AN/ALQ-172 LRU-8 BIT LIMITERS AND DOWN CONVETERS REPAIR
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force (FA8522 AFSC PZABB) is conducting market research through a Sources Sought notice to identify potential sources capable of providing repair services for AN/ALQ-172 LRU-8 BIT Limiters (NSN 5895-01-267-7728EW, P/N 0036002-1) and Down Converters (NSN 5895-01-267-7705EW, P/N 0498036-1). The Government currently lacks the necessary repair data and rights, deeming it uneconomical to acquire or reverse engineer. The known sole source contractor for this effort is Raytheon Company. Responses are due by February 10, 2026.
Scope of Work
This effort requires contractors to furnish all material, support equipment, tools, test equipment, and services necessary for the repair of the specified AN/ALQ-172 components. Key responsibilities include:
- Repairing items to meet specification requirements and return them as serviceable assets.
- Maintaining defined workflow and meeting Turn Around Times (TAT) for Routine, Surge, and Mission Impaired Capability Awaiting Parts (MICAP) requirements (e.g., 10 business days for MICAP/SURGE).
- Ensuring quality control, configuration control, and accurate transaction reporting in the Commercial Asset Visibility Air Force (CAV-AF) system.
- Implementing a comprehensive Supply Chain Risk Management (SCRM) Plan, including Continuity of Operations (COOP), Foreign Influence (FOCI) disclosure, and Cybersecurity protection.
- Providing, maintaining, and calibrating all required support equipment at the contractor's facility.
- Adhering to applicable technical orders and OEM standard repair procedures.
- Maintaining a SECRET level security clearance for contractor personnel.
Contract & Timeline
- Type: Sources Sought / Market Research (Request For Information - RFI)
- Product Service Code: J059 (Maintenance, Repair And Rebuilding Of Equipment: Electrical And Electronic Equipment Components)
- Strategy: Anticipated one-time award for repair services.
- Set-Aside: No set-aside decision has been made; small businesses are strongly encouraged to respond.
- Response Due: February 10, 2026, 22:00:00Z
- Published: January 26, 2026
Submission & Evaluation
Interested parties must submit responses to the Contractor Capability Survey (Parts I and II). Responses should be sent electronically to Carson Best (carson.best@us.af.mil) and John Winslett (john.winslett.1@us.af.mil). This is a market research effort, and participation does not guarantee future solicitation or contract awards. Responses will inform the Government's final acquisition strategy.
Additional Notes
- The Best Estimated Quantity (BEQ) is 25 BIT Limiters and 15 Down Converters.
- The Government will not reimburse participants for any expenses associated with their participation.
- Place of Performance will be at the contractor's repair or manufacturing facilities, not on a U.S. Government installation.