REPAIR SERVICES MINI MUTES PROGRAM
ID: FA825026Q00247Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8250 AFSC PZAAAHILL AFB, UT, 84056-5825, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MOTORS, ELECTRICAL (6105)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the repair services of the Motor/Brake Assembly (NSN: 6105-01-315-0540, Part Number: 41479-1) as part of the Mini MUTES Program. This procurement is a total small business set-aside, emphasizing the need for vendors to be listed on the approved sources list, with a focus on ensuring quality and reliability due to the complexity of the components involved. The successful contractor will be responsible for inspecting, testing, and restoring the assemblies to a serviceable condition, adhering to strict technical and performance standards, including compliance with unique identification marking requirements and counterfeit prevention protocols. Proposals are due by January 6, 2026, at 4 PM Mountain Time, and interested parties should contact John Prather at john.prather.3@us.af.mil or call 801-586-3463 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The CAV AF Reporting Requirements document outlines contractor responsibilities for reporting government-owned assets within the Commercial Asset Visibility Air Force (CAV AF) system. This system is the primary record for daily status updates on assets at contractor repair facilities and Inventory Control Points. Contractors must ensure accurate daily reporting, maintain up-to-date user guides, and complete mandatory training, including the DoD Information Assurance CyberAwareness Challenge. Access to CAV AF requires a valid Public Key Infrastructure (PKI) and submission of DD Form 2875 by at least two assigned reporters per contract. The document details specific transactional reporting for 'Not-on-Contract' items, Contract Line Item Number (CLIN) repairable assets, and proper usage of DD Form 1348-1A for receipt and shipping. It also addresses handling discrepancies, Nuclear Weapon Related Materiel (NWRM), and procedures for contract closure and system downtime. Non-compliance with reporting accuracy and timeliness may lead to Program Management Review, and systemic data problems will be addressed.
    The document is not a government file, RFP, or grant. It is a technical note advising the user to open the PDF portfolio in Adobe Acrobat X, Adobe Reader X, or later versions for the best experience. It also provides a link to get Adobe Reader. Therefore, it does not contain information relevant to federal government RFPs, federal grants, or state and local RFPs.
    The Department of the Air Force issued Request for Quotation FA8250-26-Q-0247, seeking proposals for the teardown, test, and evaluation, and repair of a direct current motor (NSN: 6105-01-315-0540 FD, MOTOR,DIRECT CURREN). The solicitation, dated December 22, 2025, with a quotation due date of January 6, 2026, is a small business set-aside with a NAICS code of 811210 and a size standard of $34.00. The requirement is restricted to qualified sources, and award will not be delayed for new source qualification. The evaluation will be based on the Lowest Priced procedures for technically qualified offerors. Key requirements include the submission of a DD1348-1 with shipped assets and various data items, such as Commercial Asset Visibility Air Force Reporting, Repairable Item Inspection Reports, Counterfeit Prevention Plans, and Engineering Change Proposals. The contract incorporates numerous FAR and DFARS clauses, covering areas like unique item identification, small business programs, combating trafficking in persons, and safeguarding covered defense information. The document also specifies ombudsman contact information and details on electronic submission of payment requests via WAWF.
    This document is an item description for a DC brush-type motor, model MOTOR,DIRECT CURREN, with NSN 6105013150540FD, manufactured by CAGE 82152, used to move the elevation drive assembly in the AN/MST-T1(V) system. It provides detailed technical specifications including dimensions (14.5" L x 14.5" W x 16.5" H), weight (15 lbs), and material composition (various metals and plastic). The motor has a 1.5 horsepower rating, a maximum operating RPM of 4500, and specific electrical parameters such as a continuous torque of 3.4 lb/ft, peak torque of 13.0 lb/ft, and a maximum terminal voltage of 115V. It also includes tachometer parameters and basic motor constants like rotor inertia and thermal time constant. The document identifies the initiator, Carlrichard J. Canlas, from 415 SCMS / GUMAA.
