Repair of NSN: 5985015999815 FD Antenna
ID: FA8250-25-Q-0615Type: 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
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 21, 2025, 12:00 AM UTC
  3. 3
    Due May 2, 2025, 6:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the radar antenna identified by National Stock Number (NSN) 5985015999815 FD. The contractor will be responsible for providing all necessary facilities, parts, materials, and services to inspect, evaluate, and potentially repair the antenna, ensuring it is restored to a serviceable, like-new condition. This procurement is critical for maintaining operational readiness and reliability of defense systems, with a focus on adhering to stringent quality and safety standards throughout the repair process. Interested vendors must submit their proposals by May 2, 2025, and can direct inquiries to Cydnee Simpson at cydnee.simpson@us.af.mil for further information.

Point(s) of Contact
Files
Title
Posted
Apr 21, 2025, 1:04 PM UTC
The CAV AF Reporting Requirements document outlines the responsibilities and guidelines for contractors regarding the Commercial Asset Visibility Air Force (CAV AF) system. This system is the primary record for daily status updates on government-owned assets at contractor repair facilities, which includes both repairable items and those stored under Inventory Control Point (ICP). Contractors must maintain accurate asset records, submit reports daily or within one business day of maintenance actions, and complete necessary cybersecurity training. They must also follow proper procedures for reporting discrepancies related to items received (e.g., misrouted shipments), utilize correct documentation for all shipments, and ensure government-furnished property is managed appropriately. The document emphasizes the importance of accurate and timely data reporting to avoid systemic issues that could impact government inventory management. Specific reporting protocols are defined for various asset conditions, and all nuclear-related materials require stringent tracking and compliance. Furthermore, it provides contact information for assistance and outlines corrective actions for discrepancies in shipments. Overall, these requirements aim to ensure accountability, accurate reporting, and effective management of government assets by contractors.
Apr 21, 2025, 1:04 PM UTC
This document outlines critical requirements for packaging materials used by the Department of Defense (DOD) and contractors, emphasizing compliance with standards for wood packaging material (WPM) in international trade. Effective from March 2020, it specifies that all wooden packaging, including pallets and containers, must be constructed from debarked wood treated with heat to eliminate pests, addressing concerns regarding invasive species. Certification by recognized agencies is mandated to ensure adherence to the International Standards for Phytosanitary Measures (ISPM No. 15). Additionally, the document highlights that specialized protection levels (A and B) are needed during shipping, handling, and storage, particularly for insecure items. It includes instructions for specific mounting and construction techniques aligned with ASTM standards. The file serves to guide contractors and manufacturers in maintaining compliance and securing DOD shipments against damage, underlining the importance of effective international shipping practices related to safety and environmental standards.
Apr 21, 2025, 1:04 PM UTC
This document outlines specifications for a fiberglass radar antenna indicated by the National Stock Number (NSN) 5985015999815FD. The antenna is critical (Criticality Code X) and has a weight of 546 pounds, with dimensions of 92.2 inches in length, 71.2 inches in width, and 61.2 inches in height. The item is related to TCTO number 43D7-19-7-4-WA-1 and has a security code of 7, denoting its classification level. It is also marked with a demilitarization code of D, indicating its disposal requirements. The initiating authority is identified as Terrance L. Hardy from the 415 SCMS / GUMAA division, with contact details provided for further inquiries. The document is part of government procurement processes, likely related to Federal Requests for Proposals (RFPs) or grants, emphasizing the need for precise specifications in the acquisition of military hardware. Overall, this item is critical for radar operations, and the document ensures compliance with safety and handling standards necessary for its integration into military operations.
Apr 21, 2025, 1:04 PM UTC
The document outlines specific packaging requirements under Purchase Instrument Number FD20202500615-00, focusing on compliance with international standards for wood packaging materials (WPM) to prevent the spread of invasive species like the pinewood nematode. All wood items, including pallets and containers, must be made from debarked wood and treated at 56°C (133°F) for 30 minutes. Certification from an accredited agency recognized by the American Lumber Standards Committee is mandated. The packaging of military items must adhere to MIL-STD-2073-1, with shipping containers marked according to MIL-STD-129 standards. It provides detailed procedures for packaging and marking requirements, ensuring proper handling and transportation of goods contained within. The document is structured into sections regarding item specifications, packaging instructions, and the responsibilities of the packaging specialist. This guidance is essential for manufacturers and suppliers involved in government contracting and logistics, ensuring adherence to safety and environmental regulations throughout the supply chain.
