REPAIR OF GPS UPLINK MATRIX SWITCH - NSN: 5999015528118GO
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 is soliciting proposals for the repair of GPS Uplink Matrix Switches (NSN: 5999015528118GO, P/N: 0W482 / 11936-001). This opportunity is restricted to prequalified sources, requiring vendors to be approved prior to award. Non-qualified vendors must submit a Source Approval Request (SAR) package. Proposals are due February 25, 2026.
Scope of Work
This solicitation includes multiple line items for the repair and associated data deliverables for the UPLINKMATRIXSW Matrix Switch, used in the AN/FRC-178 end item.
- CLIN 0001: Teardown, Test, and Evaluation (TT&E) of one unit, with delivery within 30 calendar days ARO carcass.
- CLIN 0002: Repair of one unit, with delivery within 90 calendar days ARO carcass. This includes a "worst-case-scenario/total rebuild/total overhaul" option, with potential for definitization at a lower price if less work is required.
- Data Deliverables (CLINs 0003-0008): Various data items are required in accordance with DD Form 1423, including CAV-AF data, Repairable Item Inspection Reports (RIIR), Counterfeit Prevention Plans (CPP), Engineering Change Proposals (ECP), Test Procedures, and Test Reports. These are material requirements.
- Performance Standards: Repaired items must meet all performance requirements of a new item, conform to latest specifications, and include a 1-year warranty against workmanship/parts quality defects. ESD control is mandatory.
- Special Requirements: The item contains critical technology and is export controlled. Contractors must comply with CAV AF reporting requirements, IUID marking per MIL-STD-130, and specific packaging/marking standards (MIL-STD-129, MIL-STD-2073-1, ISPM 15 for wood packaging). A Counterfeit Prevention Plan is required.
Contract & Timeline
- Contract Type: Firm Fixed Price for CLIN 0001. CLIN 0002 will be negotiated and definitized via modification.
- Product Service Code: J059 - Maintenance, Repair And Rebuilding Of Equipment: Electrical And Electronic Equipment Components.
- Response Due: February 25, 2026, by 23:00:00Z.
- Published Date: February 11, 2026.
- Price Firmness: Offered prices must be held firm for 120 days.
Eligibility & Evaluation
- Set-Aside: The RFQ document explicitly states this is NOT a Small Business Set-Aside, despite metadata indicating Total Small Business. This requirement is restricted to prequalified sources.
- Qualification: Vendors must be fully qualified prior to award. Non-qualified vendors must submit a Source Approval Request (SAR) package, including a qualification test plan and procedure. Award will not be delayed for contractor qualifications.
- Evaluation Criteria: Award will be based on qualification requirements, with Price/Cost being the primary evaluation factor.
Submission Instructions
Proposals must be emailed to the Primary Contact. After sending, a follow-up email with no attachments is required to verify receipt. Access to the Technical Data Package (TDP) requires emailing the Primary Contact with a current DD2345 and JCP printout.