Repair of Controller Assembly for the JTE Program NSN 7042015992306
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 Solicitation for the repair of Controller Assemblies (NSN 7042015992306) for the JTE Program. This requirement is for Test, Teardown, and Evaluation (TT&E) and subsequent repair to restore units to a serviceable, like-new condition. Proposals are due May 4, 2026.
Scope of Work
The contractor will perform TT&E, identifying parts for repair or replacement, and then execute approved repairs. This includes cleaning, configuring, refinishing, and testing to meet original specifications. Key requirements include:
- Performance: Units must meet new item performance standards.
- Quality: One-year warranty for workmanship/repair quality.
- Compliance: Adherence to military standards for packaging (MIL-STD 2073-1, ASTM D3951), marking (MIL-STD 129), ESD control, and hazardous materials.
- Cybersecurity: Maintain CMMC Level 2 (Self).
- Counterfeit Prevention: Implement a Counterfeit Prevention Plan (CPP) per SAE AS5553.
- IUID: Ensure correct Item Unique Identification (IUID) marking.
- Data Deliverables: Reporting in Commercial Asset Visibility Air Force (CAVAF), Repairable Item Inspection Report (RIIR), Counterfeit Prevention Plan (CPP), and Engineering Change Proposals (ECP).
Contract Details
- Type: Firm Fixed Price Solicitation.
- Set-Aside: This is NOT a Small Business Set-Aside.
- NAICS: 811210 (Electronic and Precision Equipment Repair and Maintenance) with a $34.00M size standard.
- Competition: Competition is limited to Linmarr Associates and Elbit America due to the Original Equipment Manufacturer (RPM) declining to provide proprietary data, making them the only known sources with necessary data rights and repair capabilities. Efforts to obtain data for future competition will continue.
Submission & Evaluation
- Proposal Due: May 4, 2026, by close of business.
- Submission Method: Digital proposals are required, with email being the preferred method.
- Evaluation Criteria: Award will be based on a Price Only evaluation, considering Total Evaluated Price (TEP), Price Reasonableness, and Balance. Offerors must be technically qualified and listed as an approved source on the Government's Screening Analysis Worksheet Form 761 or 762.
Contact Information
For questions, contact Nick Standiford at nicholas.standiford@us.af.mil.