REPAIR SERVICES JTE PROGRAM
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, specifically FA8250 AFSC PZAAA, has awarded a Firm Fixed-Price (FFP) contract to Linmarr Associates, Inc. for Repair Services for the Joint Threat Emitter (JTE) Program. This award, published on February 19, 2026, covers the repair of six Motor Controllers critical for the AN/TSQ-T10 JTE Radar Weapon System, ensuring continued operational capabilities for pilot training.
Scope of Work
The contract requires the contractor to furnish all necessary facilities, parts, materials, equipment, and services to return end items, specifically the 'CONTROLLER, MOTOR' (NSN: 6110016608072FD), to a serviceable, like-new condition. The work involves Test, Teardown, and Evaluation (TT&E), and subsequent repair or replacement of components. Repaired items must meet the performance requirements of new items and conform to the latest specifications, undergoing acceptance testing.
Key requirements include:
- Item Unique Identification (IUID) marking for the 'CONTROLLER, MOTOR' in accordance with MIL-STD-130.
- Adherence to comprehensive packaging and marking standards, including MIL-STD-2073-1, MIL-STD-129, and ISPM 15 for wood packaging material.
- Implementation of a Counterfeit Prevention Plan (CPP) for electronic parts.
- Compliance with Commercial Asset Visibility Air Force (CAV AF) reporting requirements for government-owned assets.
- Adherence to specific transportation data (DD Form 1653) and F.O.B. terms.
- The item is export-controlled, with distribution authorized only to DoD and U.S. DoD Contractors.
Contract & Timeline
- Contract Type: Firm Fixed-Price (FFP)
- Awardee: Linmarr Associates, Inc.
- Award Date: February 19, 2026
- Period of Performance: Anticipated through December 30, 2026
- Set-Aside: Sole Source (Other Than Full and Open Competition)
Justification for Award
This contract was awarded on a sole-source basis under the authority of 10 USC 2304(c)(1) and FAR 6.302-1(a)(2)(iii), citing "Only One Responsible Source and No Other Supplies Will Satisfy Agency Requirements." The justification highlights the unique qualifications of Linmarr Associates, Inc., which has partnered with Rotating Precision Mechanisms (RPM), the proprietary manufacturer of the Motor Controllers. Market research, including a Sources Sought Synopsis (FA8250-25-R-8072), did not yield any other qualified sources, and the government lacks the necessary data rights to expand the list of approved repair sources. The contracting officer determined the anticipated cost to be fair and reasonable.
Contact Information
Primary Point of Contact: JOHN PRATHER, JOHN.PRATHER.3@US.AF.MIL, 801-586-3463.