Apr 21, 2025, 1:04 PM UTC
The Statement of Work outlines packaging and marking requirements for military shipments and includes adherence to various Department of Defense (DoD) standards and specifications. Offerors must comply with AFMC Form 158, MIL-STD 2073-1 for military packaging, and cover areas such as hazardous material preparation, labeling, and compliance with international regulations like ISPM 15 for wood packaging. Special Packaging Instructions are mandated for certain commodities, while general military marking standards (MIL-STD 129) must be followed during shipment. The document also specifies procedures for reusable containers and discrepancies in packaged assets, encouraging the use of the Web Supply Discrepancy Report system for reporting issues. Safety Data Sheets as per FED-STD-313 are required for hazardous materials, ensuring that proper handling and safety protocols are observed. The guidelines emphasize standardized practices to maintain compliance and facilitate efficient logistics within military operations, thereby ensuring that all materials are appropriately packaged and marked for global distribution. This document is vital for contractors involved in federal grants and RFPs related to military logistics and supply chain management.
Apr 21, 2025, 1:04 PM UTC
The document outlines a Performance Work Specification (PWS) for the Department of the Air Force, focusing on the inspection and repair of antenna systems, specifically NSN 5985-01-599-9815 and Part Numbers 200532033-1, 0242-800. Contractors are responsible for conducting test, teardown, evaluation, and potential repairs to ensure the end items are returned to a serviceable, like-new condition. Key requirements include thorough visual, mechanical, and electrical testing, documentation of findings, and adherence to specific quality and safety standards, including requirements for handling and packaging. Additionally, a Counterfeit Prevention Plan is mandated to mitigate risks associated with electronic parts procurement. The contractor must notify Air Force officials of discrepancies or damage, with strict timelines for reporting and corrective actions. The overall objective is to ensure high performance and reliability while maintaining compliance with environmental and safety regulations throughout the maintenance process. This PWS is part of the government's efforts to establish clear guidelines for maintenance contracts to enhance efficiencies and safeguard assets.
Apr 21, 2025, 1:04 PM UTC
The document outlines repair data for an antenna identified by the National Stock Number (NSN) 5985015999815FD, with a corresponding part number of 0242-800 and a CAGE code of 60173. It includes a repair data list featuring two line items. The first item refers to a technical manual, while the second corresponds to a JEDMICS drawing, both attributed to Hardy, Terrance L. The document indicates the specific availability of government rights, marked as 'Y' for both entries, and includes a code legend explaining the method of data furnishing. This record is dated for review or reference on the specified dates, with valuable technical documents facilitating maintenance or repair work associated with the antenna. The information is essential for procurement and servicing in the context of government contracts and solicitations, ensuring compliance and operational efficiency.
Apr 21, 2025, 1:04 PM UTC
The document serves as an Item Unique Identification (IUID) checklist, specifically pertaining to the requirements outlined in DFARS 252.211.7003. It details an item requiring IUID marking, identified by NSN 5985015999815FD, which is classified as an antenna. Initiated by Chao Chen, from the 415 SCMS / GUEA, the entry highlights the commercial and DSN contact information, as well as the applicable CAGE/reference numbers. Marking must conform to MIL-STD-130 standards, with guidance provided through Engineering Drawings or related documentation. The entry also references embedded items related to the same NSN, underscoring marking requirements and specifications that facilitate compliance and traceability within government contracts. This checklist is essential for ensuring that federal contracts maintain accurate identification and record-keeping for military assets.
Apr 21, 2025, 1:04 PM UTC
The document outlines the Repair Qualification Requirements for the AN/TSQ-T10 Joint Threat Emitter antenna, specifically NIIN 5985015999815FD and P/N 0242-800, effectively setting the criteria for potential suppliers seeking to qualify as repair sources. Key requirements for qualification include notifying the appropriate government office, certifying access to necessary facilities and testing equipment, and verifying possession of a complete data package. Additionally, prospective suppliers must demonstrate compliance with engineering standards and provide evidence of quality assurance processes. The qualification effort is estimated to cost around $5,000 and may take approximately 30 days, but suppliers can still be considered even if they do not meet all qualification criteria by the contract awarding date. The document also includes provisions for possible waivers of qualification requirements under certain conditions, such as prior repairs of similar items or maintaining equivalent facilities after corporate changes. Overall, this guidance supports the procurement and repair processes within federal contracts by establishing a structured approach to ensure that only qualified sources are awarded repair contracts for critical defense items, aligning with government standards and regulations.
