TH-1H Satellite Navigation Set

SOL #: FD20602700020Pre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8524 AFSC PZAAA
ROBINS AFB, GA, 31098-1670, United States

Place of Performance

Warner Robins, GA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

Electron Tubes And Associated Hardware (5960)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 20, 2026
2
Last Updated
Jan 20, 2026
3
Response Deadline
Feb 4, 2026, 6:30 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 / Request for Information (RFI) for market research to identify qualified sources capable of providing repair services for the TH-1H Satellite Navigation Set (NSN: 5826-01-571-5476HL, P/N: 81440-42-241P). This effort supports pilot training and combat search and rescue operations at Warner Robins, GA. Responses are due February 4, 2026, 6:30 PM EST.

Scope of Work

The Government seeks repair services for the TH-1H Satellite Navigation Set. The GPS unit must be a form-fit-function replacement for the original equipment and certified for use in the TH-1H helicopter. The Government does not possess the necessary data for these items and has determined it uneconomical to acquire or reverse engineer. The Original Equipment Manufacturer (OEM) is FREEFLIGHT SYSTEMS.

Contract & Timeline

  • Type: Sources Sought / Market Research (anticipates a Firm Fixed-Price Indefinite Delivery Requirements contract)
  • Duration: Anticipated 5-year contract (basic 1-year ordering period + four 1-year options)
  • Period of Performance: Through FY31
  • Estimated Quantities: Best Estimated Quantities (BEQ) of 18 units per year
  • Set-Aside: No set-aside decision has been made; market research will inform the final strategy.
  • Response Due: February 4, 2026, 6:30 PM EST
  • Published: January 20, 2026

Submission & Evaluation

This RFI is for information gathering only and does not constitute a solicitation. Interested parties should provide documentation supporting their company's capability by completing a Contractor Capability Survey. The survey requires detailed information on business, general capabilities, repair experience, manufacturing capabilities, and engineering services. Responses will be used to determine potential sources and inform the acquisition strategy. Both large and small businesses, as well as joint ventures or teaming arrangements, are encouraged to participate.

Additional Notes

Responses should be sent via email to Kiem Tarpley (kiem.tarpley@us.af.mil) and De’Anna Thompson (deanna.thompson.3@us.af.mil). Questions should be addressed to the PCO. The Government will not reimburse participants for RFI expenses.

People

Points of Contact

Teresa SmithPRIMARY
DeAnna ThompsonSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 2
Sources Sought
Posted: Jan 20, 2026
View
Version 1Viewing
Pre-Solicitation
Posted: Jan 20, 2026
TH-1H Satellite Navigation Set | GovScope