Wire Harness Braider
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 DEPT OF THE AIR FORCE is conducting a Sources Sought to identify qualified small businesses capable of providing repair services for an aircraft Wire Harness Braider. This opportunity is designated as a Total Small Business Set-Aside (FAR 19.5). Responses are due January 23, 2026.
Scope of Work
This Statement of Work (SOW) outlines the services required for the repair of an aircraft Wire Braider to ensure effective and efficient operations. Key areas include:
- Project Management: Developing a Project Management Plan, conducting meetings, and submitting monthly progress reports.
- Technical Services: Performing all technical work for Wire Braider repair, maintaining tools and equipment, and documenting all work performed.
- Quality Assurance: Implementing a Contractor Quality Control Plan, monitoring performance, and supporting Government oversight.
Deliverables
The Contractor shall provide the following by April 30, 2026:
- Removal of old-style lube pump.
- Installation of nylon horn gear with bearing.
- Removal and conversion of mechanical knockoff handle to direct drive.
- Addition of new control and motor.
- Addition of new-style foot pedal and potentiometer.
- Preventative maintenance including replacement of all wear parts.
- Addition of a new set of carriers for Nomex applications.
- Addition of electrical stop motion.
- Cleaning and repainting.
- Shipping to customer.
Contract & Timeline
- Type: Sources Sought
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Response Due: January 23, 2026, 7:00 PM EST
- Published: January 20, 2026
- Period of Performance: Base Period: February 1, 2026 – April 30, 2026. Option Period(s): 90 days after funding approval.
- Place of Performance: Contractor facilities (for repair work); equipment is for Holloman Air Force Base, NM.
Performance Standards
Performance will be evaluated based on:
- Quality of work.
- Timeliness of deliverables.
- Accuracy and completeness of documentation.
- Responsiveness to Government direction.
Additional Notes
Compliance is required with FAR, agency policies, industry standards (ISO, NIST, OSHA), and technical references. The contractor must safeguard Government Furnished Property/Information and adhere to security requirements. Key personnel (Program Manager, Technical Lead, Quality Manager) are subject to Contracting Officer approval.
Contact Information
- Primary Point of Contact: Caroline Deal (caroline.deal.2@us.af.mil, 575-572-2094)