Repair of E-3 RCU Repair Amendment 1
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
This is Amendment 1 to a solicitation for a 1-year contract vehicle for the repair of E-3 Recording Control Units (RCU) for the U.S. Air Force. The primary purpose of this amendment is to add requirements for Cybersecurity Maturity Model Certification (CMMC) and NIST SP 800-171, referencing DFARS 4. The E-3 RCU supports E-3 AWACS aircraft by operating and testing Digital Flight Data Recorders (DFDR), Cockpit Voice Recorders (CVR), and Crash Position Locators (CPL). Proposals are due by March 23, 2026.
Scope of Work
The contract requires failure testing and repair of the E-3 RCU, including its DFDR, CVR, and CPL components. This repair effort is critical for maintaining the mission readiness of E-3 AWACS aircraft. Key performance standards include:
- Quality: No more than 2 Product Quality Deficiency Reports (PQDRs) per contract.
- Delivery: A Turnaround Time (TAT) of 60 calendar days for repair, with no more than three late deliveries permitted. Contractors must notify the Government of potential delays.
- Reporting: Production data must be reported in CAV-AF as actions occur.
Amendment Details: CMMC & NIST SP 800-171
This amendment incorporates CMMC requirements, as detailed in the OSD Memo dated January 17, 2025. This memo outlines the DoD's CMMC Program, requiring pre-award assessments for safeguarding Controlled Unclassified Information (CUI) or Federal Contract Information (FCI). Upon publication of the final DFARS rule, CMMC assessment needs must be included in procurement requests. Bidders should anticipate:
- CMMC Level 1: Required for contracts involving FCI.
- Phased Implementation: CMMC Level 2 and Level 3 requirements will be introduced in phases.
- Waivers: Possible under specific circumstances, but do not affect underlying security requirements.
Contract Details
- Contract Type: 1-year contract vehicle (Firm Fixed-Price for repair actions).
- Set-Aside: None specified.
- Place of Performance: Contractor's facility. Repaired items will be shipped to DLA DISTRIBUTION WARNER ROBINS, ROBINS AFB, GA.
- Government Property: Contractor is responsible for Government-furnished reparable RCU assets (NSN 5895-01-207-7100) and must manage/report via the GFP Module in PIEE.
- Item Unique Identification (IUID): Required for all delivered items meeting FAR criteria, with life cycle events recorded in the IUID Registry.
- Packaging: Must comply with AFMC Form 158, MIL-STD-129, MIL-STD-2073-1, and ISPM 15 for Wood Packaging Material (WPM).
- Quality Assurance: Subject to AFMC FORM 807 provisions, including specific inspection requirements.
- Security: No security clearance is expected to be required, and access to Government systems is not required.
- Invoicing: Payment requests and receipt/acceptance documents must be submitted via WAWF.
Timeline & Contacts
- Response Date: March 23, 2026, 5:00 PM EST
- Published Date: March 6, 2026
- Primary Contact: James Daniel Faulkner, james.faulkner.8@us.af.mil
- Secondary Contact: Lachell West, lachell.west@us.af.mil