Repair of Multiple NSNs
ID: FA825024R0505Type: 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 U.S. Air Force seeks qualified contractors to provide repair services for multiple NSNs, including oil tank assemblies, SF6 tanks, and regulator assemblies. These services aim to restore critical aviation components to a like-new condition, ensuring optimal performance and compliance with military standards. The solicitation also encompasses stringent packaging and transportation requirements for these defense-related shipments. Offerors should carefully review the detailed packaging instructions and qualification processes outlined in the attached documents.

    This summary provides an overview of the Air Force's needs, focusing on the meticulous repair and logistics requirements for essential aviation components.

    For more information, interested parties can contact AMINA BANGASH at AMINA.BANGASH@US.AF.MIL or Ryan Proietto at ryan.proietto@us.af.mil. The funding amount is not specified, but the solicitation includes firm-fixed-price contracts and line items for minor and major repairs. Deadlines for submission and qualification are also not explicitly mentioned in the provided information.

    Point(s) of Contact
    Files
    Title
    Posted
    The file outlines the reporting requirements for Commercial Asset Visibility Air Force (CAV AF), which serves as the primary system for tracking government-owned assets located at contractor repair facilities. Contractors must ensure accurate and timely reporting of asset information, including receipt, maintenance, and shipment actions, through the CAV AF system. The guide details the responsibilities of contractors, the process for accessing and using the system, specific transactional reporting requirements, and guidelines for resolving discrepancies incident to shipment. Moreover, it mandates contractors to complete initial and annual CyberAwareness Challenge training and adhere to rules for shipping assets and managing government-provided property. Overall, the document ensures contractors' compliance with CAV AF reporting protocols, maintaining accurate records of government assets.
    The file suggests that it would be best viewed using Adobe Acrobat X or later versions. It's likely a PDF portfolio containing critical details of a government RFP. The focus seems to be on procuring innovative solutions, possibly in the realm of technology or software, as indicated by the need for newer Adobe software to view it optimally. The content probably includes key information such as the problem statement, project scope, requirements, and evaluation criteria for prospective vendors. It's essential to access this file using the recommended software to ensure that all details are accessible and properly formatted.
    The Air Force seeks repair, testing, and teardown services for various aviation components, including liquid storage tanks, radar sets, and amplifier subassemblies. The solicitation is divided into multiple line items, encompassing firm-fixed-price contracts and to-be-negotiated terms for minor and major repairs. The requirement mandates adherence to Commercial Asset Visibility Air Force (CAVAF) protocols, encompassing data delivery and asset tracking. Inspection and acceptance of the supplies are detailed, with destination-based quality assurance provisions. Offerors must meet qualification requirements, and contractors are subject to various mandates, including basic safeguarding measures for information systems and compliance with defense procurement regulations. The solicitation emphasizes timely delivery and incorporates clauses governing contract administration, with wide area workflow (WAWF) procedures for payment requests.
    The government seeks to procure various components for radar sets and associated equipment. The items include regulator assemblies, amplifiers, exciter units, and liquid storage tanks. These components are designed for aerial surveillance radar systems, specified as AN/TPS-75 radar sets. Dimensions, weights, and materials are provided for each item, along with safety and criticality codes. The components are subject to demilitarization and have security classifications. Multiple versions and initiators are mentioned, indicating iterative descriptions and a possible multi-step procurement process. Phone contact information is supplied for further inquiries. Overall, this file outlines a comprehensive procurement plan for critical radar components, emphasizing security and precision in the acquisition process.
    The file details various components requiring Unique Identification (IUID) marking, as outlined in DFARS 252.211.7003. It encompasses multiple item details, each containing an NSN, version number, item description, initiator's name, and organization details. The marking process adheres to MIL-STD-130 guidelines, with specific details provided in engineering drawings or ECO/ECP numbers. The file also indicates which items are embedded, referring to associated NSNs. Overall, the file serves as a comprehensive checklist to ensure proper IUID marking for defense procurement, maintaining organizational consistency and adhering to military standards.
