415 SCMS Squadron Strategic Contract – Industry Day
ID: FA8250-25-R-STRATEGIC-INDUSTRYType: Special Notice
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

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)
Timeline
    Description

    The Department of Defense, through the 415th Supply Chain Management Squadron, is hosting an Industry Day to discuss the upcoming Multiple Award Contract - Indefinite Delivery, Indefinite Quantity (MAC-IDIQ) for repair services of various National Stock Numbers (NSNs). The objective of this procurement is to establish a streamlined contract framework that enhances efficiency and competition among vendors for the repair of critical electronic and mechanical components used in Air Force systems. This initiative is vital for maintaining operational readiness and ensuring timely repairs, with the contract expected to last up to 10 years, including a potential five-year extension. Interested vendors must respond to the notice by June 10, 2025, and can direct inquiries to Cydnee Simpson at cydnee.simpson@us.af.mil or other designated contacts.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a comprehensive data call regarding various military equipment item identifiers, specifically National Item Identification Numbers (NIINs) and part numbers (P/Ns) pertaining to different programs such as Band Simulators, MUTES, CRCs, and more. It details the specific items that require attention or resources across multiple fiscal years, presenting minimum, best, and maximum estimates for each item over a span of five years. The file indicates the importance of tracking these identifiers for effective asset management and procurement processes in federal and military settings. The overarching purpose of the document is to ensure proper resource allocation and inventory management for military supplies, demonstrating the government's commitment to maintaining operational readiness and efficiency in defense operations. Through a structured layout, the document facilitates effective communication and planning among stakeholders involved in the acquisition and support of military equipment.
    The Department of the Air Force, through the 415th Supply Chain Management Squadron at Hill Air Force Base, is hosting an Industry Day focused on a new Multiple Award Contract Indefinite Delivery Indefinite Quantity (MAC IDIQ) aimed at consolidating repair services for various National Stock Numbers (NSNs). The primary purpose is to increase efficiency and competition by grouping NSNs under one contract. The MAC IDIQ is expected to be awarded by June 2026, while interim contracts for specific repairs will be issued to meet ongoing demands. The document outlines a Q&A session where potential contractors sought clarity on various topics, including selection criteria, the repair process management, sources for NSNs, and requirements for testing and on-site services. It was emphasized that the 415 IPT will oversee repairs internally, while efforts to qualify additional vendors are encouraged to enhance competition. The solicitation’s expected release is projected for October-November 2025, with the contract beginning in Fiscal Year 2026. Additionally, feedback from vendors regarding various acquisition strategies is requested, and there are no prerequisites for prior Air Force contracts for participation in the process.
    The 415th Supply Chain Management Squadron is conducting an Industry Day to outline its strategic contract for the procurement of repair services for over 100 National Stock Numbers (NSNs). The goal is to establish a Multiple Award Contract - Indefinite Delivery, Indefinite Quantity (MAC-IDIQ) framework that enables rapid repair of items necessary for maintaining various Air Force systems, potentially lasting up to 10 years. The contract will allow multiple vendors to be awarded for each NSN, enhancing competition and streamlining the procurement process. Interested vendors must qualify to repair specific NSNs by submitting a Source Approval Request (SAR), with costs incurred by the vendors. The presentation covered qualifications, ordering procedures, and the Fair Opportunity Proposal Requests (FOPRs), which will specify pricing and evaluation criteria for individual tasks. Questions addressed included qualification processes, the prospect of involving small businesses, and handling market unpredictabilities affecting pricing. This initiative underscores the Air Force's commitment to operational readiness through effective supply chain management and repair services while fostering vendor participation and competition in defense procurement.
    The document comprises a comprehensive list of items, primarily focusing on various electronic and mechanical components, their identifiers (NSN and PN), and applications relevant to government procurement processes. Each item is detailed with its specific noun description, application context (e.g., JTE, MUTES, CRC), and references to related drawings or technical orders. The structured format categorizes components like gear assemblies, fans, radar systems, and amplifiers, emphasizing their functionality in military and defense systems. The purpose of compiling such information is to facilitate the procurement process for federal, state, and local government entities. It highlights the need for specific parts required to support operations and maintain equipment, ensuring adherence to contract specifications and technical standards. This document serves as a reference guide for sourcing parts that play critical roles in national defense technology, signaling the government's ongoing commitment to maintaining operational readiness through diligent supply chain management.