    This government file outlines packaging requirements for various items under purchase instrument FD20202600247-00. A critical component of these requirements is compliance with United Nations-implemented restrictions on wood packaging material (WPM), specifically addressing invasive species. All WPM must be constructed from debarked wood, heat-treated to 56 degrees Celsius (133 degrees Fahrenheit) for 30 minutes, and certified/marked by an accredited agency recognized by the American Lumber Standards Committee (ALSC). Reference documentation for these WPM standards is found in the latest revision of "International Standards for Phytosanitary Measures" (ISPM) No. 15. While several items are listed as having "No Packaging Data Required," item 6105013150540FD specifies "MIL Long Line Packaging" and "Military Packaging and Marking." This involves packaging in accordance with MIL-STD-2073-1 and marking in accordance with MIL-STD-129, with additional marking requirements potentially exceeding MIL-STD-129.
    The Department of the Air Force's Performance Work Specification (PWS) outlines requirements for contractors to inspect, test, tear down, evaluate, and repair Motor/Brake Assemblies (NSN: 6105-01-315-0540, Part Number: 41479-1). The scope includes restoring items to a serviceable, like-new condition, with options for TT&E only or TT&E and repair. Key requirements cover technical and performance standards, subcomponent change proposals, foreign disclosure restrictions, and acceptance testing. The PWS details procedures for packaging, handling, security, and transportation, including shipping documentation. Condemnation of uneconomical repairs is addressed. General requirements include reliability, maintainability, environmental impact, and safety protocols for government property. Specific work involves disassembly, cleaning, corrosion control, maintenance, marking with Unique Item Identifiers (IUID), and refinishing. A crucial aspect is the Counterfeit Prevention Plan (CPP), demanding policies and procedures to avoid, detect, mitigate, and dispose of counterfeit electronic parts, adhering to SAE 5553 standards. Contractors must report discrepancies and provide data deliverables through systems like CAV AF, including inspection reports, the CPP, and engineering change proposals. Performance thresholds are monitored through a Service Delivery Summary.
    The document is a Repair Data List (RDL) Revision for a Direct Current Motor (NSN 6105013150540FD, Part Number 41479-1). Dated March 4, 2025, and generated on December 16, 2025, it outlines required technical data for repair. Key data includes a Government Document (36A11-21-16-1 Rev G), SPI Packaging (F000003XE5 Rev O), and a JEDMICS Drawing (41479 Rev O). The FURNISHED METHOD CODE LEGEND clarifies how data is provided, with 'G' indicating a government document and 'O' signifying that the contractor must acquire the data. This RDL is crucial for ensuring proper repair procedures by providing access to necessary technical specifications and packaging details.
    The Statement of Work outlines comprehensive preservation, packaging, and marking requirements for government contracts, emphasizing adherence to various military and international standards. Key directives include MIL-STD 2073-1 for military packaging, ASTM D3951 for commercial packaging, and MIL-STD 129 for military marking. Specialized requirements address hazardous materials, demanding compliance with ICAO, 49 CFR, IATA, and IMDG regulations, along with FED-STD-313 for Safety Data Sheets. The document also specifies handling for electrostatic materials, palletized unit loads (MIL-STD-147), and specialized shipping containers (MIL-STD-648). International Standards for Phytosanitary Measures (ISPM 15) are mandated for wood packaging. Contractors must report discrepancies via WebSDR and utilize the SPIRES website for packaging instructions and the ASSIST website for specifications. Additionally, the document details protocols for reusable containers and lists applicable government packaging documents.
