Repair of NSN 5985010784682 Rotary Coupler for the MUTES Program
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 Test, Teardown, Evaluation (TT&E), and Repair Services for the NSN 5985010784682 Rotary Coupler used in the MUTES Program. This Firm Fixed-Price opportunity is restricted to qualified sources. Proposals are due by Close of Business on February 3, 2026.
Opportunity Details
This Request for Quotation (RFQ) seeks contractors to return the Rotary Coupler (NSN 5985-01-078-4682, P/N 3130, 626Z1117-3) to a serviceable, like-new condition. The scope includes both Test, Teardown, and Evaluation (TT&E) to determine item condition, and subsequent repair or replacement of failed components. Repaired items must meet original specifications and performance requirements, with a 1-year warranty against contractor-fault quality issues. The item contains critical, export-controlled technology.
Key Requirements & Deliverables
- Services: Test, Teardown, Evaluation, and Repair of Rotary Couplers.
- Quantity: Repair of 5 Rotary Couplers, plus associated data deliverables.
- Data Deliverables:
- Commercial Asset Visibility Air Force (CAVAF) Reporting.
- Repairable Item Inspection Reports (RIIR).
- Counterfeit Prevention Plan (CPP).
- Engineering Change Proposals (ECP).
- Government Property Inventory Report.
- Contract Depot Maintenance (CDM) Monthly Production Report.
- Standards: Adherence to MIL-STD-129, MIL-STD-2073-1 for packaging, ISPM 15 for wood packaging, and MIL-STD-130 for Item Unique Identification (IUID) marking. Electrostatic Discharge (ESD) control procedures are also required.
Qualification & Eligibility
This opportunity is restricted to qualified sources. Offerors must either be an approved source on the Government's Screening Analysis Worksheet Form 761 or 762 prior to contract award, or submit a qualification package. Mandatory qualification requirements include demonstrating access to necessary facilities, testing, and inspection capabilities, providing a complete data package (e.g., General Dynamics drawing 626Z1117), and submitting a qualification test plan. Qualification can be achieved before contract award, and specific waiver criteria are available. Past performance will be assessed.
Contract & Timeline
- Contract Type: Firm Fixed Price.
- Set-Aside: Restricted to Qualified Sources.
- NAICS: 811210 (Size Standard: $34.00 million).
- Proposal Due: Close of Business on February 3, 2026.
- Published Date: January 20, 2026.
Evaluation
Award will be based on a "Price Only" evaluation for technically qualified offerors, assessing price reasonableness and balance.
Contact Information
Primary Contact: Nick Standiford, nicholas.standiford@us.af.mil.