    The file details stringent packaging requirements for military shipments, emphasizing compliance with MIL-STD-2073-1 and MIL-STD-129 standards. These standards govern the preservation, packaging, and marking of items for military logistics. The packaging instructions are categorized under different PACRN codes, specifying requirements for various items, from wooden pallets to military equipment. Some sections require additional markings and coding, such as ESD protection, beyond the MIL-STD norms. The file also mandates compliance with international standards for phytosanitary measures regarding wood packaging materials, focusing on preventing invasive species. Notably, the packaging and marking instructions are accompanied by detailed requirements for inspection and certification by accredited agencies. This ensures that the packaging conforms to the exacting standards outlined in the file.
    The Air Force seeks contractor services to restore multiple military assets to a serviceable, like-new condition, offering three levels of repair: test, teardown, and evaluation (TT&E); TT&E with minor repair; and TT&E with major repair. The work order includes disassembly, cleaning, corrosion treatment, maintenance, and testing to ensure the assets meet performance requirements. Contractors must implement electrostatic discharge and counterfeit prevention measures and provide data deliverables, including status reports, inspection records, and test procedures. The focus is on ensuring the assets' reliability and maintainability, with prompt reporting and attention to security and environmental considerations. Quality issues are addressed with a one-year guarantee, and contractors must adhere to strict handling and packaging instructions. This multi-step performance specification outlines the requirements to return specified military items to optimal condition, emphasizing timely reporting, security, and asset management.
    The government is seeking to procure various radar subsystems and components. The file specifies multiple radar set subassemblies, including exciter units, amplifier subassemblies, and liquid storage tanks. The document provides detailed information on the required spare parts, technical orders, and accompanying documentation needed for the repair and maintenance of these radar systems. It also outlines the availability of data and distribution methods, indicating the use of government-provided forms. Different versions and revisions of the lists are included in the file, containing slightly different details and part numbers. Overall, the file offers a comprehensive overview of the radar components and their respective procurement requirements.
    The file outlines qualification requirements for potential vendors seeking to service multiple components of the AN/TPS-75 system. These requirements mandate that vendors notify the relevant government offices of their intention to qualify, possess adequate facilities and equipment, and ensure data verification. Vendors must also demonstrate their repair processes, testing capabilities, and compliance with government standards. Estimated qualification times are 30 days, with associated costs varying based on the complexity of the component. The file also details source qualification waiver criteria, which potential sources may use to apply for partial or full qualification waivers, including cases of previous government supply and similarity to previously qualified items.
    The Statement of Work outlines meticulous packaging, preservation, and marking instructions for offerors contracting with the Air Force. It mandates adherence to specific military standards, regulations, and instructions, emphasizing the careful handling of hazardous materials and electrostatic-sensitive devices. The aim is to ensure the safe and efficient transportation of supplies, equipment, and ammunition to DoD facilities worldwide. Contractors must remain mindful of the stringent requirements outlined in various military and federal standards, as well as specific instructions for reusable containers and reporting discrepancies. Key among the standards referenced are MIL-STDs, ASTM guidelines, and international regulations for hazardous materials. Contractors should also be aware of the WebSDR process for reporting packaging discrepancies.
    Access to the latest revision of the Air Force's SPIRES system, used for managing procurement-related information, now requires a Department of Defense Common Access Card (CAC) with a Public Key Infrastructure (PKI) certificate. This change aligns with security mandates from both the Air Force and the DoD. Contractors who need access should coordinate with their designated Air Force system representatives or security assistance center case managers. A valid CAC is needed to access SPIRES, which holds the most current system revisions. This change enhances security measures while aligning with the Air Force and DoD's configuration requirements.
