REPAIR SERVICES FOR THE MINI MUTES PROGRAM

SOL #: FA825026Q0010Pre-SolicitationSole Source

Overview

Buyer

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

Place of Performance

Hill Air Force Base, UT

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

Torque Converters And Speed Changers (3010)

Set Aside

No set aside specified

Timeline

1
Posted
May 5, 2026
2
Response Deadline
May 20, 2026, 7:00 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 (DEPT OF DEFENSE) has issued a Presolicitation for repair services for the Mini Mutes program, specifically for one (1) Speed Gear Assembly (NSN: 3010-01-3515-5418, PN: 137474). The government intends to award a Firm-Fixed Price (FFP) single award contract on a Sole Source basis to Fisica Applied Technologies, Inc. (CAGE: 82152). This presolicitation will be posted for 15 days, followed by the solicitation.

Scope of Work

This requirement is for the repair of one (1) Electron Tube PN 137474 (NSN 3010-01-3515-5418FD). The place of performance is the manufacturer's facility, with delivery to DLA DISTRIBUTION BARSTOW 92311-5014. The delivery schedule is 210 Days After Receipt of Order (ARO), with early delivery acceptable.

Contract & Timeline

  • Contract Type: Firm-Fixed Price (FFP) Single Award
  • Set-Aside: None (Sole Source)
  • Product Service Code (PSC): 3010 (Torque Converters And Speed Changers)
  • NAICS Code: 811210 (Electronic and Precision Equipment Repair and Maintenance)
  • Small Business Size Standard: $34M
  • Response Date: May 20, 2026, 7:00 PM UTC
  • Published Date: May 05, 2026, 7:16 PM UTC
  • Anticipated Award Time: Within 60 days after solicitation closing date.

Submission & Evaluation

While this is a sole source presolicitation, all responsible sources may submit a bid, proposal, or quotation. The government will consider responses. Interested parties must submit capability statements via email to Jayson Skow at jayson.skow@us.af.mil. Required information for capability statements includes:

  • Firm's name, CAGE code, Unique Entity ID, Point of Contact, and OEM qualification.
  • Business type (large/small) for NAICS 811210.
  • Manufacturer status for the requirement or next higher assembly/subpart.
  • Experience repairing/manufacturing similar parts (with proof and POCs).
  • Anticipated teaming arrangements.
  • Information on alternative National Stock Numbers (NSN) or part numbers.
  • Knowledge of existing contract vehicles (DLA, GSA) for repair or parts.
  • Recommended acquisition strategy and contract type for best value.
  • Any concerns with the requirement.
  • Identification of long-lead or volatile items.

Key Details

  • Critical Safety Item: NO
  • Standard Inspection: FAR 52.246-2
  • Defense Priority and Allocation System (DPAS): "DO" rating assigned.
  • Surveillance Criticality Designator (SCD): "B"
  • Technical Data Rights: New manufacturers must have technical data rights granted by the owner.

Contact Information

People

Points of Contact

Jayson SkowPRIMARY

Files

Files

Download

Versions

Version 1Viewing
Pre-Solicitation
Posted: May 5, 2026