Repair of ATCALS Power Amplifier
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 U.S. Air Force (424th SCMS) is conducting market research through a Sources Sought Synopsis to identify potential repair sources for ATCALS Power Amplifiers (NSN: 6605-01-619-9660IM; P/N: 030003-001 and NSN: 6605-01-622-1748IM; P/N: 030004-001). The purpose is to determine if this effort can be competitive or a Small Business Set-Aside. This is not a solicitation, and no contract will be awarded based on this market research. Responses are due by May 8, 2026.
Scope of Work
The requirement involves the repair and configuration upgrade of ATCALS Power Amplifiers. The contractor will be responsible for the complete process, including disassembly, cleaning, inspection, maintenance, upgrade, reassembly, testing, and finishing to return units to a serviceable condition. Key responsibilities also include supply chain management, logistics, forecasting, procurement of long-lead and reparable parts, and addressing obsolescence issues.
Contractors must possess necessary repair capabilities, technical data, repair documents, and license agreements. Performance standards include a one-year defect-free guarantee on repaired items, adherence to delivery schedules, and 100% inspection of data and Government Furnished Property (GFP)/Material (GFM). Special requirements include maintaining a quality system (AFMC Form 807), a Counterfeit Prevention Plan (SAE AS5553/AS6174), using OEM-sourced or DLA-purchased parts with traceability, managing government property, and complying with safety and health regulations. Various reports, such as CAVAF/GFM and production reports, are also required. The Performance Work Statement (PWS) implies performance at the contractor's facility.
Contract & Timeline
- Type: Sources Sought / Market Research
- Duration: Estimated repair quantities for a 3-year basic period, two 1-year options, and a 6-month extension.
- Set-Aside: None specified (to be determined based on market research).
- Response Due: May 8, 2026, 6:00 PM ET
- Published: April 23, 2026
Submission & Evaluation
Interested sources must select "ADD ME TO INTERESTED VENDORS" on SAM.gov. Responses will inform the government's acquisition strategy and potential set-aside opportunities. The government is interested in all business sizes, including Large Businesses and various Small Business categories.
A critical note is that the government does not have associated technical data to provide; potential sources must independently acquire necessary technical data. Firms wishing to be qualified must complete a Source Approval Request (SAR) package. Inquiries regarding the Tinker SAR Process should be directed to the AFSC Small Business Office.
Additional Notes
This is for planning purposes only and does not constitute a Request for Proposal or a commitment to award a contract. No funds are available to fund the information solicited, and participants will not be reimbursed for expenses. Questions should be directed to the provided workflow email address.