Repair of Radar Receiver for the AEWS Program NSN 5840011540006
SOL #: FA825026Q0468Solicitation
Overview
Buyer
DEPT OF DEFENSE
Dept Of The Air Force
FA8250 AFSC PZAAA
HILL AFB, UT, 84056-5825, United States
Place of Performance
Place of performance not available
NAICS
Electronic and Precision Equipment Repair and Maintenance (811210)
PSC
Maintenance, Repair And Rebuilding Of Equipment: Electrical And Electronic Equipment Components (J059)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
May 13, 2026
2
Submission Deadline
Jun 12, 2026, 11:00 PM
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 Radar Receivers (NSN 5840011540006) for the AEWS Program. This Total Small Business Set-Aside opportunity requires contractors to perform Test, Teardown, and Evaluation (TT&E) and subsequent repair services. Proposals are due by close of business on June 11, 2026.
Scope of Work
This solicitation covers the repair of 32 Radar Receiver units (P/N 7326440G001), which amplify, detect, and process echoes from radar transmissions for the AN/FPS-117 system. The work involves two main efforts:
- CLIN 0001: Test, Teardown, and Evaluation (TT&E) of 32 units, including visual, mechanical, and electrical testing to determine condition and identify necessary repairs. A detailed repair quote is required upon completion.
- CLIN 0002: Repair Services for 32 units, which will be negotiated and definitized via modification after CLIN 0001. Repair includes replacing failed parts, cleaning, configuring, refinishing, and testing to meet original specifications.
- Various data deliverables are also required, including a Contract Depot Maintenance (CDM) Monthly Production Report, Government Property Inventory Report, Repairable Item Inspection Report (RIIR), and Commercial Asset Visibility (CAV) reporting.
Key Requirements & Standards
- CMMC Level 2 (SELF) is mandatory for all information systems processing Federal Contract Information (FCI) or Controlled Unclassified Information (CUI). Offerors must provide their CMMC UID.
- ISO 9001:2015 quality assurance standard is required.
- Qualified Sources: The solicitation is restricted to qualified sources. Non-qualified vendors must comply with FAR 52.209-1 qualification requirements, demonstrating necessary facilities, equipment, personnel, and data packages for repair, inspection, and testing (including intermodulation testing and MIL-STD-461/462 compliance). Qualification must be met before the award date.
- Counterfeit Prevention Plan (CPP) is required, detailing procurement practices, supply chain monitoring, training, verification, and notification procedures.
- Item Unique Identification (IUID) marking is required per DFARS 252.211.7003 and MIL-STD-130.
- Packaging and Transportation: Compliance with MIL-STD-2073-1, MIL-STD-129, and ISPM 15 for wood packaging material is required.
Contract Details
- Contract Type: Firm Fixed Price.
- Period of Performance: Delivery for CLIN 0001 is 30 days ARO (After Receipt of Carcass). Delivery for CLIN 0002 is 120 days ARO (After Completion of Study).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Agency: Department of the Air Force, FA8250 AFSC PZAAA.
Submission & Evaluation
- Proposals Due: Close of business on June 11, 2026.
- Submission Method: Electronic via email to the Primary Contact. Offerors must send a follow-up email without attachments to verify receipt.
- Evaluation: Award will be made to the offeror with the Lowest Total Evaluated Price (TEP) among technically qualified sources. Evaluation will consider Price Reasonableness and Balance, and Past Performance.
Contact Information
- Primary Contact: Nick Standiford (nicholas.standiford@us.af.mil).
People
Points of Contact
Nick StandifordPRIMARY
Files
Versions
Version 1Viewing
Solicitation
Posted: May 13, 2026