REPAIR SERVICES FOR THE UMTE 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 is soliciting quotations for Repair Services for the UMTE Program, specifically for DC Servo Motors (NSN: 6105-01-306-8304 FD). This requirement involves teardown, test, evaluation, and repair services. The acquisition is restricted to qualified sources listed on the Government's Approved Sources List. Quotations are due by April 20, 2026, at 4:00 PM Mountain Time.
Scope of Work
This opportunity covers the inspection, testing, evaluation, and repair of DC Servo Motors (NSN: 6105-01-306-8304 FD, P/N: TTB3-2931-3093BA) used in the AN/TPT-T1 (V) Unmanned Threat Emitter (UMTE). Key requirements include:
- CLIN 0001: Teardown, Test, and Evaluation (TT&E) for 4 units.
- CLIN 0002: Repair of DC Servo Motors for 4 units, with a "Not to Exceed" price to be negotiated.
- CLINs 0003-0006: Not Separately Priced (NSP) items for Commercial Asset Visibility Air Force (CAVAF) Reporting, Repairable Item Inspection Report, Counterfeit Protection Program, and Engineering Change Proposal (ECP).
Contract Details
- Contract Type: Implied Firm Fixed Price for TT&E, with a negotiated "Not to Exceed" for repair.
- Set-Aside: This requirement is not a Small Business Set-Aside but is restricted to qualified sources.
- Qualification: Vendors interested in becoming an approved source must meet specific Repair Qualification Requirements, including facilities, testing, data verification, and repair process verification. The estimated cost for qualification is $29,000 with a 30-day completion estimate. Waiver criteria are available.
Submission & Evaluation
- Submission Deadline: April 20, 2026, 4:00 PM Mountain Time.
- Method: Digital proposals are required, with email being the preferred method. Hardcopy proposals may be submitted additionally.
- Evaluation Criteria: Award will be made to the offeror with the lowest Total Evaluated Price (TEP) who is a qualified source. Price Reasonableness, Balance, and Past Performance will also be assessed. The government reserves the right to award based on initial proposals without discussions.
Key Documents & Requirements
- Technical Data: An AFMC Form 762A (REPAIR DATA LIST) specifies available technical data, including Illustrated Parts Breakdown (IPB) and Specification Control Drawing for the MOTOR, CONTROL.
- Packaging & Transportation: Requires adherence to MIL-STD-2073-1 and MIL-STD-129 for packaging and marking, including ISPM 15 for wood packaging material. F.O.B. terms are Origin/Destination, with specific instructions for contacting DCMA Transportation. Multiple delivery destinations are listed, including Hill AFB and DLA Distribution Tobyhanna.
- Quality Assurance: AFMC Form 807 outlines quality assurance provisions and special inspection requirements.
- Item Unique Identification (IUID): IUID marking is required per DFARS 252.211-7003 and MIL-STD-130 for the specified motor control.
- Special Requirements: Includes foreign disclosure restrictions (export-controlled critical technology), condemnation criteria, safety and health compliance, and a mandatory Counterfeit Prevention Plan (CPP).
Contact Information
- Primary Point of Contact: JOHN PRATHER
- Email: JOHN.PRATHER.3@US.AF.MIL
- Phone: 8015863463