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 (DEPT OF DEFENSE), specifically FA8250 AFSC PZAAA, is soliciting proposals for the repair of NSN 5985010784682 Rotary Couplers for the MUTES Program. This opportunity is restricted to qualified sources for Test, Teardown, and Evaluation (TT&E) and subsequent repair services. Proposals are due by February 10, 2026.
Scope of Work
This solicitation requires contractors to furnish all necessary facilities, parts, materials, equipment, and services for the inspection, TT&E, and repair of the Rotary Coupler (NSN 5985-01-078-4682, P/N 3130, 626Z1117-3). The objective is to return end items to a serviceable, like-new condition, meeting original specifications. The work may involve TT&E only, or TT&E followed by repair. Repaired items must meet performance requirements of a new item.
Contract & Timeline
- Opportunity Type: Solicitation (RFQ)
- Contract Type: Firm Fixed Price
- Product/Service Code: J059 - Maintenance, Repair And Rebuilding Of Equipment: Electrical And Electronic Equipment Components
- NAICS Code: 811210 ($34.00M size standard)
- Set-Aside/Restriction: Restricted to qualified sources. Offerors must be approved or qualify prior to award.
- Proposal Due: February 10, 2026 (extended from Feb 3, 2026)
- Published Date: February 2, 2026
Qualification & Evaluation
Proposals will be evaluated based on Price Only procedures, applicable only to technically qualified offerors. Offerors must be listed as an approved source on the Government's Screening Analysis Worksheet Form 761 or 762, or complete a qualification package. The "REPAIR QUALIFICATION REQUIREMENTS" document details mandatory qualifications, including facilities, testing capabilities, data verification, and a qualification test plan. Qualification is estimated to take 30 days, but offerors can still be considered if they meet standards by the award date.
Key Requirements
Contractors will be responsible for various data deliverables and compliance with specific standards:
- Commercial Asset Visibility Air Force (CAVAF) Reporting: Daily status of Government assets, including NWRM.
- Repairable Item Inspection Report (RIIR): Detailed analysis of malfunctions and repair actions.
- Counterfeit Prevention Plan (CPP): Policies and procedures for procurement, monitoring, verification, and notification regarding counterfeit parts.
- Engineering Change Proposal (ECP): Required for any proposed changes to subcomponents or redesigns.
- Item Unique Identification (IUID): Marking items (NSN 5985010784682FD) per MIL-STD-130 and engineering drawings.
- Packaging & Transportation: Compliance with MIL-STD-129, MIL-STD-2073-1, ISPM No. 15 for Wood Packaging Material, and specific transportation data (DD Form 1653).
- Government Property Inventory Report: Tracking GFP/CAP.
- Contract Depot Maintenance (CDM) Monthly Production Report: Detailed asset status and production activities.
Contact Information
Primary Contact: Nick Standiford (nicholas.standiford@us.af.mil) Offerors must email proposals to the Primary Contact and send a follow-up email without attachments to verify receipt.