Apr 21, 2025, 1:04 PM UTC
The document outlines a request for proposals (RFP) aimed at acquiring services and resources for federal grants and state/local initiatives. It emphasizes the importance of businesses and nonprofits in driving innovation and responsive solutions to community needs. The RFP invites applications from eligible organizations, detailing eligibility requirements, proposal guidelines, and evaluation criteria. It highlights key areas of focus, such as enhancing service delivery, improving operational efficiency, and fostering collaboration across sectors. The document also outlines the process for submission, including deadlines, formats, and necessary documentation for applicants. Additionally, it stresses compliance with applicable laws and regulations, ensuring that awarded funds are managed responsibly. This initiative reflects the government's commitment to engaging diverse stakeholders in addressing societal challenges through targeted funding and partnership opportunities.
Apr 21, 2025, 1:04 PM UTC
The document is a Request for Quotation (RFQ) from the Department of the Air Force, specifically from the Directorate of Contracting at Hill Air Force Base. It seeks proposals for repair services of radar antennas, identifying the requirement as performance-based and restricting the award to qualified sources only. Vendors must adhere to specific qualification criteria per associated clauses to be eligible. Quotations are due by April 18, 2025, with a firm price commitment for 120 days. The document outlines various contract line items for repair work, including delivery terms, inspection, acceptance requirements, and the necessity for associated data reporting, such as a Repairable Item Inspection Report (RIIR) and a Counterfeit Prevention Plan (CPP). It also emphasizes compliance with quality assurance standards and specifies that payments may be withheld if contract data requirements are not met. Additionally, multiple applicable clauses from the Federal Acquisition Regulation (FAR) regarding reporting, subcontractor policies, and environmental regulations are referenced, ensuring adherence to federal laws and ethical standards during procurement. The document's structured format allows for a methodical presentation of requirements, pricing, and contractual obligations concerning the procurement process.
Apr 21, 2025, 1:04 PM UTC
The document is a Request for Quotations (RFQ) issued by the U.S. Air Force, detailing the requirements for the repair and servicing of radar antennas, specifically the NSN 5985-01-599-9815 FD. The RFQ mandates that interested contractors must meet specific qualifications and adhere to guidelines outlined in the federal acquisition regulations. It outlines a performance-based repair effort with a firm price commitment for 120 days, a requirement for the inclusion of detailed repair quotes and specific data items like the Commercial Asset Visibility Air Force (CAVAF) requirements. Delivery of repaired items is expected within 30 days of receipt of the carcass, with a focus on quality assurance and inspections throughout the process. The bid submission deadline is set for May 2, 2025. The document also specifies various clauses regarding contractor responsibilities, government payments, and compliance with multiple federal regulations, ensuring both parties' obligations are met for maintaining safety and defense priorities. Overall, this RFQ exemplifies the structured process for securing services needed by the Air Force while ensuring adherence to regulatory standards and qualification requirements.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Solicitation: Repair of NSN 5840014830555, 5430010798076
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of radar set subassemblies and liquid storage tanks associated with the AN/TPS-75 radar system. The procurement involves comprehensive inspection, testing, and potential repair services, categorized into three efforts: Test, Teardown, and Evaluation (TT&E); TT&E with Minor Repair; and TT&E with Major Repair. These components are critical for maintaining operational readiness and ensuring the reliability of military equipment. Interested contractors must comply with qualification requirements and submit their proposals by May 27, 2025, with inquiries directed to Tracy Powell at tracy.powell.5@us.af.mil or Cydnee Simpson at cydnee.simpson@us.af.mil.
59--ANTENNA, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of antennas, specifically identified by NSN 7R-5985-011506893-SF and reference number 3525031-130. This procurement requires government source approval prior to contract award due to the flight-critical nature of the item, and only previously approved sources will be considered for this solicitation. Interested vendors must submit detailed technical data and documentation as outlined in the NAVSUP Source Approval Information Brochures, as failure to provide the required information will result in disqualification from the award process. For further inquiries, interested parties can contact Svitlana Shvets at (215) 697-6278 or via email at SVITLANA.SHVETS.CIV@US.NAVY.MIL.