    The file details a solicitation for transportation services related to various items/shipments for the US Department of Defense (DoD). The solicitation specifies F.O.B. (Free On Board) destinations, including DLA Distribution Barstow in California and Hill AFB in Utah, with corresponding shipping instructions and account codes. It includes a list of NSN/Pseudo NSN items, such as 5430010798076ZR, 5840014817460ZR, and 5996005721617ZR, each with designated ship-to addresses and remarks. There are also notes on transportation funds, requisition numbers, and contact details for DCMA Transportation. The document is signed by Glenn A. Carter, indicating the approval and authorization for the solicitation. Overall, this file outlines the DoD's requirements for the procurement of transportation services, providing a comprehensive overview of the expected shipments, destinations, and associated logistics.
    Lifecycle
    Title
    Type
    Repair of Multiple NSNs
    Currently viewing
    Solicitation
    Similar Opportunities
    Repair of the F-16 IF Assembly
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the F-16 IF Assembly, with a focus on interchangeable National Stock Numbers (NSNs) related to the aircraft's operational components. The procurement aims to restore critical equipment to serviceable condition, ensuring compliance with stringent technical standards, counterfeit prevention measures, and security protocols. This contract is vital for maintaining the operational integrity of military aviation systems, with a delivery timeline of 90 days after receipt of carcass for various line items. Interested contractors should reach out to primary contact Darin Rector at daren.rector@us.af.mil or secondary contact Hunter Doney at hunter.doney@us.mil for further details regarding the solicitation, which is expected to be awarded under the contract number FD20202400650.
    16--TANK ASSY,AIRCRAFT,, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure the repair of 33 units of the Aircraft Fuel Tank Assembly (NSN 7R-1680-015685625-V2) from Robertson Fuel Systems, the Original Equipment Manufacturer (OEM). This procurement is critical as the government does not possess the necessary data or rights to source this item from alternative suppliers, emphasizing the importance of the OEM's unique capabilities in fulfilling this requirement. Interested parties are encouraged to submit their capability statements to the contracting officer, Jessica P. Laychock, via email at Jessica.Laychock@navy.mil, within 15 days of this notice, with the anticipated award date set for January 2024. This procurement will not be a Total Small Business Set-Aside, and electronic solicitation procedures will be utilized.
    R11 Tanker Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of a damaged R11 Aviation Fuel Tanker stationed at Joint Base Elmendorf-Richardson (JBER), Alaska. The primary objective is to restore the vehicle to its original operational condition, which includes extensive repairs such as damage removal, straightening of bent components, and repainting, all in accordance with the Performance Work Statement (PWS). This procurement is crucial for maintaining military equipment functionality and ensuring compliance with safety and operational standards. Interested contractors must submit their quotes by September 17, 2024, at 1400 Alaska Standard Time, and can direct inquiries in writing until September 13, 2024. For further information, contractors may contact Joseph Ford at joseph.ford.21@us.af.mil or Robert Briggs at robert.briggs.13@us.af.mil.
    16--PRIMARY PRESS REGUL, IN REPAIR/MODIFICATION OF
    Active
    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 the Primary Press Regulator, identified by NSN 1680-01-561-2501 and part number 123SCEC5203-3. The procurement requires contractors to provide comprehensive repair services, including testing, inspection, and compliance with specified military standards, ensuring that the items are returned to a Ready for Issue (RFI) condition. This equipment is critical for aircraft operations, emphasizing the importance of maintaining high-quality standards in military aviation support. Interested contractors can reach out to Liem M. Phan at 215-697-5722 or via email at LIEM.M.PHAN@NAVY.MIL for further details, with the expectation that all contractual documents will be issued electronically.
    16--GROUND REFUEL PANEL, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the repair and modification of the Ground Refuel Panel (P/N 1680 016600076). This procurement involves comprehensive repair services, including inspection, component repair, and testing to ensure the equipment is returned to a Ready for Issue (RFI) condition, adhering to specified military standards and documentation. The successful contractor will be responsible for all necessary materials and equipment required for the repairs, with no government-furnished property provided. Interested contractors should contact Amanda Sweeney at 215-697-2198 or via email at AMANDA.SWEENEY@NAVY.MIL for further details, as the solicitation does not include a set-aside for small businesses and is expected to be awarded based on firm-fixed pricing.
