MUTES Wattmeter Repair
ID: FA825025Q0249Type: Combined Synopsis/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

ELECTRICAL AND ELECTRONIC PROPERTIES MEASURING AND TESTING INSTRUMENTS (6625)
Timeline
  1. 1
    Posted Dec 31, 2024, 12:00 AM UTC
  2. 2
    Updated Dec 31, 2024, 12:00 AM UTC
  3. 3
    Due Jan 31, 2025, 10:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to perform repair services on two MUTES Wattmeters, identified by NSN 6625-01-491-5746. The procurement involves a comprehensive teardown, testing, evaluation, and repair of the devices, which are critical for measuring electrical properties essential to military operations. Interested vendors must comply with specific qualification requirements outlined in clause 52.209-1 and the attached source qualification statement, as the opportunity is restricted to qualified sources only. Proposals are due by January 31, 2025, and interested parties can contact Logan Drake at logan.drake.4@us.af.mil or John Prather at JOHN.PRATHER.3@US.AF.MIL for further information.

Point(s) of Contact
Files
Title
Posted
Dec 31, 2024, 11:04 PM UTC
The CAV AF Reporting Requirements document outlines the guidelines for contractors involved in Contract Depot Maintenance (CDM) concerning the reporting of government-owned assets within the Commercial Asset Visibility Air Force (CAV AF) system. It emphasizes that accurate and timely reporting is crucial for reflecting the status of assets at contractor repair facilities and inventory control points. Key responsibilities for contractors include maintaining up-to-date asset records, submitting System Authorization Access Requests, and completing appropriate CyberAwareness training. Contractors must ensure that all reporting aligns with specified timelines, requiring daily updates and adherence to proper documentation procedures, such as using the DD Form 1348-1A for receipts and shipping actions. The document specifies handling protocols for discrepancies related to shipments and the need for immediate reporting on issues such as misidentified items and overages/shortages. It also details procedures for inventory control, disposal of assets post-contract, and compliance with Nuclear Weapon Related Materiel tracking requirements. Overall, the CAV AF reporting framework is essential for effective asset management and compliance with federal regulations, reflecting the commitment of the Air Force to maintain thorough asset visibility and accountability across contractor operations.
Dec 31, 2024, 11:04 PM UTC
The document outlines the official guidelines and processes for federal and state RFPs (Request for Proposals) and grants, targeting agencies and organizations interested in securing funding. It emphasizes the importance of adhering to regulations and deadlines while preparing proposals. Key components include eligibility criteria, application requirements, evaluation processes, and funding limitations. The document highlights best practices for proposal writing, stressing clarity, coherence, and alignment with funding agency goals. Additionally, it covers the necessity for detailed budgets, potential project impacts, and compliance with federal and state policies. By providing these insights, the document aims to equip stakeholders with the essential tools to navigate the complexities of securing government grants and contracts effectively, fostering collaboration between public and private sectors for community and economic development. Overall, it serves as a comprehensive resource for understanding the procedural landscape of federal funding opportunities.
Dec 31, 2024, 11:04 PM UTC
The document is a Request for Quotation (RFQ) issued by the Department of the Air Force, specifically for the procurement of two wattmeters identified by NSN 6625-01-491-5746. With a due date for quotations set for January 31, 2025, it outlines the requirement for vendors to submit their responses, including prices and terms. The RFQ emphasizes that the procurement is not set aside for small businesses and details performance-based repair requirements, including some quality assurance measures during the contracted work. Key elements include the purchase order reference, delivery specifications, and compliance with various clauses related to government contracts, such as those about confidentiality, whistleblower rights, and contractor obligations. Additionally, the document outlines the expectations for shipping, payment processes through the Wide Area Workflow (WAWF), and the provision of data specific to commercial asset visibility and inspections. Overall, this RFQ reflects standard government purchasing practices, aiming to secure specific items to support Air Force operations while ensuring compliance with federal acquisition regulations.
