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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    NIIN: 01-560-2895/ NOMEN: RECEIVER-TRANSMITTE
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command Weapon Systems Support (NAVSUP WSS), is soliciting quotes for the repair of two RECEIVER-TRANSMITTER units (NSN: 7R 5841 015602895, Part Number: 264A020-1) under a sole-source requirement for Foreign Military Sales (FMS) Case: SR-P-MAL. Contractors are required to provide either a firm-fixed price or time and materials pricing, along with estimated repair costs, while adhering to strict compliance with packaging, marking, inspection, and quality assurance standards, including MIL-STD-2073-1 and ISO 9001. The successful contractor will be responsible for ensuring timely delivery of the repaired units within 365 calendar days from the award date, with the performance period spanning from December 16, 2025, to March 16, 2026. Interested parties should direct inquiries to Kate N. Schalck at KATE.N.SCHALCK.CIV@US.NAVY.MIL for further details.
    F-16 Radar Antenna Phase Shift Driver Unit NSN: 1270-01-561-6088 PN: 562R218H01
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources to repair the Phase Shifter Assembly (P/N: 562R218H01, NSN: 1270-01-561-6088WF) for the AN/APG-68 Radar Antenna. Interested offerors must demonstrate their capability to meet stringent qualification requirements, which include providing a complete data package, submitting a qualification test plan, and delivering a pre-contract award qualification article for evaluation. This repair unit is critical for maintaining the operational effectiveness of the radar systems used by the Air Force. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil or by phone at 7772211 to express their intent to qualify, with an estimated qualification cost of $4,000 and a completion timeframe of 90 days. Note that successful qualification does not guarantee a contract award.
    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.
    66--METER,ARBITRARY SCA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 25 units of the Arbitrary Scale Meter (NSN 6625-12-388-8404). This solicitation is part of a combined synopsis/solicitation process, and the meters are essential for measuring and testing electricity and electrical signals, which are critical in various defense applications. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and the deadline for delivery to DLA Distribution San Diego is set for 168 days after order placement. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil, and further details can be accessed through the DLA's solicitation portal.
    F16_AN_APG68_RadarDualModeTransmitter_NSN5998014644241PN792R998G01
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking a qualified source for the repair and maintenance of an F-16 C/D APG-68 Dual Mode Transmitter RF Monitor. The offeror must have the necessary facilities, equipment, and personnel to repair, inspect, test, package, and store the item. They must also possess a complete data package and comply with Unique Identification (UID) requirements. The offeror will be required to submit a qualification test plan/procedure and a qualification article for evaluation. The estimated cost for testing and evaluation is $5700, and the qualification effort is expected to take 180 days. There is an opportunity for a waiver of the qualification requirements based on certain criteria.
    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.
    F16_CD_ANAPG-68RADAR_NSN1270012383662_PN758R990G01
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking a qualified source for the procurement of a Dual Mode Transmitter for the F-16 C/D Model AN/APG-68 Radar. The Dual Mode Transmitter is used for electronic and precision equipment repair and maintenance. The procurement requires the offeror to have the necessary facilities, equipment, and personnel to repair, inspect, test, package, and store the item. The offeror must also possess a complete data package and comply with Unique Identification (UID) requirements. Additionally, the offeror must submit a qualification test plan/procedure and a qualification article for evaluation. The estimated cost for testing and evaluation is $10,000, and the estimated completion time for the qualification effort is 1465 days. Source qualification waiver criteria are also provided for potential sources who meet specific requirements.
    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.
    16--POWER AMPLIFIER ASS, 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 power amplifier assembly, identified by NSN 7R-1680-016100020-E7, with a quantity of 48 units required. This procurement necessitates engineering source approval to ensure the quality of the part, as it is flight critical and requires that only approved sources are solicited for the contract. Interested parties must provide detailed technical data and documentation as outlined in the NAVSUP Source Approval Information Brochures, and must submit their proposals along with any required source approval information by the specified deadlines. For further inquiries, potential bidders can contact Christian M. Markle at (215) 697-6679 or via email at CHRISTIAN.M.MARKLE.CIV@US.NAVY.MIL.
    66--GENERATOR,PULSE, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of a pulse generator, identified by NSN 7R-6625-014941049-BY, with a quantity of 21 units required. This procurement is critical as the item is flight critical, necessitating government source approval prior to contract award, and only previously approved sources will be considered for this solicitation. Interested parties must submit detailed technical data and experience documentation as outlined in the NAVSUP WSS Source Approval Information Brochures, with offers due to the primary contact, Dana N. Knittel, by the specified deadline to ensure consideration for award. For further inquiries, Dana can be reached at (215) 697-5047 or via email at DANA.N.KNITTEL.CIV@US.NAVY.MIL.