Sources Sought Module Text Fixture (MTF) Test, Teardown and Evaluate (TT&E) and To-Be- Negotiated (TBN) Repair
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, specifically AFSC PZACA (ICBM), is conducting a Sources Sought for Module Test Fixture (MTF) Test, Teardown and Evaluate (TT&E) and To-Be-Negotiated (TBN) Repair at Hill Air Force Base, UT. This market research aims to identify potential sources, particularly small businesses, for a future procurement. Responses are due March 25, 2026.
Scope of Work
The requirement involves the inspection, repair, and testing of the Module Test Fixture (MTF), NSN: 6625-01-441-1608AH. The MTF is a critical component of the Nuclear Certification Test Station (NCTS), which supports the WSCC Weapon System Processor (WSP) certification/verification and programming tasks. The NCTS performs three primary functions: Circuit Card Assembly (CCA) certification/verification, Programmable Read-Only Memory (PROM) programming, and Weapon System Processor (WSP) drawer certification. It is used to certify and verify components of the Minuteman command and control system, including the WSP and specific CCAs such as the Single Module Computer 810 (SMC-810), Extended Memory Array Dynamic (EMAD), and asynchronous/synchronous serial interface (RMB32).
Submission & Timeline
- Opportunity Type: Sources Sought / Market Research
- Responses Due: March 25, 2026, end of business day (MST).
- Published: March 11, 2026.
- Interested parties should submit a contractor capability survey and tailored capability statements. Responses must detail organizational and staff capability, and any anticipated subcontracting or teaming arrangements, clearly delineating work between partners.
- Respondents should also provide a description of similar manufactured items offered to government and commercial customers in the past three years.
Eligibility & Set-Aside
- The government is conducting market research to determine the best acquisition strategy, including whether this effort can be competitive and/or a total Small Business Set-Aside.
- The government is particularly interested in responses from small businesses, including 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned small business concerns.
- Respondents must identify their small business status relative to the NAICS code 334111 (Manufacturing Computer Terminal and Peripheral Equipment).
Additional Notes
- This is for market research and planning purposes only and is not a Request for Proposal (RFP).
- Submission of information is voluntary and does not guarantee a future solicitation or award.
- The government assumes no financial responsibility for costs incurred in responding.
- The complete technical data package may not be available.