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 NSN 6130-01-555-6140 Ground Antenna (DC Power Supply). This opportunity, issued as a Solicitation, requires Test, Teardown, and Evaluation (TT&E) services, repair, and associated data deliverables. It is a Total Small Business Set-Aside. Proposals are due by April 30, 2026.
Scope of Work
The requirement covers the DC Power Supply (NSN: 6130-01-555-6140, P/N: ESP6D013340-00 / 1035854 / 1104946). Services include:
- Line Item 0001: Test, Teardown, and Evaluation (TT&E) of 4 units, with delivery within 30 calendar days ARO carcass.
- Line Item 0002: Repair of 4 units, with delivery within 90 calendar days ARO carcass.
- Data Deliverables (IAW DD Form 1423): Commercial Asset Visibility Air Force (CAV-AF), Repairable Item Inspection Report (RIIR), Counterfeit Prevention Plan (CPP), Engineering Change Proposal (ECP), Test Procedure, and Test Report.
The contractor must furnish all facilities, parts, materials, equipment, and services to restore end items to serviceable, like-new condition, meeting original specifications.
Key Requirements & Standards
- Source Qualification: This opportunity is restricted to qualified sources. Offerors must meet specific repair qualification requirements for the Power Supply (NSN 6130-01-555-6140), including demonstrating facilities, testing capabilities, data possession, and repair process verification. A qualification test plan is required, with an estimated cost of $6,000 and 30 days for completion. Offerors must be fully qualified before contract award.
- Cybersecurity: Cybersecurity Maturity Model Certification (CMMC) Level 2 (Self) or higher is required.
- Counterfeit Prevention: A Counterfeit Prevention Plan (CPP) is mandatory, outlining policies for avoiding, detecting, mitigating, and disposing of counterfeit electronic parts.
- Packaging & Marking: Compliance with MIL-STD-129, MIL-STD-2073-1, and ISPM 15 for wood packaging material. Specific "MIL Long Line Packaging" and ESD protection are required for the NSN.
- Item Unique Identification (IUID): Marking must comply with MIL-STD-130 for the Power Supply.
- Warranty: Assets failing within one year due to workmanship may be returned for correction at no additional cost.
Contract Details
- Type: Firm Fixed Price (FFP) contract.
- Pricing: Prices offered must be held firm for 120 days.
- Performance: Performance-based requirement.
Submission & Deadlines
- Proposal Due: April 30, 2026, by close of business.
- Submission Method: Proposals must be emailed to the Primary Contact. Offerors must send a follow-up email without attachments to verify receipt.
- Electronic Procedures: Electronic procedures will be used for this solicitation.
Eligibility & Evaluation
This is a Total Small Business Set-Aside. Award will not be held up for contractor qualifications, but offerors must be fully qualified prior to contract award.
Contact Information
Primary Contact: Valerie Humphries (valerie.humphries@us.af.mil, 801-775-6455).