    The document outlines the Repair Qualification Requirements (RQR) for potential contractors seeking to qualify for repairs of certain National Stock Numbers (NSNs) grouped into categorized items. Offerors can choose to qualify for specific categories or individual NSNs, with an emphasis on thorough verification of facilities and testing capabilities. The qualification process involves several steps, including notifying the government of intent, demonstrating access to necessary facilities, and submitting a qualification test plan. Estimated costs for qualification are around $10,000 per category, with an anticipated completion time of 60 days per request. There’s also a provision for waiver requests based on prior qualifications or capabilities related to similar items. Successful qualification does not ensure a contract award. The document serves as a guide for contractors in navigating the qualification process while highlighting the government's requirements and expectations for maintenance and repair capabilities within defense and military sectors.
    The Request for Information (RFI) issued by the 415 SCMS Squadron is aimed at conducting market research for repair services of various National Stock Numbers (NSNs). The RFI seeks to engage potential qualified sources to establish a competitive acquisition strategy and determine if the effort can include small business set-asides. Respondents are encouraged to identify their small business status under the relevant NAICS code (811210) and specify qualifications for the NSNs listed. The RFI emphasizes the government's intent to establish a multiple-award contract over five years, with an option to extend for another five years, facilitating efficient repair ordering for numerous NSNs without the need for multiple contracts. The RFI requests detailed information from interested vendors, including their qualifications, the benefits and challenges of a Multiple Award Contract approach, and solutions to potential obsolescence issues. It clarifies that responses to the RFI do not guarantee a contract, and costs related to submissions will not be reimbursed. All interested parties should submit their responses by May 12, 2025, to the designated contacts. This initiative not only aims to streamline procurement processes but also enhances the repair capability of components critical to the Squadron's operations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    16--AFMC, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of aircraft parts under the contract titled "16--AFMC, IN REPAIR/MODIFICATION OF." The procurement aims to establish a contractor capable of performing comprehensive repair, testing, and inspection of specified aircraft components, ensuring they meet operational readiness standards. This opportunity is critical for maintaining the functionality and reliability of military aircraft, thereby supporting national defense operations. Interested contractors should contact Peter A. Kobryn at 215-697-4313 or via email at PETER.A.KOBRYN.CIV@US.NAVY.MIL for further details, with a required delivery turnaround time for units set by January 3, 2028.
    8 NSN TRIUMPH
    Dept Of Defense
    The Defense Logistics Agency (DLA) Land and Maritime is preparing to solicit a contract for the procurement of various National Stock Numbers (NSNs) to support military depots. The contract aims to provide stock replenishment coverage for critical aircraft parts, including springs, valves, switches, and connectors, which are essential for maintaining operational readiness. This acquisition will be conducted as a firm-fixed price, Indefinite Quantity Contract (IQC) over a three-year base period, with the solicitation expected to be available around December 19, 2025. Interested vendors can contact Taura Mitchell at Taura.Mitchell@dla.mil for further details and must submit proposals via DIBBS or email, adhering to the specified guidelines.
    C/KC130 Air Vehicle: Engine Module Repair
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is soliciting proposals for the C/KC130 Air Vehicle: Engine Module Repair Services. This procurement aims to establish a single source Indefinite Delivery Indefinite Quantity (IDIQ) contract with a five-year base ordering period, focusing on the maintenance and repair of engine modules critical to the operational readiness of C/KC130 aircraft. The planned award is anticipated during the second quarter of Government Fiscal Year 2026, with proposals due by 4:00 PM ET on January 8, 2026. Interested parties should direct inquiries and requests for access to solicitation attachments to Contract Specialist Stephanie Savage at stephanie.r.savage2.civ@us.navy.mil.
    MASTER INTRFACE CON
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the repair of the Master Interface Connector (NSN: 7GH 5895 016611976). The procurement aims to secure repair services on a firm-fixed price basis, with a monetary limitation set at $103,409. This equipment is critical for maintaining operational readiness in naval systems, and the contractor must adhere to specific quality and packaging standards, including compliance with MIL-STD-2073-1E. Interested contractors should submit their repair quotes, including necessary documentation, to the primary contact, James B. Burnett, at 717-605-8656 or via email at james.b.burnett1.civ@us.navy.mil, with the solicitation closing date to be confirmed in the official notice.
