REPAIR SERVICES FOR THE JTE PROGRAM
ID: FA825026R0002Type: 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

ELECTRICAL CONTROL EQUIPMENT (6110)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking repair services for the JTE Program, with the procurement being a sole source requirement directed to Linmarr Associates. The contract involves comprehensive inspection, testing, teardown, evaluation, and repair of GEARCASE-MOTOR end items, ensuring they are restored to a serviceable, like-new condition while adhering to strict quality and counterfeit prevention standards. This opportunity is critical for maintaining operational readiness and reliability of military equipment. Interested contractors can reach out to John (Kenny) Prather at JOHN.PRATHER.3@US.AF.MIL for further details, as there are no set-asides for this contract.

    Point(s) of Contact
    John (Kenny) Prather
    JOHN.PRATHER.3@US.AF.MIL
    Files
    Title
    Posted
    This document outlines the Commercial Asset Visibility Air Force (CAV AF) reporting requirements for contractors involved in Contract Depot Maintenance (CDM). CAV AF is the primary system for tracking government-owned assets at contractor repair facilities, including end items and assets in Inventory Control Points (ICPs). Contractors must ensure daily, accurate reporting within one business day of maintenance actions, utilizing current user guides and having two assigned, trained reporters with valid Public Key Infrastructure (PKI) and current DoD Information Assurance (IA) CyberAwareness Challenge certifications. Specific responsibilities include maintaining asset record accuracy, proper handling of "Not-on-Contract" items, adherence to shipping procedures using DD Form 1348-1A, and managing Nuclear Weapon Related Materiel (NWRM) with serial number tracking. Non-compliance, such as untimely or inaccurate reporting, can lead to systemic data problems and Program Management Reviews.
    The provided file is not a government document or RFP, but rather a technical note about opening a PDF portfolio. It instructs the user to open the document in Acrobat X or Adobe Reader X, or later, for the best experience, and provides a link to get Adobe Reader. As such, it does not contain any information relevant to federal government RFPs, federal grants, or state and local RFPs.
    This document is a Request for Proposal (RFP) FA8250-26-R-0002 issued by the Department of the Air Force for the teardown, test, evaluation, and repair of 'CONTROLLER,MOTOR' units. It outlines a two-phase process: an initial firm fixed-price for teardown, test, and evaluation (CLIN 0001), followed by a negotiated not-to-exceed price for repair (CLIN 0002). The RFP details requirements for Commercial Asset Visibility Air Force (CAVAF) reporting and various data deliverables, including Repairable Item Inspection Reports, Counterfeit Prevention Plans, and Engineering Change Proposals. It specifies inspection and acceptance at origin for initial work and at destination for data deliverables, with payment contingent on CAVAF compliance. The document also includes extensive contract clauses covering areas like small business subcontracting, labor standards, environmental regulations, and electronic submission of payment requests via Wide Area WorkFlow (WAWF). An ombudsman is designated for resolving offeror concerns.
    This government file describes a MOTOR, CONTROLLER (NSN 6110016608072FD) used to control motors. Initiated by Jason I. Pedersen from 415 SCMS / GUMAa, the document details the item's physical characteristics: 26.5 inches long, 12.5 inches wide, 10.5 inches high, and weighing 23.3 pounds. The material is unknown, and it has a criticality code of 'X' and a demilitarization code of 'C'. This item description, generated by PRPS on December 5, 2025, is likely part of a federal procurement or inventory management record.
    The IUID Checklist, Version 4, generated on December 5, 2025, details the unique identification marking requirements for a "CONTROLLER,MOTOR" with NSN 6110016608072FD, as per DFARS 252.211.7003, Section (c)(1)(i). Marking is to be performed according to MIL-STD-130, guided by Engineering Drawing JTE133545-1. The document also addresses potential embedded items for the same NSN under Section (c)(1)(iii). This checklist, likely part of federal government RFPs, ensures proper identification and traceability of government property.
    This government file outlines packaging requirements for various items under purchase instrument FD20202600049-00, Version 3. A key focus is compliance with United Nations restrictions on Wood Packaging Material (WPM) to prevent invasive species, specifically the pinewood nematode. All WPM, including pallets, boxes, and dunnage, must be constructed from debarked, heat-treated wood (56 degrees Celsius/133 degrees Fahrenheit for 30 minutes). Certification and marking by an American Lumber Standards Committee (ALSC) recognized agency are mandatory, adhering to "International Standards for Phytosanitary Measures" (ISPM) No. 15. While several items (AAA, AAB, AAC, AAE) are listed with "No Packaging Data Required," item AAD specifies "MIL Long Line Packaging" in accordance with MIL-STD-2073-1 for military packaging and MIL-STD-129 for military marking, including additional barcoding and OEM information. The document is signed by Charles B. Davis, Packaging Specialist.
