TACAN Radio Control Set
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 proposals for the repair of C-130 TACAN Radio Control Sets (NSN 5826-01-439-2708LG, P/N 622-5147-002). This critical application item is essential for C-130 weapon system performance, enabling aircraft to determine distance and azimuth via UHF radio signals. The purpose is to provide serviceable assets to the USAF, Navy, and Coast Guard. Proposals are due February 26, 2026.
Scope of Work
The contractor will perform depot-level maintenance and repair of recoverable C-130 Radio Control Sets, ensuring assets meet Original Equipment Manufacturer (OEM) specifications and are delivered in serviceable condition. Key responsibilities include:
- Furnishing all necessary material, support equipment, tools, and test equipment.
- Meeting required turnaround times for priority backorders (MICAP and Surge).
- Tracking and resolving items affected by Quality Deficiency Reports (QDRs).
- Providing prompt and accurate data reporting via the Commercial Asset Visibility Air Force (CAV-AF) system.
Contract Details
- Opportunity Type: Solicitation
- Duration: One basic ordering period with four (4) one-year option periods.
- Set-Aside: None specified.
- Place of Performance: Contractor's or subcontractor's facility (agency office is Warner Robins, GA).
- Product/Service Code: J059 (Maintenance, Repair And Rebuilding Of Equipment: Electrical And Electronic Equipment Components).
Performance & Reporting Requirements
Bidders must adhere to stringent performance standards:
- Quality of Repair: 95% of repaired assets must pass initial DCMA inspection; no more than one (1) PQDR/QDR per contract year.
- Quality of Delivery: No more than one (1) late delivery per contract.
- CDRL Deliverable Quality: No more than one (1) rejection per contract year, with corrections within five business days.
- Data Reporting: Extensive Contract Data Requirements List (CDRL) includes annual GP Inventory, daily CAV Reporting, quarterly IUID reports, monthly production and GIDEP reports, and accident/incident reports. CAV AF reporting requires accurate asset records, Public Key Infrastructure (PKI), and specific training.
Key Requirements for Bidders
- Technical: Perform depot-level repair to OEM specifications, with a 60-calendar day turnaround time.
- Compliance: Implement Item Unique Identification (IUID), a counterfeit electronic part detection and avoidance system, and a comprehensive Supply Chain Risk Management (SCRM) plan.
- Security: Comply with personnel, information, system, property, facility, and international security requirements, including OPSEC.
- Quality Program: Maintain an AS9100 compliant quality management system.
- Logistics: Adhere to specific packaging (Wood Packaging Material compliance, MIL-STD-2073-1, MIL-STD-129) and transportation requirements (F.O.B. Origin/Destination, DCMA coordination).
- Labor: Account for wage rates for "Electronics Mechanic" (WG-11, $30.78-$35.85).
- Government Furnished Property (GFP): Manage GFP, including 18 reparable TACAN Radio Control Sets (P/N 622-5147-002).
Deadlines & Contact
- Response Due: February 26, 2026, 5:30 PM EST.
- Primary Contact: Teresa Smith, teresa.smith.16@us.af.mil.