FA8250-26-R-0443 Repair of NSN: 5840-01-538-6564
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 (FA8250 AFSC PZAAA) has issued a Combined Synopsis/Solicitation (FA8250-26-R-0443) for the repair of Frequency Generators (NSN: 5840-01-538-6564, Part Number: 310377). This opportunity is restricted to prequalified sources only. The services include Test, Teardown, and Evaluation (TT&E) and Major Repair to restore items to serviceable, like-new condition. Proposals are due by April 17, 2026, at 12:00 PM MST.
Scope of Work
The contractor will furnish all necessary facilities, parts, materials, equipment, and services for two primary efforts:
- Test, Teardown, and Evaluation (TT&E): Perform visual, mechanical, and electrical testing to determine the end item's condition. Identify components requiring repair or replacement, reporting findings to the PCO/ACO. The asset must be returned in serviceable, like-new condition if no further repair is needed. This is a Firm Fixed Price (FFP) CLIN (0001) for 7 units, with delivery within 30 days of carcass receipt.
- Major Repair: For items beyond minor repair, requiring extensive disassembly or replacement of major subcomponents. Repaired items must meet all performance requirements of a new item, tested according to specifications and government-approved procedures. This is a Not to Exceed (NTE) estimated unit price CLIN (0002), with final pricing negotiated.
Key Requirements & Standards
- Source Qualification: Offerors must be prequalified prior to award, as per FAR 52.209-1 and 9.202(a). Interested vendors not yet approved must submit a Source Approval Request (SAR) package. Qualification will not delay a proposed award.
- Data Deliverables: Includes Commercial Asset Visibility Air Force (CAVAF) data, Repairable Item Inspection Reports (RIIR), Counterfeit Prevention Plans (CPP), Engineering Change Proposals (ECP), Test Procedures, and Test Reports.
- Technical Standards: Compliance with ESD control programs (MIL-PRF-87893, ANSI/ESD S20.20-21), Counterfeit Prevention (SAE AS5553), and Item Unique Identification (IUID) marking (MIL-STD-130, MIL-STD-129) is mandatory.
- Security: Contractors must maintain CMMC Level 2 (Self) status for systems processing FCI or CUI.
- Packaging: Adherence to DoD Military Standards (e.g., MIL-STD-2073-1, MIL-STD-129) and ISPM 15 for wood packaging material.
Contract & Timeline
- Contract Type: Combined Synopsis/Solicitation (FFP for TT&E, NTE for Major Repair).
- Set-Aside: None (Restricted to Prequalified Sources).
- Response Due: April 17, 2026, at 12:00 PM MST.
- Published: March 2, 2026.
Evaluation
Award will be made to the offeror with the lowest Total Evaluated Price (TEP) who is also a qualified source. Price Reasonableness and Balance will be evaluated. Offerors must meet all solicitation requirements and be listed as an approved source on the Government's Screening Analysis Worksheet.
Contact Information
For technical data package access (requiring DD2345 and JCP printout) or general inquiries, contact Cydnee Simpson at cydnee.simpson@us.af.mil.