estimated annual demand of 35 units, and an antenna (NSN: 5985-01-500-6338) with an estimated annual demand of 3 units, both critical for military operations. This contract will span a total of four years, comprising one base year and three option years, and will be solicited on an unrestricted basis, allowing all responsible sources to submit offers. Interested parties can access the solicitation, expected to be available on or about December 30, 2025, under solicitation number SPE7MX26R0030, and should direct inquiries to Stephanie Frederick at STEPHANIE.FREDERICK@DLA.MIL or by phone at 614-917-9050.
    58--EMBEDDED GLOBAL POS - AND OTHER REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking contractors to provide repair and modification services for Embedded Global Positioning Systems and other replacement parts. The procurement aims to ensure that these critical components are overhauled, upgraded, and returned to a Ready for Issue (RFI) condition, adhering to strict quality and inspection standards. These services are vital for maintaining operational readiness and reliability of naval equipment, as the repaired items will be integral to various defense operations. Interested contractors should contact Peter A. Kobryn at 215-697-4313 or via email at PETER.A.KOBRYN.CIV@US.NAVY.MIL for further details and to discuss the proposal submission process.
    SWITCHING GROUP,DIG
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and maintenance of the Switching Group, DIG, under a federal contract. The procurement aims to ensure that the specified items are returned to a Ready for Issue (RFI) condition, adhering to stringent quality control and inspection standards as outlined in the Statement of Work. This contract is critical for maintaining operational readiness and reliability of communication equipment used by the Navy. Interested vendors must submit their proposals by December 31, 2025, and can contact Sara Weinert at 215-697-3848 or via email at sara.m.weinert3.civ@us.navy.mil for further details.
    SYNOPSIS N0038325PR0R741
    Dept Of Defense
    The Department of Defense, through NAVSUP Weapon Systems Support, is seeking to procure repair services for a specific transmitter part from Northrop Grumman Systems Corp, identified by NSN: 5865015796300 and P/N: 001-008065A0402. This procurement is critical as Northrop Grumman is the Original Equipment Manufacturer (OEM) and the only known source capable of providing the necessary repair support, with no available drawings or data for alternative suppliers. Interested parties may submit capability statements or proposals within 30 days of this presolicitation notice, with the solicitation expected to be issued on December 17, 2025, and responses due by January 17, 2026. For further inquiries, contact Shamus F. Roache at Shamus.F.Roache.CIV@us.navy.mil.
    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.
    ANTENNA, NSN:5985016084976WF, PN: 42G1215A-XT-1
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure an antenna with NSN: 5985016084976WF and part number 42G1215A-XT-1 through a proposed sole source contract action. This procurement is intended to fulfill a specific agency requirement, as the government does not possess the technical data for these parts, which are owned by ANTCOM CORPORATION. The antenna is critical for various defense applications, and the government reserves the right not to make an award at all. Interested parties are encouraged to submit capability statements, proposals, or quotations, and should monitor the SAM.gov website for the full solicitation details and any updates. For inquiries, Richard Maynard can be contacted at richard.maynard.5@us.af.mil or by phone at 801-777-6504.
    SYNCHRONIZER
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of a SYNCHRONIZER unit. The procurement aims to establish a firm-fixed-price contract for the repair services, with a required Repair Turnaround Time (RTAT) of 126 days, emphasizing the importance of timely and efficient repair processes for critical communication equipment. This opportunity is vital for maintaining operational readiness and ensuring the functionality of essential military communication systems. Interested contractors should submit their quotes, including pricing and capacity constraints, to Hilary Garrett at HILARY.GARRETT@NAVY.MIL or by phone at 717-605-2375, with the solicitation details available for review.
    58--RECEIVER-TRANSMITTE, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking qualified sources for the repair and modification of a Receiver-Transmitter, identified by NSN 7R-5821-015855355-P8. The procurement involves a quantity of three units, with delivery terms set to FOB Origin, and requires engineering source approval to ensure the quality of the part, as it is flight critical. Interested vendors must be approved sources or provide detailed documentation for source approval, as the item’s unique design and technical data are not readily available to the Government. Proposals must be submitted within 45 days of this notice, and interested parties can contact Dina M. Wojciechowski at (215) 697-1219 or via email at DINA.M.WOJCIECHOWSKI.CIV@US.NAVY.MIL for further information.
    ANTENNA SUBASSEMBLY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of Antenna Subassemblies. The procurement aims to secure a reliable repair service with a required Repair Turnaround Time (RTAT) of 271 days, ensuring that the repaired items meet operational and functional standards as specified in the contract. These antenna subassemblies are critical components used in various defense applications, highlighting their importance in maintaining operational readiness. Interested contractors should submit their quotes, including unit price and RTAT, to Eric B. Miller at 717-605-6464 or via email at ERIC.B.MILLER4@NAVY.MIL, with the solicitation details available for review.
    59--ANTENNA, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of antennas, with a focus on the specific part number 562R163H01. The procurement requires contractors to provide comprehensive repair services, including inspection, testing, and returning the antennas to a Ready for Issue (RFI) condition, adhering to strict turnaround times and quality standards. These antennas are critical components for military operations, necessitating reliable performance in operational environments. Interested contractors must submit their quotes via email to Christopher Campellone at christopher.campellone.civ@us.navy.mil by the specified deadline, and must also comply with government source approval requirements prior to award.