Repair of NSN 5895-01-106-3414
ID: FA825025Q0721Type: 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 modulator subassemblies (NSN 5895-01-106-3414) as part of a federal contract opportunity. The procurement involves multiple line items, including the inspection, testing, teardown, evaluation, and potential repair of the specified components, with a focus on adhering to military specifications and quality assurance measures. These modulator subassemblies are critical for various defense applications, and the successful contractor will be responsible for ensuring compliance with stringent reporting and packaging requirements, including the implementation of a Counterfeit Prevention Plan. Proposals are due by June 30, 2025, and interested parties should direct inquiries to Nick Standiford at nicholas.standiford@us.af.mil or call 801-777-8968 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The CAV AF Reporting Requirements document outlines the responsibilities of contractors in managing and reporting government-owned assets within the Commercial Asset Visibility Air Force (CAV AF) system. It mandates accurate daily reporting of asset statuses located at contractor facilities and includes guidance for the Contractor Depot Maintenance (CDM) process. Key responsibilities include submitting a System Authorization Access Request, completing cybersecurity training, and ensuring the representation of physical asset counts in the CAV AF. Contractors must also manage Government Furnished Property, report discrepancies and inventory adjustments accurately, and adhere to specific documentation procedures. The document emphasizes adherence to timelines for reporting and disposal of assets, especially concerning Nuclear Weapon Related Materiel, and details requirements for handling reporting discrepancies and breakdowns in the CAV AF system. Initial training will be provided by the contracting agency, with subsequent training to be managed by contractors. Contact information for support is specified for different bases, underscoring the importance of maintaining continuous asset visibility and accountability. This guidance reinforces contractual obligations and the critical nature of accurate data reporting for government operations, particularly in defense contracting.
    The document discusses the federal government's release of requests for proposals (RFPs) and grants aimed at various projects at local and state levels. It outlines the objectives of these RFPs and grants, which are designed to support community initiatives, infrastructure improvements, and innovation in public services. Key points include the specified funding opportunities, eligibility criteria for applicants, and deadlines for submission. The document emphasizes the importance of proposal quality, suggesting that applicants demonstrate clear project goals, measurable outcomes, and alignment with governmental priorities. Additionally, it mentions the requisite compliance with applicable regulations and guidelines throughout the application process. Overall, the document serves as a resource for potential applicants, guiding them on how to navigate the funding landscape effectively while highlighting the government's commitment to enhancing community welfare and development through targeted financial support and collaboration.
    The document is a Request for Quotation (RFQ) issued by the Department of the Air Force for the procurement of specific services related to the repair of modulator subassemblies (NSN: 5895-01-106-3414). It outlines key requirements for potential contractors, including qualifications and the submission process for quotations due by May 23, 2025. The RFQ specifies firm-fixed pricing structure, requires completion of certain documentation (such as DD1348-1) with shipments, and emphasizes the importance of compliance with data reporting for project management, including Commercial Asset Visibility Air Force reporting. Each item is categorized under specific Contract Line Item Numbers (CLINs) detailing quantities, inspection, and acceptance standards, while also outlining various clauses to ensure adherence to federal regulations, including cybersecurity and documentation standards. The government reserves the right to evaluate bids based on price reasonableness and qualifications, which are necessary to maintain efficiency and transparency in the procurement process, ultimately aiming for effective resource management under national defense requirements.
    The document is a Request for Quotation (RFQ) issued by the Department of the Air Force, specifically the Directorate of Contracting at Hill Air Force Base. Its primary purpose is to solicit quotations from qualified vendors for supplies and services related to the repair of specific electrical components, particularly modulator subassemblies. The RFQ outlines the delivery requirements, quotation submission deadline (June 30, 2025), and conditions related to pricing and inspection. Key details include two Contract Line Item Numbers (CLINs) for items requiring firm fixed pricing, specifications for quality assurance, and eligibility requirements for vendors. Emphasis is placed on the necessity for vendors to comply with federal regulations regarding supply chain security and counterfeit prevention. The document also stipulates that non-conforming proposals may be disqualified, and it highlights the government’s right to award without discussions based on initial proposals. Overall, the RFQ serves to facilitate the acquisition of necessary components while ensuring compliance with relevant procurement regulations, underscoring the government's commitment to quality and accountability in the procurement process.
