Repair of the Pilot Warning Alarm Set
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 has issued a Request for Quotations (RFQ) FA8524-26-Q-0002 for the repair of 12 Pilot Warning Alarm Sets (NSN: 6340-01-153-8073; P/N: 205-074-033-103) used on TH-1H Helicopters. This is a Total Small Business Set-Aside with a one-year period of performance. Proposals are due May 8, 2026.
Scope of Work
The contractor will provide repair, test, and evaluation (TT&E) services, including "No Fault Found/Beyond Economical Repair" for the Pilot Warning Alarm Sets. All repairs must conform to Original Equipment Manufacturer (OEM) technical data and specifications, with no unauthorized design changes. The place of performance is the contractor's facility. Key performance standards include delivering four units per month, maintaining quality for Contract Data Requirements List (CDRL) deliverables, and ensuring repair quality with minimal Product Quality Deficiency Reports (PQDRs).
Key Requirements & Deliverables
- Repair Services: Repair and return 12 Pilot Warning Alarm Sets in serviceable condition, with initial deliveries within 60 calendar days of order/asset receipt.
- Data Reporting (CDRLs A001-A008): Includes Commercial Asset Visibility (CAV) reporting, Government Property (GP) inventory, Contract Depot Maintenance (CDM) production reports, Item Unique Identification (IUID) marking plans and activity reports, accident/incident reports, counterfeit prevention plans, and GIDEP reports.
- Government Furnished Property (GFP): Management of 12 GFP Pilot Warning Alarm Sets, each valued at $14,325.00, requiring a 100% physical inventory.
- Packaging & Transportation: Adherence to MIL-STD-129 and MIL-STD-2073-1, United Nations Wood Packaging Material (WPM) compliance, and specific transportation data (DD Form 1653) with F.O.B. Origin or Destination terms.
- Security: Compliance with Operations Security (OPSEC), Communications Security (COMSEC), and other security requirements.
Contract & Timeline
- Type: Firm Fixed Price (RFQ)
- Set-Aside: Total Small Business
- NAICS Code: 336413 (Aircraft Manufacturing), Size Standard: 1,250 employees
- Period of Performance: One year from the date of award.
- Offer Due Date: May 8, 2026, 5:00 PM ET (21:00:00Z)
- Published Date: April 16, 2026
Submission & Evaluation
Proposals must be submitted electronically via Wide Area Workflow (WAWF). Evaluation criteria are referenced under FAR 52.212-2.
Contact Information
For general inquiries, contact Yashica Woods at yashica.woods@us.af.mil or 730-327-9195. For shipping and "Mark For" instructions, contact LEAH.DELERY@US.AF.MIL 3-5 days prior to completion.