Dec 31, 2024, 11:04 PM UTC
The government document details a Request for Proposal (RFP) regarding the procurement of a wattmeter, identified by National Stock Number (NSN) 6625014915746FD. The purpose of the acquisition is to secure a device capable of measuring input levels, fundamental for operations within the agency. The wattmeter is categorized under critical equipment (Criticality Code Y) and is characterized by its dimensions of 16 inches in length, 12 inches in width, and 8 inches in height, weighing approximately 15.1 pounds. Constructed from materials such as metal, plastic, and rubber, this item represents essential infrastructure, marked with a security code denoting unclassified status. The document also includes contact information for Jason L. Francom from the 415 SCMS, crucial for any inquiries related to the procurement process. Overall, the document serves as a formal request for proposals aimed at obtaining this specific measurement tool, reflecting the standard governmental process for fulfilling equipment needs while ensuring compliance with security and operational standards.
Dec 31, 2024, 11:04 PM UTC
The document outlines the Item Unique Identification (IUID) checklist specifically referring to the requirements of the Defense Federal Acquisition Regulation Supplement (DFARS) 252.211.7003. It provides details about a specific item, a wattmeter, with the pertinent National Stock Number (NSN 6625014915746FD) and identifies the responsible initiator (James R. Kincaid) along with contact information. The marking of the item is mandated to comply with the latest version of MIL-STD-130, with additional references to engineering drawings and other marking guidance. Furthermore, it identifies that this item may include embedded components guided by similar marking protocols. The structure of the document consists of two main sections detailing the IUID information and the embedded items, signifying a focus on regulatory compliance and traceability of government property, particularly for defense-related contracts and acquisitions. This checklist serves to unify the marking process, ensuring items are correctly identified and conform to federal standards, thereby supporting efficient management of military logistics and inventory control.
Dec 31, 2024, 11:04 PM UTC
The document outlines packaging requirements under Purchase Instrument Number FD20202500249-00, primarily focusing on compliance with international regulations concerning wood packaging material (WPM) to prevent invasive species contamination, specifically the pinewood nematode. It specifies that all wooden materials, including pallets, containers, and crates, must be constructed from debarked wood that has been heat-treated to specified temperatures. The document cites adherence to relevant military standards (MIL-STD 129 and MIL-STD 2073-1) for military packaging and marking practices, including precise shipping container marking guidelines. Several items are detailed with preservation and packaging levels, confirming that no specific packaging data are required for many, while others mandate full military packaging and marking as per established standards. The overall purpose emphasizes adherence to safety and regulatory requirements in the handling and shipping of government materials, showcasing the commitment to biosecurity and the integrity of supply chains in government contracts.
Dec 31, 2024, 11:04 PM UTC
This Statement of Work outlines the preservation, packaging, and marking requirements necessary for military packaging in compliance with established standards and regulations. Offerors must follow guidelines from the Department of Defense (DoD), including MIL-STD-2073-1 for military packaging and MIL-STD-129 for shipment and storage markings. Specific requirements cover the proper handling of hazardous materials, electrostatic discharge-sensitive items, and the use of reusable containers, stipulating that packaging must meet various safety regulations including those from the DOT and ICAO. The document also emphasizes the need for accurate documentation, including Serviceability Tags and compliance with International Standards for Phytosanitary Measures (ISPM 15) for wood materials. Additionally, it highlights procedures for reporting discrepancies related to improper packaging. The file serves as a comprehensive guide for contractors to ensure compliance with military specifications and federal standards in their packaging processes, thereby supporting the efficient and safe logistics required by the DoD.
Dec 31, 2024, 11:04 PM UTC
This Performance Work Specification (PWS) from the Department of the Air Force outlines the requirements for inspecting, testing, and potentially repairing a watt meter identified by specific NSN and part numbers. Contractors are responsible for the complete assessment of the equipment to determine serviceability, followed by either teardown and evaluation (TT&E) or repair, returning each item to a "like-new" condition. Emphasis is placed on adherence to technical and performance standards, proper documentation of repairs or deficiencies, and compliance with security and environmental regulations. A strict protocol for handling compromised materials, including counterfeit prevention measures and specific shipping and handling instructions, is mandated. The contractor must submit detailed reports on inspections, repairs, and any encountered discrepancies, ensuring transparency and accountability in the process. The document serves as a foundational guide for contractors to meet government expectations for asset management while maintaining integrity in operations.