    The document details specifications for a modulator subassembly (NSN 5895011063414FD) intended for the AN/MST-T1A end item. It is characterized by exact dimensions: 15.3 inches in length, 14.8 inches in width, and 14 inches in height, weighing 18 pounds. The assembly consists of electrical components, a printer wiring board, and a coil, indicating its technical functionality. It is classified with a criticality code of “X” and is demilitarized under code “D”, suggesting it is targeted for secure use. The initiator of the request, Jason L. Francom from the 415 SCMS / GUMAA office, can be contacted through designated phone lines. Additionally, it is noted that no helium content is present, and a key focus on safety and electronic sensitivity is highlighted, marking the item as essential for specific operations. Overall, this summary presents critical details fabricated for potential procurement in government contracts, aligning with federal requirements for equipment functionality and security.
    The document details the Item Unique Identification (IUID) Checklist, a compliance requirement under DFARS 252.211.7003, focusing on items requiring IUID marking. It lists a specific item, a modulator subassembly, along with its unique National Stock Number (NSN) and other identifiers, including the version number and project initiator details. The marking must adhere to the latest version of MIL-STD-130 standards, with instructions on marking guidance provided through associated engineering documents. The checklist serves as a vital tool for ensuring proper identification and traceability of items in defense contracting, emphasizing the importance of standardized marking processes to enhance logistical and inventory management across federal procurement activities. This document reflects the government's commitment to rigorous tracking and managing defense materials in alignment with federal regulations.
    The document outlines packaging requirements for federally procured wood packaging materials (WPM) as mandated by military standards to comply with international phytosanitary regulations aimed at preventing invasive species, such as the pinewood nematode. It specifies that all wood materials must be constructed from debarked wood and treated through heat application (56°C for 30 minutes) and require certification from recognized agencies. The packaging guidelines apply to a variety of items and include marking requirements based on MIL-STD-129 for military markings, as well as adherence to supplemental instructions needed for vendor packaging. Various items are listed with no additional packaging data required, confirming that the focus is largely on compliance with thermal treatment and marking standards. The responsibility for ensuring adherence to these requirements lies with the designated packaging specialist within the organization, underscoring the government's commitment to environmental protection and regulatory compliance during logistics operations. Overall, the document serves to ensure that all wood packaging utilized in federal operations meets strict quality and safety standards while preventing ecological damage.
    The provided Statement of Work establishes comprehensive packaging, marking, and preservation requirements for military materials as part of a Department of Defense contract. The document mandates adherence to various standards, including MIL-STD 2073-1 for military packaging, the ASTM D3951 for commercial packaging, and MIL-STD 129 for uniform military markings. It stipulates that hazardous materials must comply with International regulations and standards, including ICAO, CFR Title 49, and IATA. Additionally, the offeror must ensure that reusable containers are maintained according to AFMC Form 158 and be prepared for discrepancies through the Web Supply Discrepancy Report system. The use of the Special Packaging Instructions Retrieval & Exchange System (SPIRES) is encouraged for accessing packaging guidance. The contractor is responsible for preparing Safety Data Sheets for hazardous materials in accordance with FED-STD-313, ensuring all packaging adheres to regulatory requirements. This set of directives ensures efficient handling, safety compliance, and effective transportation of military assets, reflecting the stringent protocols required in military logistics and procurement.
    The document outlines the Performance Work Specification (PWS) for a contract by the Department of the Air Force, focused on the inspection, test, teardown, evaluation, and possible repair of the Keyer Driver Assembly (NSN 5895-01-106-3414). The work encompasses both testing and potential restoration of the item to "like new" condition. The contractor is responsible for conducting mechanical and electrical tests with results reported to the appropriate contracting officials. Key requirements include adherence to technical specifications, acceptance testing prior to government presentation, and quality assurance measures to ensure reliability and maintainability. A critical component involves the implementation of a Counterfeit Prevention Plan to mitigate risks associated with electronic parts. The PWS stipulates stringent reporting guidelines, including timelines for status updates and defect reporting, ensuring that all operations align with military specifications and quality standards. Overall, the document emphasizes a systematic approach to asset management in a defense procurement context, with clear accountability for repairs and quality control aligned with U.S. Department of Defense protocols.