    57 MXG External Aircraft Fuel Tank Storage System (EAFTSS) Maintenance and Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking proposals for the maintenance and repair of the External Aircraft Fuel Tank Storage System (EAFTSS) at Nellis Air Force Base, Nevada. The contract requires comprehensive preventative maintenance and emergency repairs for a system capable of storing up to 300 external fuel tanks, ensuring its safe operation year-round. This procurement is critical for maintaining the operational integrity and safety of the EAFTSS, which is essential for military aircraft operations. Interested small businesses must submit their proposals by September 17, 2024, and can contact Jessica Lavender or Rachel Tilley for further information regarding the solicitation number F3G3AA4162AQ01.
    Remanufacture of KC-135 Valve Assembly and F-16 Regulating Valve
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center, is soliciting proposals for the remanufacture of KC-135 valve assemblies and F-16 regulating valves under a firm fixed price requirements contract. This procurement aims to restore these critical aircraft components to a like-new condition, ensuring operational readiness and compliance with stringent military specifications over a five-year period, which includes a three-year basic contract and an optional two-year extension. The selected contractor will be responsible for all aspects of the remanufacturing process, including material provision, labor, and adherence to quality assurance standards, with a focus on maintaining the integrity of government property throughout the project. Interested small businesses must submit their proposals by October 8, 2024, and can direct inquiries to Dessie Breslin at dessie.breslin@us.af.mil or David O'Rourke at david.orourke@us.af.mil for further details.
    16 - FMS REPAIR - RADIATOR
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking a qualified contractor for the sole-source repair of a radiator component, specifically NSN 7R 1615-012903175, with a part number of 11669-000. The contractor will be responsible for providing the necessary labor, materials, and facilities to restore the radiator to a "Ready For Issue" condition, adhering to established repair protocols and quality standards. This procurement is critical for maintaining operational readiness of military aircraft, and interested parties must ensure compliance with the NAVSUP WSS Source Approval Brochure to be considered for the award. For inquiries, contact Dana L. Scott at dana.scott@navy.mil, with proposals due as specified in the solicitation documents.
    C-5 Tension Regulator, Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of C-5 Tension Regulators under solicitation FA8538-24-Q-0005. This procurement involves a firm fixed-price requirements contract with a one-year basic ordering period and four additional one-year ordering periods, aimed at ensuring the operational readiness of critical aircraft components. The tension regulators are essential for maintaining consistent cable tension in flight control systems, underscoring their importance to aviation safety and mission capability. Interested parties must submit their proposals by September 23, 2024, at 4:00 PM EST, and are encouraged to contact Jacob Kline or Phillip Russell via email for any inquiries regarding the solicitation.
    16--CHECK,5TH STAGE, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The U.S. Department of Defense, specifically the Department of the Navy, is seeking to contract for the repair and modification of aircraft accessories, requiring flight-critical parts that need government source approval. The procurement aims to secure a specific quantity of NSN 7R-1680-015878503-F7 items, which are commercial, off-the-shelf products needing technical data for full competition. This contract is focused on ensuring timely delivery, with approval processes in place for new sources. Interested parties should refer to the provided links for spares and repair brochures and submit relevant information. The Navy intends to negotiate with a single source but will consider all responsible proposals received within 45 days. Flight-critical aircraft components are the focus of this contract, emphasizing the military's need for reliable and timely sourcing. The parts are crucial for ensuring the functionality and safety of naval aircraft, reflecting the Navy's commitment to maintaining a robust fleet. Interested suppliers should review the provided brochures and reach out to Jena Visconto at the provided email or phone number for more information. The contract has a maximum value of $500,000, and submissions are due within 45 days.