Dec 31, 2024, 11:04 PM UTC
The document presents a Repair Data List concerning a wattmeter, identified by NSN 6625014915746FD, with a part number of 8541COPT01, dated July 1, 2024. It outlines repair data for various electronic warfare training sets and power meters, indicating the CAGE code 58900 and providing specific documentation reference numbers associated with these components. Additionally, it outlines government rights to the data and specifies the method codes for document furnishing. These codes range from classified documents to vendor data provisions, indicating the extent and availability of technical data required for repair purposes. The list is generated under AFMC Form 762A for maintenance and procurement reference within federal and local agency contracts. Overall, the document serves as a crucial resource for ensuring the proper maintenance and repair of the listed equipment, aligning with government procurement practices.
Dec 31, 2024, 11:04 PM UTC
Dec 31, 2024, 11:04 PM UTC
The document outlines transportation data for solicitations related to federal procurement under Purchase Instrument FD20202500249-00, initiated on December 3, 2024. It specifies various transportation provisions, including F.O.B. (Free on Board) terms for shipments, with emphasis on contacting the Defense Contract Management Agency (DCMA) for shipping instructions and regulatory clearances. The document includes particulars such as transportation fund account codes and addresses for multiple line items destined for Hill Air Force Base, indicating a structured plan for safe and compliant delivery. The key points encompass mandatory communications with DCMA prior to shipping to avoid extra costs, funding information for transporting goods, and specific shipment details, including addresses and NSN (National Stock Number) identifiers. The document reflects the typical requirements and protocols associated with federal grants and requests for proposals (RFPs) within government contract logistics, ensuring proper handling and accountability in transportation processes.
Lifecycle
Title
Type
MUTES Wattmeter Repair
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
66--VOLTMETER
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of 56 units of a flight-critical voltmeter, identified by NSN 1R-6625-014793608-QE. Due to the specialized nature of this item, which requires Government source approval prior to contract award, only previously approved sources will be solicited, as the necessary data for competitive acquisition is not available. Interested parties must submit detailed information regarding their capability to produce the item, including any prior submissions for source approval, within 45 days of this notice, with the primary contact for inquiries being Jose Montes at (215) 697-2558 or via email at JOSE.F.MONTESMONTIEL.CIV@US.NAVY.MIL.
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.
Wattmeter Calibrator System
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center, is seeking responses from qualified vendors for the modernization of its Wattmeter Calibration Systems (WCS) and the procurement of a Primary Lab Wattmeter Calibration System (PLWCS) under the Naval Air Systems Command's Metrology and Calibration (METCAL) Program. The objective is to replace the existing WCS, which has been in service for over 40 years, with a modernized system that enhances measurement range, accuracy, and precision for calibrating both analog and digital radio frequency wattmeters in shore-based laboratories. This initiative is crucial for maintaining high standards of measurement accuracy and operational readiness within the Navy, ensuring compliance with military specifications and enhancing the capabilities of measurement equipment. Interested parties are invited to submit a Capability Statement and Rough Order of Magnitude by 1300 Pacific Daylight Time on May 6, 2025, to the Procurement Specialist, Taylor O’Neal, at taylor.a.oneal7.civ@us.navy.mil, referencing Sources Sought Notice N6426725R1015 in the subject line.
66--METER,SPECIAL SCALE, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the repair and modification of a specialized meter. This procurement requires contractors to provide a Repair Turnaround Time (RTAT) of 158 days, ensuring that the repaired equipment meets operational and functional requirements as specified by the government. The meter is crucial for electrical and electronic properties measuring and testing, highlighting its importance in defense operations. Interested contractors should submit their quotes, including pricing and RTAT, to Kelsey Gring at KELSEY.GRING@NAVY.MIL or by phone at 717-605-1089, with the solicitation details available for review.