    The document provides a revised repair data list for a Modulator Subassembly, with National Stock Number (NSN) 5895-01-106-3414FD and Part Number 654E4660-5. It includes details on three lines pertaining to the component, specified by their CAGE code (81755) and associated reference numbers. Each line item indicates the type of data available, such as technical data and associated remarks. The repair data list includes a legend that classifies furnishing method codes, ranging from classifications such as "classified document" to "data not available." This document signifies the government's intention to disseminate pertinent repair and technical information to contractors involved in federal RFPs or grants. Thus, it serves to ensure compliance and proper methodology for the maintenance and repair of the specified equipment, emphasizing the critical role of accurate data in procurement processes. The structure is concise, organized into lines with sequential data references, facilitating efficient information retrieval for stakeholders.
    The document outlines the Repair Qualification Requirements for the Modulator Subassembly (NSN: 5895-01-106-3414, P/N: 654E4660-5), intended for the AN/MST-T1A application. Key qualifications include the necessity for potential offerors to notify relevant government contracting authorities of their intent to qualify, and to possess adequate facilities and testing capabilities for inspection and repair. An estimated cost of $6,000 and a completion time of 30 days are specified for the qualification process. Offerors must provide evidence of compliance with government requirements, including data verification and repair process adherence. Waiver options are available for sources that meet certain criteria, such as prior supply to the government or mirroring of existing qualified articles. Overall, the document establishes the framework for qualifying sources to ensure product integrity and compliance with military specifications in the context of government contracts.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Repair services for the JTE program; NSN5996-01-621-7893 FD; Assembly Amplifier
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide repair services for the Amplifier Assembly (NSN 5996-01-621-7893 FD) as outlined in Request for Quotation FA8250-26-Q-0036. The procurement involves a firm fixed price for the repair of one unit, with an estimated delivery timeline of 150 calendar days after receipt of the carcass, and includes additional data requirements such as Commercial Asset Visibility Air Force (CAVAF) reports and Engineering Change Proposals (ECPs). This assembly is critical for military operations, necessitating compliance with stringent quality and security standards, including a robust Counterfeit Prevention Plan. Interested parties must submit their quotations by November 24, 2025, and can direct inquiries to Valerie Humphries at valerie.humphries@us.af.mil or by phone at 801-775-6455.
    Repair of NSN 5836-01-605-8162
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of a Rugged MPEG Video Encoder, identified by NSN 5836-01-605-8162. The contractor will be responsible for conducting thorough testing, teardown, and evaluation of the unit, followed by necessary repairs to restore it to a serviceable condition, adhering to original specifications. This equipment is critical for military operations, emphasizing the importance of maintaining operational readiness through reliable electronic and precision equipment. Interested vendors should contact Logan Drake at logan.drake.4@us.af.mil for further details, with proposals due by December 13, 2024.
    70--COMPUTER SUBASSEMBL, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking qualified vendors for the repair of a specific computer subassembly, identified by NSN 7021 016656549. The procurement involves the repair of two units of the part number FM06-HIDANPLUS-SYS104/3890AS004564-01, which must be conducted by approved sources General Atomics Co and RTD Embedded Technologies Inc, as suitable technical data and government rights are not available for alternative sources. This repair is critical for maintaining operational capabilities, and interested parties must submit their qualifications to the primary contact, Kimberly Flores, via email at kimberly.flores12.civ@us.navy.mil, within 15 days of this notice, with the anticipated award date set for December 2025.
