Repair of Circuit Card Assembly
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 United States Air Force (424th SCMS) is conducting market research through a Sources Sought Synopsis to identify potential repair sources for ATCALS Circuit Card Assemblies (CCAs). This effort aims to determine if the requirement can be competitive or set aside for small businesses. The government is seeking capabilities for the repair, testing, and return of serviceable units for specific NSNs and Part Numbers. Responses are due by May 6, 2026.
Purpose & Scope
This Sources Sought is for market research only; it is not a solicitation and no contract will be awarded based on this notice. The Air Force seeks to identify qualified contractors capable of performing comprehensive repair services for CCAs, including disassembly, cleaning, inspection, maintenance, reassembly, testing, and finishing. Contractors must possess necessary repair capabilities, technical data, repair documents, and license agreements, and be responsible for supply chain management, logistics, forecasting, and delivery of quality products.
Key Requirements
The requirement covers the repair of the following Circuit Card Assemblies:
- NSN: 5998-01-534-4238IM, PN: 030741-0001 (Estimated Requirement: 41 units)
- NSN: 5998-01-534-4240IM, PN: 030750-0001 (Estimated Requirement: 15 units)
- NSN: 5998-01-711-1685IM, PN: 030750-0002 (Estimated Requirement: 33 units)
Contractor responsibilities also include a robust Parts Control Program, Counterfeit Prevention measures, and adherence to specific Quality Program and Performance Standards. The government does not have associated technical data to provide; Technical Orders (TOs) must be requested from the Tinker AFB Public Sales Office.
Contract Details
- Type: Sources Sought (Market Research)
- Set-Aside: None specified; purpose is to determine potential for competitive or Small Business Set-Aside. All business sizes are encouraged to respond.
- Place of Performance: Tinker AFB, OK 73145, USA.
- Department/Office: DEPT OF THE AIR FORCE / FA8119 AFSC PZABC.
Submission & Eligibility
Interested sources must select "ADD ME TO INTERESTED VENDORS" on SAM.gov and submit responses to 424.SCMS.AFMC.RFI.Responses@us.af.mil. To be qualified, potential sources must complete a Source Approval Request (SAR) package as specified in the Qualification Requirements (QR), with electronic submission via DoD SAFE. Responses should include detailed business information (company, CAGE Code, NAICS Code, business size, ownership statements).
Timeline
- Published Date: April 21, 2026
- Response Due Date: May 6, 2026, 6:00 PM ET