    This document, dated March 12, 2025, justifies the qualification requirements for repairing/overhauling the Motor/Brake Assembly (NSN: 6105-01-315-0540, P/N: 41479-1) for the AN/MST-T1(V) Mini-MUTES. The qualification is deemed critical due to the part's complexity, the need for engineering source approval to maintain quality, and the potential negative impact on the mission if procured from an unqualified source. Pre-contract award qualification is necessary to mitigate technical and schedule risks. The estimated cost for an offeror to become qualified is $13,000, with an estimated completion time of 60 days. Qualification requirements include notifying the government of intent to qualify, demonstrating adequate facilities, verifying a complete data package (including Southwest Research Institute drawing 200827879-10), demonstrating compliance with repair processes and UID requirements, and submitting a qualification test plan. Waivers may be granted under specific conditions, such as prior supply to the government or OEM, qualification on similar items, or a change in business structure.
    The IUID Checklist details the Unique Identification marking requirements for a MOTOR,DIRECT CURREN (NSN 6105013150540FD). This document specifies that the item requires IUID marking in accordance with DFARS 252.211.7003, Section (c)(1)(i). Marking is to follow MIL-STD-130, guided by Engineering Drawing / ECP / ECO Number 12C1279-H. The document also notes that the item is an embedded component for the same NSN, falling under Section (c)(1)(iii). Key details include the initiator, organization, contact information, and CAGE/reference numbers associated with the item.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Brake, Multiple Disk
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting bids for the procurement of multiple disk brakes, specifically for the C-130 landing gear, under Solicitation SPRHA1-26-R-1079. The contract requires the delivery of 10 units of National Stock Number (NSN) 1630-01-500-1903, with a focus on compliance with AS9100 quality standards and adherence to strict packaging and marking specifications. These aircraft braking components are crucial for ensuring the operational readiness and safety of military aircraft, particularly for Foreign Military Sales (FMS) customers. Interested vendors must submit their quotations by January 29, 2026, and can direct inquiries to Michelle L Parker at mcihelle.parker.2@us.af.mil or by phone at 385-519-8190.
    Repair of B-1B Torque Motor
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of B-1B Torque Motors, specifically National Stock Numbers 6105-01-232-8318 and 6105-01-232-8319. The procurement aims to secure comprehensive repair services, including provisions for "No Fault Found" items and additional work requirements, with a total estimated contract value of $4,149,750.00 over a base year and three option years. This contract is critical for maintaining the operational readiness of the B-1B aircraft, ensuring that essential components are serviced to meet military standards. Interested contractors must submit their proposals by January 30, 2026, and can direct inquiries to Amy Schmitz at amy.schmitz.1@us.af.mil or David Herrig at david.herrig.1@us.af.mil.
    Overhaul of B-1 Electro-Mechanical Actuator NSN 1680015097158RK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting offers for the overhaul of B-1 Electro-Mechanical Actuators (NSN 1680015097158RK) under Solicitation Number FA8118-26-R-0002. This procurement involves a five-year, firm-fixed-price requirements contract, which includes a three-year basic period from 2025 to 2028 and two one-year option periods extending to 2030. The overhaul of these critical components is essential for maintaining the operational readiness and performance of the B-1 aircraft, which plays a vital role in national defense. Interested contractors must submit their proposals by the extended deadline of January 7, 2026, at 1:00 PM, and can direct inquiries to Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further information.
    N00383-26-Q-BA09
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the teardown, evaluation, repair, and modification of the NSN 7RH 6110-01-690-3267 V2 Station. The procurement requires adherence to stringent quality control standards, including Mil-I-45208A and ISO-9000 series, and mandates that all parts supplied must be new unless approved by the Procurement Contracting Officer (PCO). This equipment is critical for maintaining operational readiness within the Navy, and proposals must be submitted via email by January 5, 2026, with pricing options including firm-fixed price or time and materials. Interested contractors can reach out to Michael J. Keith at (215) 697-2193 or via email at MICHAEL.J.KEITH40.CIV@US.NAVY.MIL for further details.
    Resolver, Assembly, V.