    MODULATOR,SONAR
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of a Modulator for sonar applications. This contract requires compliance with specific quality assurance standards, including ISO 9001, and entails higher-level inspection and acceptance processes to ensure the reliability and performance of the underwater sound equipment. The Modulator is critical for enhancing sonar capabilities, which are vital for various defense operations. Interested vendors should direct inquiries to Jeremy Crow at jeremy.crow@dla.mil, and are advised to review the solicitation for detailed requirements and submission guidelines.
    F-16 Multiplier Assembly
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting quotations for a Multiplier Assembly (NSN: 1270-01-343-8506) intended for Foreign Military Sales (FMS) customers. This procurement requires qualified sources, specifically Northrop Grumman and Spectrum Microwave, and includes stipulations for quantity range pricing, a First Article Test Report (FATR), and a First Article (FA) requirement with a delivery timeline of 180 days. The contract emphasizes compliance with military packaging standards and various defense regulations, including the Buy American Act and ITAR. Interested parties should direct inquiries to April Blakeley at april.blakeley@us.af.mil, with the solicitation due by December 22, 2025.
    Repair of NSN: 6130-01-445-9549;P/N:822-1118-001;RMC/RMS: R3/R in support of the E-3 ARC-230 Program
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of National Stock Number (NSN) 6130-01-445-9549, a power supply component, in support of the E-3 ARC-230 Program. This procurement involves a requirements contract for repairs and engineering services, covering three ordering periods from October 2025 through September 2028, under the existing Collins Corporate Contract SPE4AX21D9400. The selected contractor will be responsible for providing all necessary facilities, labor, and materials for the repair services, with proposals due by 3:00 PM EST on December 19, 2025. Interested parties should direct inquiries to Contracting Officer James Daniel Faulkner at james.faulkner.8@us.af.mil.
    14--COMPUTER GROUP,GUID, 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 guided missile remote control systems, identified by NSN 7R-1430-014442098-GF. This procurement involves a quantity of 16 units, with delivery terms set to FOB Origin, and requires government source approval prior to contract award due to the flight-critical nature of the item. Only sources previously approved by the government will be considered, and interested parties must submit the necessary documentation as outlined in the NAVSUP WSS Source Approval Information Brochures to be eligible for award. For further inquiries, potential bidders can contact Svitlana Shvets at (215) 697-6278 or via email at SVITLANA.SHVETS.CIV@US.NAVY.MIL.
    99--RECEIVER TRANSMITTE, 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 receiver transmitters, with a presolicitation notice for a sole source requirement. The procurement involves a quantity of 10 units of NSN 0R-0098-LLZ98S445-CC, and the government does not possess sufficient data to contract with sources other than the current supplier, necessitating government source approval prior to award. These items are critical for military operations and are subject to various trade agreements, emphasizing the importance of compliance with the NAVSUP WSS Source Approval Brochure for interested vendors. For inquiries, potential bidders can contact Cody P. Cameron at (215) 697-1202 or via email at cody.p.cameron.civ@us.navy.mil.
    58--COMPARATOR MODULE,S, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of Comparator Modules. This procurement aims to restore these critical components to a Ready for Issue (RFI) condition, ensuring they meet industry standards and operational requirements. The successful contractor will be responsible for all aspects of repair, including quality control, inspection, and compliance with specified military standards. Interested parties must submit their quotes, including pricing estimates, to Michael J. Keith at the provided email address by the closing date indicated in the solicitation. For further inquiries, he can be reached at 215-697-2193.
    Control Module
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking proposals for the acquisition of two Control Modules (NSN 1660-01-024-5628, PN 169375-5-1) as part of a Request for Quotation (SPRTA1-26-Q-0136) issued to Aero International, LLC. The procurement requires a firm fixed price proposal to be submitted by January 5, 2026, with a requested delivery date on or before August 16, 2029, for shipment to DODAAC DK7003 (Foreign Military Sales). These Control Modules are critical components for aircraft air conditioning, heating, and pressurizing systems, underscoring their importance in maintaining operational readiness for military aircraft. Interested parties can reach out to Howard Heflin at howard.heflin@us.af.mil for further details regarding the solicitation and compliance requirements.