Repair of Magnetic Azimuth Detector
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 (422nd SCMS) is conducting market research through a Sources Sought Synopsis for the repair of Magnetic Azimuth Detectors for T-38, A-10, and C-130 aircraft. This is NOT a solicitation, but aims to identify potential sources and determine the acquisition strategy, including the possibility of a Small Business Set-Aside. Responses are due May 30, 2026.
Purpose & Scope
The Air Force seeks to identify qualified sources capable of performing repair, testing, preservation, packaging, and return of serviceable Magnetic Azimuth Detector units. Contractors will be responsible for comprehensive supply chain management, logistics, forecasting, long-lead parts procurement, obsolescence management, and delivery. The estimated requirement is for 30 units with specific Part Numbers (620359, 8539058-10, 1775277) and associated NSNs (6605-00-585-0295, 6605-01-221-0847, 6605-00-532-0310). The place of performance is Tinker AFB, OK 73145 USA.
Key Requirements for Potential Sources
- Source Approval: A Source Approval Request (SAR) package is REQUIRED for qualification, as detailed in RQR-848, Revision 1. This document outlines minimum technical requirements for Engineering Support Activity (ESA) source approval, including extensive quality assurance documentation (e.g., AS9100, ISO 9001) and technical data rights certification. SAR packages must be submitted to the AFSC Small Business Office.
- Technical Data Acquisition: The government explicitly states it does NOT possess associated technical data to provide. Potential sources must independently acquire necessary technical data.
- Engineering Drawings: Can be requested using the
PubSalesForm_Rev8_2020910.xlsx(limited to 15 drawings, $107 fee, requires DD Form 2345). - Technical Orders (TOs): Applicable TOs include 5N12-2-6-3 (overhaul/test) and 5N12-2-6-4 (support items). Requests for TOs for unsolicited bids/RFIs require a current, signed DD Form 2345 and a company letterhead request, submitted to the Tinker AFB Public Sales Office (AFLCMC.LZP.PUBSALES@us.af.mil). A fee of $65.00 per approved TO applies, with a 30-day processing time.
- Engineering Drawings: Can be requested using the
Submission Details & Eligibility
- Response Due: May 30, 2026.
- Submission: Interested sources MUST select "ADD ME TO INTERESTED VENDORS". Submit Part I business information (Company Name, POC, CAGE Code, NAICS Code, business size/type, UEI, ownership) and any questions to 424SCMS.RFI.Responses@us.af.mil.
- Eligibility: The government is interested in all potential sources, including Large Businesses, Small Businesses, Small Disadvantaged Businesses (8(a)s), Service-Disabled Veteran-Owned Small Businesses, HUBZone Small Businesses, and Women-Owned Small Businesses. The government may consider breaking the requirement out by airframe.
- Set-Aside: None specified at this market research stage, but a Small Business Set-Aside is being considered.
Important Notes
This notice is for informational and planning purposes only and does not constitute a solicitation. No contract will be awarded based on this market research, and no funds are available for the solicited information. Oral submissions are not acceptable.