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of Resolver Assembly, V, identified by National Stock Number (NSN) 2915-01-224-4227NZ. This procurement requires a minimum of 2 and a maximum of 8 units, with an estimated total quantity of 5 units to be delivered by August 8, 2026, highlighting the critical safety nature of the item. The approved source for this procurement is Honeywell International Inc., and the RFP is expected to be issued on December 27, 2024, with a closing date of January 30, 2024. Interested parties can contact David Todd Isaac at david.isaac.4@us.af.mil or by phone at 405-855-3000 for further information.
    Acuator, Mechanical
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency at DLA Aviation in Oklahoma City, is seeking proposals for the acquisition of mechanical actuators, specifically identified by NSN 3040-01-478-8903NZ and part number 4086388. The procurement requires a total of seven units, with a minimum order of two and a maximum of eleven, emphasizing the critical safety nature of these items and the necessity for compliance with safety and quality standards. This procurement is vital for ensuring the availability of necessary mechanical actuators for federal operations, with an estimated RFP issue date of December 20, 2024, and a projected close date of January 23, 2024. Interested parties can contact David Todd Isaac at david.isaac.4@us.af.mil or by phone at 405-855-3000 for further details.
    F108 Stage 1 Fan Blade Repair 005-010 (please respond by 24 February 2025 at 4:00 PM CST)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the finishing repairs of the F-108/CFM 56-2A/B Stage 1 Fan Blade, with a focus on parts associated with NSN 2840-01-196-6053PN. The procurement will be executed through a Firm-Fixed-Price Blanket Purchase Agreement, and interested parties are encouraged to demonstrate their capabilities, experience, and qualifications related to the repair process by submitting documentation by February 24, 2025. This opportunity is critical for maintaining the operational readiness of aerospace components, and potential contractors must comply with established technical and quality assurance standards as outlined in the associated Repair Data List and Repair Qualification Requirements. For further inquiries, interested businesses can contact Jaqueline Hughes at jaqueline.hughes@us.af.mil or Bridgette Miles at bridgette.miles@us.af.mil.
    RESISTOR ASSEMBLY,V
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking qualified suppliers for an Indefinite Quantity Contract (IQC) for the procurement of Resistor Assembly, V (NSN: 2915-006726084). This contract, designated as a small business set-aside, will cover a 5-year base period with an estimated annual demand of 40 units, requiring minimum and maximum delivery order quantities of 10 and 40 units, respectively. The Resistor Assembly is a critical application item used in aircraft and missile fuel systems, emphasizing the importance of reliability and performance in this procurement. Interested suppliers must be registered in the System for Award Management (SAM) and submit written quotes by the closing date of January 30, 2026, following the solicitation issue date of December 30, 2025. For further inquiries, suppliers can contact Montana Kipp at Montana.Kipp@dla.mil or by phone at 804-279-3594.
    Support, Fan Componet
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of four support fan components, identified by NSN: 2840-01-317-8321NZ and P/N: 4059690, under the presolicitation notice SPRTA1-Q-2094. These components are classified as critical safety items, which require first articles and qualification requirements, with a requested delivery date on or before March 4, 2027. This procurement is significant for maintaining the operational integrity of aircraft engines and is not set aside for small businesses, as it is export-controlled; the approved source for these parts is Raytheon Technologies. Interested parties should note that the RFP will be issued on February 12, 2025, with a closing date of March 14, 2025, and can contact David Todd Isaac at david.isaac.4@us.af.mil or by phone at 405-855-3000 for further information.
    61--MOTOR ASSY, BLOWER, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair and modification of the Motor Assembly, Blower. This procurement involves the refurbishment of existing units to meet specified military standards, ensuring that all components are inspected, repaired, or replaced as necessary, with a focus on maintaining quality and compliance with military specifications. The Motor Assembly is critical for various naval applications, emphasizing the importance of reliability and performance in defense operations. Interested contractors can reach out to Jessica Grzywna at 215-697-5095 or via email at JESSICA.T.GRZYWNA.CIV@US.NAVY.MIL for further details, with the contract type being firm fixed price and specific deadlines outlined in the solicitation documents.