Repair of Test Set Electronic NSN: 6625-01-645-7438 and Electronic Systems Test Set NSN: 6625-01-588-8215
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 conducting market research through a Sources Sought Synopsis (SSS) to identify potential repair sources for two specific Electronic Test Sets: NSN 6625-01-645-7438 (P/N: BCIT-1553-BC) and NSN 6625-01-588-8215 (P/N: BCIT-1553). This effort aims to determine if the requirement can be competitive or designated as a Small Business Set-Aside. Responses are due by May 14, 2026.
Purpose
This is a Sources Sought notice for market research purposes only; it is not a solicitation, and no contract will be awarded based on responses. The government is seeking information to identify qualified repair sources and assess the potential for competition or small business participation.
Scope of Work (Based on Draft PWS)
The repair requirements for the Electronic Test Sets include:
- Comprehensive Repair: Disassembly, cleaning, inspection, maintenance, reassembly, testing, and finishing to return units to serviceable condition.
- Quality Assurance: Contractor acceptance testing, documentation, and adherence to a quality program.
- Specific Requirements: Item Unique Identification (IUID), management of long lead-time materials, procedures for Over and Above Work, obsolescence reporting, parts control, and counterfeit prevention (AS5553, AS6174).
- Technical Support: Engineering support as requested, cannibalization authorization for constrained materials, use of lead-free electronics (IPC/JEDEC J-STD-609C), and suitable substitutes for Ozone Depleting Substances (ODS).
Performance Standards
Contractors must establish a quality system, comply with Deficiency Reporting (PQDR, TDR) procedures, support audits, and submit deviation/waiver requests. Performance will be measured against requirements outlined in a Service Summary.
Special Requirements
Potential requirements include a Pre-Award Survey (PAS), provision of Special Tools (ST) and Support Equipment (SE), establishment of a Nuclear Hardness Requirement program, handling of Government Furnished Property (GFP), compliance with safety and health regulations, manpower reporting, surge capability planning, and a comprehensive Supply Chain Risk Management (SCRM) plan.
Contract & Timeline
- Type: Sources Sought / Market Research
- Product/Service Code: J016 - Maintenance, Repair And Rebuilding Of Equipment: Aircraft Components And Accessories
- Set-Aside: To be determined (market research to assess competitive or Small Business Set-Aside)
- Response Due: May 14, 2026, 6:00 PM EDT
- Published: April 28, 2026
- Place of Performance: S Coffeyville, OK, United States
Contact Information
- Office: FA8119 AFSC PZABC, DEPT OF THE AIR FORCE
- Primary Contact: 424th SCMS (424SCMS.GUEA.RFIResponses@us.af.mil)
Additional Notes
While the main SSS document is encrypted, a Draft Performance Work Statement (PWS) is available, providing detailed insight into the potential scope and requirements for this repair effort.