Repair of NSN 5895-01-106-3414
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of modulator subassemblies (NSN 5895-01-106-3414) as part of a federal contract opportunity. The procurement includes multiple line items for the repair and associated data reporting, with a total quantity of two units required for each line item, and a delivery timeline of 30 days after receipt of carcass or completion of study. These modulator subassemblies are critical components used in military applications, necessitating adherence to stringent quality and reporting standards, including compliance with the Commercial Asset Visibility Air Force (CAV AF) system. Interested contractors should direct their proposals to Logan Drake at logan.drake.4@us.af.mil, with a submission deadline of May 23, 2025, and are encouraged to review all associated documents thoroughly to ensure compliance with the outlined requirements.
Repair of Dual Mode Transmitter (DMT) and Module Low Power Radio Frequency (MLPRF)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of Dual Mode Transmitter (DMT) and Module Low Power Radio Frequency (MLPRF) systems. The procurement involves multiple line items, including the repair and overhaul of RF power output components for the F-16 C/D Radar, with an estimated quantity of 32 units for some items and 20 units for others, all requiring delivery within 90 days after receipt of carcass. These components are critical for maintaining the operational capabilities of the F-16 aircraft, ensuring reliability and performance in defense operations. Interested parties should contact Guillermo Rendon at guillermo.rendon@us.af.mil or Darin Rector at darin.rector@us.af.mil for further details, as electronic procedures will be utilized for this solicitation.
MULTIMETER
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting offers for the repair of MULTIMETERS under a federal contract. The procurement requires contractors to provide firm-fixed pricing for the complete repair of MULTIMETERS, which may include addressing issues such as missing hardware, damage, and wear, with all transportation costs covered by the U.S. Navy. These instruments are critical for electrical and electronic properties measuring and testing, ensuring operational readiness and compliance with military standards. Interested contractors must submit their offers via email to Brandyn A. Miller at brandyn.a.miller2.civ@us.navy.mil by the specified due date, with the potential for an additional quantity order of up to 100% of the original contract at the same price.
F16AN_APG_68_Dual_mode_transmitterNSN5998012744648PN772R023G01
Buyer not available
Sources Sought DEPT OF DEFENSE F16ANAPG68DualmodetransmitterNSN5998012744648PN772R023G01: The Department of Defense, specifically the Department of the Air Force, is seeking sources for the qualification requirements of an RF Monitor used for the F-16 C/D APG-68 Dual Mode Transmitter. The service/item being procured is a qualification test plan/procedure, repair capability evaluation, and qualification article verification. The offeror must have the necessary facilities, equipment, and personnel to repair, inspect, test, package, and store the item. They must also provide a complete data package and comply with Unique Identification (UID) requirements. The estimated cost for testing and evaluation is $3,000, and the qualification effort is expected to require 180 days. Source qualification waiver criteria are also provided for potential sources who meet specific qualifications.
Repair of DC Motor for the Mini-MUTES Program NSN 6105015038585
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of a direct current motor (NSN 6105-01-503-8585) as part of the Mini-MUTES Program. The procurement involves comprehensive repair services, including inspection, testing, and restoration of the motor to a serviceable condition, with specific requirements outlined in the Performance Work Statement (PWS). This motor is critical for military applications, emphasizing the importance of maintaining operational readiness and compliance with stringent quality assurance standards. Interested small businesses must submit their proposals to the primary contact, Nick Standiford, by the specified deadlines, with the contract anticipated to be awarded following a thorough evaluation process.
AFPSL - Reference Multimeter Calibration System
Buyer not available
The Department of Defense, specifically the U.S. Air Force, is seeking information from potential sources for the acquisition of a Reference Multimeter Calibration System (RMCS) to enhance its calibration capabilities at the Air Force Primary Standards Laboratory (AFPSL). This multifunctional system is designed to calibrate precision meters across various electrical parameters, including AC and DC voltage, current, and resistance, and will replace the existing calibration setup to improve operational efficiency and accuracy. The procurement emphasizes the need for high-performance standards, user-friendly software, and comprehensive training for technicians, with a total estimated quantity of four units over four years. Interested parties should submit their responses by May 26, 2025, at 2:00 PM ET, and can contact Megan Moretti at megan.moretti@us.af.mil or Frank Capuano at frank.capuano@us.af.mil for further information.