ANTENNA
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 antennas under a federal contract. This procurement focuses exclusively on the repair of existing units, with no consideration for new, used, or refurbished units; vendors must demonstrate access to necessary repair data not typically owned by the government. The antennas are critical components for military operations, and the contract includes specific quality assurance and inspection requirements to ensure compliance with military standards. Interested vendors must provide proof of authorization from the original equipment manufacturer and submit their offers, including cost factors, to the primary contact, Gordon Kohl, at gordon.kohl@navy.mil, by the specified deadline.
59--SELECTOR,ANTENNA, IN REPAIR/MODIFICATION OF
Buyer not available
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 selector antenna, identified by NSN 7R-5985-015855316-P8, with a quantity of three units required. This procurement is critical as the item is flight critical, necessitating government source approval prior to contract award, which limits eligibility to previously approved sources only. Interested parties must submit comprehensive documentation as outlined in the NAVSUP Source Approval Information Brochures, and failure to provide the required data will result in disqualification from the award process. For further inquiries, potential bidders can contact Connor C. Lewis at (215) 697-4757 or via email at CONNOR.C.LEWIS.CIV@US.NAVY.MIL.
59--FAIRLEAD,ANTENNA
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is seeking proposals for the procurement of 10 units of the Fairlead Antenna, identified by NSN 1H-5985-015116241-SQ. This procurement is critical as it involves sourcing spare parts from the Original Equipment Manufacturer (OEM), which is the only known source for these specific items, and no drawings or data are available for alternative sourcing. Interested parties must submit their capability statements or proposals within 45 days of the notice, with the solicitation expected to be issued on April 4, 2025, and the anticipated award date set for May 21, 2025. For further inquiries, interested vendors can contact Jessica Grzywna at jessica.t.grzywna.civ@us.navy.mil.
59--SELECTOR,ANTENNA, IN REPAIR/MODIFICATION OF
Buyer not available
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 Selector Antenna, identified by NSN 7R-5985-015855316-P8. The procurement involves a quantity of three units, with delivery required FOB Origin, and mandates Government source approval prior to contract award due to the flight-critical nature of the item. This opportunity is significant as it pertains to essential equipment used in defense operations, and only previously approved sources will be considered for the award. Interested parties must submit their proposals along with the necessary source approval documentation to Connor C. Lewis at CONNOR.C.LEWIS.CIV@US.NAVY.MIL, ensuring compliance with the requirements outlined in the NAVSUP Source Approval Information Brochures. The solicitation emphasizes that offers lacking the required documentation will not be considered, and the timeline for source approval may affect the award process.
Repair of NSN 5895015917081 for the GPS Monitor and Ground Antenna
Buyer not available
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.
59--RADAR ANTENNA - AND OTHER REPLACEMENT PARTS
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is seeking qualified sources for the procurement of radar antenna and other replacement parts, specifically NSN 7R-5985-016295370-P8, REF NR 4987532-3, with a quantity of 2 each. This procurement requires engineering source approval by the design control activity to ensure the quality of the parts, as the approved sources possess unique design capabilities and technical data essential for maintaining the part's integrity. The qualification of any alternate sources must adhere to the procedures established by the cognizant Government engineering activity overseeing the part's intended application. Interested parties can contact Samuel Everett at (215) 737-2488 or via email at SAMUEL.EVERETT@DLA.MIL for further information.
Antenna
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of 116 units of antennas, specifically NSN 5985-01-375-4661, under a presolicitation notice. The procurement is classified under Other Than Full and Open Competition, with an emphasis on a delivery timeline of 270 days to Warner Robins AFB, GA, and requires interested parties to demonstrate their capability to meet the government's needs with commercial items within 15 days of the notice. This solicitation, which will be available on or around April 24, 2025, emphasizes a combination of price, delivery, past performance, and socioeconomic factors in the evaluation process. For further inquiries, interested vendors can contact Christopher Wallace at Christopher.Wallace@dla.mil or by phone at 614-692-6151.
59--ANTENNA ASSEMBLY
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of five antenna assemblies, identified by NIIN 015874866 and part number 131K876G01. The procurement requires that all proposals include necessary documentation for government source approval, as items must be approved prior to award, and submissions must adhere to the guidelines outlined in the NAVSUP WSS Source Approval Brochure. These antenna assemblies are critical for various defense applications, and early and incremental deliveries are preferred to meet fleet support needs. Interested vendors should submit their proposals via email to Sarah Crompton at sarah.e.crompton.civ@us.navy.mil by the specified due date, with the terms and conditions of BOA N0038321GZJ01 applying to this requirement.