Repair services for the SBIRS program; NSN 5820013269734, SBIR Modulator
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 quotations for repair services for the SBIRS Modulator (NSN 5820-01-326-9734, P/N 200-120200-01). This opportunity is restricted to prequalified sources and requires vendors to perform Test, Teardown, and Evaluation (TT&E) and subsequent repair to return the item to a serviceable condition. Quotations are due by May 4, 2026.
Scope of Work
The contractor will provide all facilities, parts, materials, equipment, and services for:
- CLIN 0001: SBIRS Modulator Teardown, Test, & Evaluation (2 EA, 30 days ARO carcass).
- CLIN 0002: SBIRS Modulator Repair (120 days ARO carcass).
- CLINs 0003-0006: Data deliverables including Commercial Asset Visibility Air Force (CAVAF), Repairable Item Inspection Report (RIIR), Counterfeit Prevention Plan (CPP), and Engineering Change Proposal (ECP) data, as per DD Form 1423-1. These data items are included in the price of CLIN 0002.
Repaired items must meet performance requirements of a new item and conform to the latest specifications. The item is ESD sensitive, export controlled, and contains critical technology.
Qualification Requirements
This solicitation is restricted to prequalified sources. Non-approved vendors must submit a Source Approval Request (SAR) package to the Source Development Small Business Office or Contracting Officer. Qualification requires demonstrating:
- Necessary facilities, testing, and inspection capabilities.
- Possession of a complete data package, including specific drawings and procedures.
- Repair processes conforming to government requirements and Unique Identification (UID).
- Submission of a qualification test plan/procedure for approval (at offeror's expense). The estimated cost for qualification testing and evaluation is $13,000, with an estimated 30 days for engineering support. Award will not be delayed for contractor qualifications.
Contract Details
- Type: Solicitation (RFQ), implied Firm Fixed Price for TT&E and Repair.
- Set-Aside: Not a Small Business Set-Aside.
- Response Due: May 4, 2026, Close of Business.
- Published: April 16, 2026.
- Place of Performance: Not explicitly stated, but implied to be at the contractor's facility for repair.
Evaluation
Award will be based on price as the primary factor. Offered prices must be held firm for 120 days.
Special Requirements
- Security: Contractors must maintain CMMC Level 2 status for all information systems handling FCI or CUI.
- Packaging & Marking: Strict adherence to military standards (e.g., MIL-STD-2073-1, MIL-STD-129), ISPM 15 for wood packaging, and IUID marking per MIL-STD-130.
- Technical Data: Access to the Technical Data Package (TDP) requires emailing Valerie Humphries with a current DD2345 and JCP printout. A Repair Data List (RDL) is available detailing technical drawings.
- Submission: Proposals must be emailed to the Primary Contact, Valerie Humphries, followed by a verification email without attachments.