Repair of AACE Door for the MILSATCOM Program NSN 5895015323892
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 (AFSC PZAAA) has issued a Solicitation for the repair of AACE Doors (NSN 5895015323892, P/N RCM-154 36X84) for the MILSATCOM Program. This is a Firm Fixed-Price contract for specialized repair services, with competition restricted to Peraton and Universal Shielding. Proposals are due by March 31, 2026.
Scope of Work
The contractor will be responsible for disassembling, inspecting, repairing, reassembling, aligning, and functionally testing the AACE Door to return it to a serviceable, like-new condition. This includes ensuring repaired units meet performance requirements of a new item and conform to the latest Specification Control Drawing and Acceptance Test Plan. The repair effort is deemed performance-based and not an inherently government function.
Key Requirements & Deliverables
Key requirements include:
- Repair Services: Comprehensive repair of the AACE Door, including subcomponent changes requiring an Engineering Change Proposal (ECP) (CDRL D001).
- Packaging & Marking: Adherence to military standards (MIL-STD-2073-1, MIL-STD-129), ISPM 15 for wood packaging, and electrostatic discharge (ESD) control. Specific packaging requirements are detailed in the PWS and PACKAGING_REQUIREMENT.pdf.
- Asset Management & Reporting: Daily reporting via the Commercial Asset Visibility Air Force (CAV AF) system (CDRLs A001, A002, A003), including DD1348-1A forms for shipments. Submission of a monthly Contract Depot Maintenance (CDM) Production Report (CDRL A002).
- Quality & Inspection: Performance of acceptance testing, submission of a Repairable Item Inspection Report (RIIR) (CDRL B001), and adherence to quality deficiency reporting procedures.
- Counterfeit Prevention: Implementation and submission of an approved Counterfeit Prevention Plan (CPP) (CDRL C001) in accordance with SAE AS5553 standards.
- Item Unique Identification (IUID): Marking items per MIL-STD-130, MIL-STD-129, and DFARS 252.211.7003, with data submitted to the IUID Registry.
- Government Property: Inventory and reporting of Government Property (GP) in an electronic format (CDRL A003).
- Compliance: Adherence to numerous FAR/DFARS clauses covering information security (NIST SP 800-171), Cybersecurity Maturity Model Certification (CMMC), and Wide Area WorkFlow (WAWF) for payment.
Contract Details & Submission
- Contract Type: Firm Fixed Price.
- Set-Aside: This is not a small business set-aside; competition is restricted to Peraton and Universal Shielding based on a single-source justification.
- Response Due: March 31, 2026, 23:00:00Z.
- Submission: Electronic proposals must be emailed to the Primary Contact. Offerors should send a follow-up email without attachments to verify receipt.
- Contact: Nick Standiford, nicholas.standiford@us.af.mil.
- Inspection/Acceptance: At Origin.
- Delivery Destinations: BARSTOW, CA and HILL AFB, UT.
Evaluation
The government reserves the right to award based on initial proposals without discussions. Offerors must complete proposed prices, delivery dates, inspection/acceptance, F.O.B. terms, and representations/certifications in their submissions.