Repair of NSN: 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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    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.
    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.
    59--ANTENNA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of nine antennas under solicitation number NSN 5985015033595. The antennas are critical components in electrical and electronic equipment, and the approved source for this procurement is identified as 66544 AV 452-1. Interested vendors are required to submit their quotes electronically, as hard copies of the solicitation will not be provided, and all responsible sources are encouraged to participate. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil, with quotes due within 21 days after the solicitation is posted.
    59--ANTENNA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of antennas, specifically NSN 5985000097635, under a Combined Synopsis/Solicitation notice. The contract will involve an Indefinite Delivery Contract (IDC) for a total of five units, with a guaranteed minimum quantity of one, and an estimated annual order volume of five, to be delivered within 239 days after order placement. These antennas are critical components for various military applications, and the items must conform to the specifications outlined in the source-controlled drawing. Interested vendors are encouraged to submit their quotes electronically, with further details available through the DLA's solicitation portal. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil.
    59--ANTENNA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 48 units of the NSN 5985015386670 Antenna. This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated 11 orders per year and a guaranteed minimum quantity of 7 units. The antennas are crucial for various military applications, and items will be shipped to multiple CONUS and OCONUS DLA depots. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    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.
    ANTENNA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of antennas and related equipment under the NAICS code 334220. The procurement aims to ensure the timely repair and return of antennas to a Ready for Issue (RFI) condition, with specific requirements for turnaround time and quality assurance processes outlined in the solicitation. These antennas are critical for military operations, necessitating adherence to stringent repair standards and inspection protocols. Interested contractors should contact Albert J. Russo at 215-697-2974 or via email at ALBERT.J.RUSSO17.CIV@US.NAVY.MIL for further details, with proposals expected to meet the outlined specifications and timelines.
    ANT ELMT SUB ARRAY
    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 the ANT ELMT SUB ARRAY. This procurement focuses on the repair of antennas, waveguides, and related equipment, with a firm-fixed price structure required for the repair services. The successful contractor must adhere to strict quality assurance standards and provide a Repair Turnaround Time (RTAT) of 180 days after receipt of the asset, ensuring timely and efficient service for critical defense operations. Interested vendors should submit their quotes electronically to Rachael Costanzo at RACHAEL.L.COSTANZO.CIV@US.NAVY.MIL, with the closing date for submissions extended to December 19, 2025.
    59--ANTENNA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 17 antennas under solicitation number NSN 5985011101051. This procurement may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated nine orders per year and a guaranteed minimum quantity of two. The antennas are critical components for various military applications, and items will be shipped to multiple CONUS and OCONUS DLA depots. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    59--ANTENNA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of antennas under solicitation number NSN 5985016792830. The requirement includes a quantity of 1,016 antennas, with a guaranteed minimum quantity of 152, to be delivered within 183 days after order placement, potentially resulting in an Indefinite Delivery Contract (IDC) with a total order cap of $350,000. These antennas are critical components for various military applications, and the selected vendor will be responsible for shipping to multiple DLA depots both within the continental United States and overseas. Interested parties must submit their quotes electronically, and for any inquiries, they can contact the buyer via email at DibbsBSM@dla.mil.