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, AFSC PZAAA, has issued a Presolicitation (FA8250-26-R-0005) for Repair Services for the JTE Program. This opportunity seeks qualified contractors to provide Tear Down Test & Evaluation (TT&E) and Repair services for 10 Bearing Units, Ball (NSN: 3130-01-600-0428, PN: 723B16/JTE60248/JTE60248A). Proposals are due June 1, 2026, at 4:00 PM Mountain Time.
Scope of Work
The requirement involves two primary Contract Line Item Numbers (CLINs):
- CLIN 0001 (Tear Down Test & Evaluation): Procurement of 10 Bearing Units, Ball, requiring visual, mechanical, and electrical testing to determine condition and identify components for repair or replacement. Delivery is within 30 days of receipt.
- CLIN 0002 (Repair): Repair services for up to 10 Bearing Units, Ball, including replacement of failed parts, cleaning, configuration, refinishing, and testing to original specifications. Work on this CLIN will commence upon notice to proceed, with proposed delivery within 150 days of study completion. Additional requirements include data deliverables such as Commercial Asset Visibility Air Force (CAVAF) reporting, Repairable Item Inspection Reports, a Counterfeit Prevention Plan, and Engineering Change Proposals.
Contract Details
- Solicitation Number: FA8250-26-R-0005
- Opportunity Type: Presolicitation
- Set-Aside: None specified. This opportunity is open to approved sources listed on the Government's Screening Analysis Worksheet Form 761 or 762 prior to award.
- Offer Due Date: June 1, 2026, 4:00 PM Mountain Time.
- Published Date: April 16, 2026
- Contract Type: Not explicitly stated, but CLINs suggest a Firm Fixed Price for CLIN 0001 and potentially for CLIN 0002 (with a Not-to-Exceed price).
- Place of Performance: Inspection for tear down and repair is at origin; acceptance is at destination.
Submission & Evaluation
Proposals must be submitted digitally, with a hardcopy option available. Evaluation will follow Lowest Priced procedures restricted to technically qualified offerors, considering Price (Reasonableness and Balance), Mission Capability, and Past Performance. Offerors must comply with various FAR and DFARS clauses, including maintaining a Cybersecurity Maturity Model Certification (CMMC) Level 2 (Self). The government reserves the right to award based on initial proposals without discussions.
Special Requirements
This is a rated order under the Defense Priorities and Allocations System (DPAS). The item contains critical technology and is export controlled. Bidders must adhere to specific packaging (ISPM 15, MIL-STD-2073-1, MIL-STD-129) and Item Unique Identification (IUID) marking (MIL-STD-130) requirements.