REPAIR SERVICES FOR THE GPS PROGRAM; NSN 6130-01-555-6140 GROUND ANTENNA
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 repair services for the GPS Program, specifically for the DC Power Supply (NSN 6130-01-555-6140). This opportunity is a Total Small Business Set-Aside but is restricted to qualified sources. The scope includes Test, Teardown, and Evaluation (TT&E) and subsequent repair of these power supplies, along with various data deliverables. Proposals are due April 15, 2026.
Scope of Work
This solicitation requires contractors to provide all necessary facilities, parts, materials, equipment, and services to inspect, test, teardown, evaluate, and repair four (4) DC Power Supplies (NSN 6130-01-555-6140). The objective is to return these items to a serviceable, like-new condition, meeting original specifications and performance requirements.
Key deliverables include:
- Line Item 0001: Test, Teardown, and Evaluation (TT&E) of 4 DC Power Supplies.
- Line Item 0002: Repair of 4 GROUND ANTENNA (DC Power Supply) units.
- Data Deliverables: Commercial Asset Visibility Air Force (CAVAF), Repairable Item Inspection Report (RIIR), Counterfeit Prevention Plan (CPP), Engineering Change Proposal (ECP), Test Procedure, and Test Report, all in accordance with DD Form 1423-1.
Contract Details
- Type: Firm Fixed Price (FFP) contract.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Product Service Code: J059 (Maintenance, Repair And Rebuilding Of Equipment: Electrical And Electronic Equipment Components).
- Prices: Must be held firm for 120 days.
- Performance: The requirement is performance-based.
Eligibility & Qualification
This opportunity is restricted to qualified sources. Offerors must meet specific repair qualification requirements for the Power Supply (NSN 6130-01-555-6140). The qualification process involves:
- Notifying the government Small Business Office or contracting officer of intent to qualify.
- Certifying possession of necessary facilities, equipment, tooling, and personnel for repair, inspection, testing, packaging, and storage.
- Verifying possession of a complete data package.
- Demonstrating repair to government requirements using ESA-approved data.
- Submitting a qualification test plan/procedure for government approval.
- Estimated Qualification Cost: $6,000 for testing and evaluation.
- Estimated Qualification Time: 30 days. Offerors must be fully qualified before contract award eligibility. Waiver criteria are available for those who meet certain prior experience or qualification standards.
Submission & Deadlines
- Proposals Due: April 15, 2026, at 22:00:00Z.
- Submission Method: Proposals must be emailed to the Primary Contact. A separate, empty email should be sent immediately after to verify receipt.
- Contact: Valerie Humphries, valerie.humphries@us.af.mil, 801-775-6455.
- Published Date: March 26, 2026.
Special Requirements
- Cybersecurity: Cybersecurity Maturity Model Certification (CMMC) Level 2 (Self) or higher is required.
- Counterfeit Prevention: A Counterfeit Prevention Plan (CPP) is mandatory.
- IUID Marking: Compliance with Item Unique Identification (IUID) marking requirements per DFARS 252.211-7003 and MIL-STD-130 for the Power Supply.
- Packaging: Adherence to military packaging standards (MIL-STD-129, MIL-STD-2073-1) and International Standards for Phytosanitary Measures (ISPM 15) for wood packaging.
- Documentation: Bidders must ensure they have compatible software to view PDF portfolios (e.g., ATTACHMENT_8_CDRLs.pdf).