FA825026Q0411: Repair of 6130012091573QX
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 is soliciting proposals for the repair of Power Supply (NSN 6130012091573QX), part of the AN/FPS-117 system. This opportunity is a Total Small Business Set-Aside and is restricted to prequalified sources. Non-qualified vendors must submit a Source Approval Request (SAR) package and meet specific qualification requirements prior to award. Proposals are due March 16, 2026.
Scope of Work
The requirement involves Test, Teardown, and Evaluation (TT&E), and subsequent repair services to restore the Power Supply (P/N 7326396G002, 726396G002, 7326396G2) to a serviceable, like-new condition. This includes visual, mechanical, and electrical testing, repair or replacement of failed parts, cleaning, configuring, refinishing, and testing to original specifications.
Key deliverables include:
- CLIN 0001: Initial repair and evaluation for 9 units, with delivery 30 days After Receipt of Carcass (ARO).
- CLIN 0002: Detailed repair quote for 9 units, negotiated and definitized via modification, with delivery 120 days ARO after completion of study.
- Data Items (NSP): Commercial Asset Visibility Air Force (CAV AF) reporting, Repairable Item Inspection Reports (RIIR), Counterfeit Prevention Plan (CPP), Engineering Change Proposals (ECP), Test Plans, and Test/Inspection Reports.
The work requires adherence to various standards for Electrostatic Discharge (ESD) control (e.g., MIL-PRF-87893, ANSI/ESD S20.20-2021), IUID marking (MIL-STD-130, MIL-STD-129), and comprehensive packaging requirements (e.g., MIL-STD-2073-1, ISPM 15). The item contains export-controlled critical technology.
Contract Details
- Type: Firm Fixed Price (FFP)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: J059 (Maintenance, Repair And Rebuilding Of Equipment: Electrical And Electronic Equipment Components)
Eligibility & Qualification
This opportunity is restricted to prequalified sources. Offerors must demonstrate access to necessary facilities, equipment, and personnel, and verify a complete data package and repair process. A qualification test plan is required. The contracting officer will not delay award to provide an opportunity for potential offerors to qualify. Interested vendors not previously approved must submit a Source Approval Request (SAR) package to the Source Development Small Business Office or the Contracting Officer. Access to the Technical Data Package (TDP) requires emailing elijah_leo.carino@us.af.mil with a current DD2345 and JCP printout.
Submission & Evaluation
Quotations must be submitted electronically to the Primary Contact, Elijah Leo Carino (elijah_leo.carino@us.af.mil), by March 16, 2026, at 22:00 UTC. Offerors should send a follow-up email with no attachments to verify receipt of their proposal. Award will be made without delaying for contractor qualifications.