REPAIR SERVICES FOR THE JTE PROGRAM

SOL #: FA825026R0002Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8250 AFSC PZAAA
HILL AFB, UT, 84056-5825, United States

Place of Performance

Place of performance not available

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

Electrical Control Equipment (6110)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 9, 2025
2
Last Updated
Feb 19, 2026
3
Submission Deadline
Feb 18, 2026, 11:00 PM

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 seeking repair services for the JTE Program, specifically for the CONTROLLER, MOTOR (NSN: 6110-01-660-8072 FD). This is a Combined Synopsis/Solicitation and is designated as a sole source requirement to LINMARR ASSCOICATES (1GX03). The effort involves teardown, test, evaluation, and repair to restore items to serviceable, like-new condition. Offers are due by February 18, 2026.

Scope of Work

The requirement covers comprehensive repair services for the CONTROLLER, MOTOR. This includes:

  • CLIN 0001: Teardown, Test, and Evaluation (TT&E) to determine the condition of the end item and its components.
  • CLIN 0002: Repair of identified failed parts and components, ensuring the item meets original specifications and is returned in serviceable, like-new condition.
  • Performance Standards: Repaired items must meet new item performance requirements, conform to Specification Control Drawing and Acceptance Test Plan. Any changes require an Engineering Change Proposal (ECP). A one-year warranty for workmanship/parts quality issues is required.
  • Special Requirements: Compliance with Item Unique Identification (IUID) marking (MIL-STD-130), Foreign Disclosure Restrictions (export-controlled critical technology), and specific packaging, handling, and transportation requirements (MIL-STD-2073-1, MIL-STD-129, WPM compliance). Contractors must also have a Counterfeit Prevention Plan (CPP) for electronic parts and adhere to Commercial Asset Visibility Air Force (CAV AF) reporting requirements.

Contract & Timeline

  • Opportunity Type: Combined Synopsis/Solicitation (FA8250-26-R-0002)
  • Contract Type: Firm Fixed Price for CLIN 0001 (TT&E); "Not to Exceed" price for CLIN 0002 (Repair), to be definitized via modification.
  • Set-Aside: Sole Source to LINMARR ASSCOICATES (1GX03).
  • Offer Due Date: February 18, 2026, by 4:00 PM local time.
  • Published Date: December 9, 2025.

Evaluation

Award will be based on evaluation factors including Price or Cost, Mission Capability, and Past Performance.

Contact Information

For inquiries, contact John (Kenny) Prather at JOHN.PRATHER.3@US.AF.MIL.

People

Points of Contact

John (Kenny) PratherPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 2
Award Notice
Posted: Feb 19, 2026
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Dec 9, 2025
REPAIR SERVICES JTE PROGRAM | GovScope