REPAIR SERVICES REGULATOR ASSEMBLY

SOL #: FA8250-26-R-REGULATSources Sought

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
Feb 25, 2026
2
Response Deadline
Mar 12, 2026, 10:00 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 conducting a Sources Sought Synopsis (FA8250-26-R-REGULAT) to identify potential sources capable of providing REPAIR SERVICES REGULATOR ASSEMBLY (NSN: 6110-01-478-3509, P/Ns: A26366-000) for a transmitter (Mini-MUTES). This is for market research and planning purposes only, not a solicitation. Responses are due March 12, 2026.

Scope of Work

The primary purpose is to determine industry capability for repairing a specific regulator assembly. The government is assessing if the effort can be competitively bid and if a total Small Business Set-Aside is appropriate, though it is not expected to be set-aside for small businesses.

Contract & Timeline

  • Type: Sources Sought Synopsis (Market Research)
  • Solicitation Number: FA8250-26-R-REGULAT
  • OEM: TELEDYNE ETM, INC. (CAGE 8M906)
  • NSN: 6110-01-478-3509
  • P/Ns: A26366-000
  • NAICS Code: 811210 (Electrical and Electronic Repair and Maintenance) with a $34.0M size standard.
  • Set-Aside: Not expected to be set-aside for small businesses.
  • Response Due: March 12, 2026, 22:00 UTC
  • Published: February 25, 2026, 21:55 UTC
  • Authority Cited: 10 U.S.C. 2304(C)(1) due to limited responsible sources.
  • Foreign Participation: Not permitted at the prime contractor level.

Submission & Evaluation

Interested parties should submit a capability statement, proposal, or quotation. Responses are voluntary and will not be reimbursed. This notice does not constitute an offer and cannot form a binding contract. The government reserves the right to reject any input.

Eligibility / Set-Aside

While the requirement is not expected to be set-aside for small businesses, the government is interested in all small businesses (including 8(a), SDVOSB, HUBZone, WOSB) and requests they identify their status in their response.

Additional Notes

Specifications, plans, or drawings are incomplete or not available from the Government. The Government is not planning on using policies for Commercial Items (Part 12). Interested parties should provide anticipated teaming arrangements and similar services offered in the past three years. All offers shall be in English and U.S. dollars.

Contact: Man Dinh (man.dinh@us.af.mil) or JOHN PRATHER (JOHN.PRATHER.3@US.AF.MIL, 801-586-3463).

People

Points of Contact

Man DinhPRIMARY

Files

Files

Download

Versions

Version 1Viewing
Sources Sought
Posted: Feb 25, 2026
REPAIR SERVICES REGULATOR ASSEMBLY | GovScope