    MODULE INTERFACE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of the MODULE INTERFACE, classified under NAICS code 335999. The procurement aims to ensure the operational and functional integrity of the MODULE INTERFACE, which is critical for various defense applications, particularly in naval operations. Interested contractors must adhere to specific requirements, including providing a detailed quote for repair efforts, ensuring compliance with quality assurance standards, and submitting proposals by the extended deadline of 4:30 PM EST on November 17, 2025. For further inquiries, potential bidders can contact Jocelyne Dzonang Fouego at 717-605-2982 or via email at JOCELYNE.DZONANGFOUEGO.CIV@US.NAVY.MIL.
    Service Repair for Sciaky Spot Welder
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for service repair of a Sciaky Spot Welder, as outlined in solicitation number FA812526Q0016. This procurement falls under the NAICS code 811310, which pertains to the repair and maintenance of commercial and industrial machinery and equipment, excluding automotive and electronic items. The repair services are crucial for maintaining operational efficiency and reliability of the equipment used in various defense applications. Interested contractors should note that the proposal due date has been extended to December 16, 2025, at 12:00 PM CST, and must acknowledge receipt of the amendment to ensure their offers are considered. For further inquiries, potential offerors can contact Jacqueline Henn at Jacqueline.Henn@us.af.mil.
    N0038326RS050
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the renewal of a Long Term Contract (LTC) for consumable spares over a five-year term. This contract will cover eight National Item Identification Numbers (NIINs), including various repair kits and parts kits, with estimated quantities ranging from 25 to 5,000 units for each item. These items are critical for aircraft maintenance and repair, emphasizing the importance of sourcing from approved vendors under the authority of FAR 6.302-1, as government source approval is required for award. Interested vendors must submit a proposal along with the necessary documentation as outlined in the NAVSUP Source Approval Request (SAR) Brochure, which can be accessed online. For further inquiries, potential bidders can contact Sophia Noel at 215-697-3698 or via email at sophia.noel@navy.mil.
    MACDILL AFB - MACC 4.0 Industry Day information - 15AUG25
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is hosting an Industry Day for the Multiple Award Construction Contract (MACC) 4.0 at MacDill Air Force Base (AFB) in Tampa, Florida, scheduled for August 15, 2025. This procurement aims to establish a Firm Fixed Price IDIQ contract with an estimated ceiling of $500 million over 7-10 years, focusing on commercial and institutional building construction, with task order values ranging from $100,000 to $5 million. The MACC 4.0 is critical for supporting various military commands and partners, including USSOCOM and USCENTCOM, and emphasizes sustainability, energy efficiency, and compliance with cybersecurity standards under the Cybersecurity Maturity Model Certification (CMMC). Interested contractors are encouraged to register in SAM under NAICS code 236220 and prepare for a Draft RFP anticipated in Q1 2026, with contract awards expected in March 2027. For further inquiries, contact the 6th Contracting Squadron at 6CONS.PKC.MACC4@us.af.mil.
    Repair of NSN: 6130-01-445-9549;P/N:822-1118-001;RMC/RMS: R3/R in support of the E-3 ARC-230 Program
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of National Stock Number (NSN) 6130-01-445-9549, a power supply component, in support of the E-3 ARC-230 Program. This procurement involves a requirements contract for repairs and engineering services, covering three ordering periods from October 2025 through September 2028, under the existing Collins Corporate Contract SPE4AX21D9400. The selected contractor will be responsible for providing all necessary facilities, labor, and materials for the repair services, with proposals due by 3:00 PM EST on December 19, 2025. Interested parties should direct inquiries to Contracting Officer James Daniel Faulkner at james.faulkner.8@us.af.mil.
    59--CIRCUIT CARD ASSEMB - AND OTHER REPLACEMENT PARTS, 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 offers for the repair and modification of circuit card assemblies and other replacement parts. The procurement aims to ensure the operational readiness of critical electronic components, which are essential for various defense systems. Interested vendors are required to provide a firm-fixed-price quote for inspection, evaluation, and testing of the units, with the deadline for offers extended to November 20, 2025. For further inquiries, potential bidders can contact Julie Smith at 717-605-5805 or via email at JULIE.E.SMITH43.CIV@US.NAVY.MIL.