    This Performance Work Specification (PWS) outlines the requirements for the inspection, testing, teardown, evaluation, and repair of GEARCASE-MOTOR end items (NSN 3010-01-660-8072, Part Numbers JTE133545, 133545-1) for the Department of the Air Force. The contractor must provide all necessary facilities, parts, materials, equipment, and services to restore items to a serviceable, like-new condition. Key requirements include visual, mechanical, and electrical testing, identification of components needing repair, and adherence to original specifications. The PWS also details strict guidelines for subcomponent changes, foreign disclosure restrictions, acceptance testing, quality deficiency reporting, packaging, handling, security, transportation, and condemnation criteria. A significant focus is placed on counterfeit prevention, requiring contractors to establish a comprehensive Counterfeit Prevention Plan (CPP) in accordance with SAE AS5553. Data deliverables, including reporting in Commercial Asset Visibility Air Force (CAV AF) and various inspection reports, are also mandated.
    This government file, titled "RDL REVISION," is a Repair Data List for a "CONTROLLER, MOTOR" with NSN 6110016608072FD and CAGE CODE 54547. Dated 18 DEC 2024, it outlines technical documentation required for the repair of part number 133545-1. Key data includes an IPB (Illustrated Parts Breakdown) with document reference number 43D7-19-7-4-WA-1 and two JEDMICS Drawings, JTE133545 and JTE133546. The "FURNISHED METHOD CODE LEGEND" indicates that all listed documents are "GOVT DOCUMENT" (G), meaning they are government-provided. This document serves as a guide for contractors or repair facilities, detailing the essential government-furnished technical data necessary for the maintenance and repair of the specified motor controller, ensuring compliance and proper procedures. It was generated by PRPS using Jasper Reports on 05 Dec 2025.
    This document outlines the comprehensive preservation, packaging, and marking requirements for government contracts, emphasizing adherence to various military, federal, and international standards. Key requirements include using MIL-STD 2073-1 for military packaging, ASTM D3951 for commercial packaging, and MIL-STD 129 for military marking. Specialized instructions are provided for hazardous materials, classified materials, electrostatic discharge sensitive items, and wood packaging (ISPM 15). The document also details procedures for managing reusable containers, reporting discrepancies via WebSDR, and accessing relevant specifications through the ASSIST website. It lists numerous applicable government packaging documents, ensuring compliance with strict safety, handling, and transportation regulations for all materials furnished to government activities.
    This government file details transportation data for solicitations under Purchase Instrument Number FD20202600049-00, initiated on December 3, 2025. It outlines F.O.B. terms, transportation provisions, and crucial instructions for vendors, particularly regarding contact with DCMA Transportation for shipping instructions via the SIR eTool system for all FOB Origin, FMS, and FOB Destination OCONUS/Export movements. Failure to comply may result in additional vendor expenditures. The document lists multiple line items (0001-0006) with associated National Stock Numbers (NSN), transportation account codes (TACRNs AAA-AAD), and diverse ship-to addresses, including DLA Distribution Barstow and Hill AFB, UT. Each item includes specific funding information (LOA: 97X4930.FC04 646 47GH 8M826L 01K010 00000 UJEZDV 503000 F03000 FSR: 001884 PSR: K42382) and remarks where applicable. The document emphasizes adherence to specific instructions like IAW DD Form 1423-1 Data Item No.A001 A002 A003 and B001. Darrick D. Hogan of 406 SCMS / GULAA is the contact for transportation-related inquiries.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Repair of JTE Antenna NSN: 5985-01-599-9815
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting qualified contractors for the repair of the JTE Antenna (NSN: 5985-01-599-9815). The procurement involves comprehensive services including Test, Teardown, and Evaluation (TT&E) of the antenna, as well as potential repair of identified components to restore the item to a serviceable, like-new condition. This antenna is critical for radar applications, and the successful contractor will be responsible for ensuring compliance with stringent quality and security standards throughout the repair process. Interested vendors must submit a Source Approval Request (SAR) to qualify, with a response deadline set for January 5, 2026. For further inquiries, contractors can contact Elijah Leo Carino at elijahleo.carino@us.af.mil or Cydnee Simpson at cydnee.simpson@us.af.mil.
    Repair of N0038326RN008
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is seeking contractors for the repair of various aircraft gearbox assemblies under the presolicitation notice N0038326RN008. The procurement includes the repair of eight units each of four different gearbox assemblies, specifically identified by their nomenclature and part numbers, which are critical components for aircraft operations. This non-commercial Foreign Military Sales (FMS) repair requirement underscores the importance of maintaining operational readiness and support for military aircraft. Interested parties can reach out to Jake Kucowski at JAKE.KUCOWSKI.CIV@US.NAVY.MIL or by phone at 771-229-0490 for further details regarding the solicitation process.
    AN/ALQ-172 Repair
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the repair of redesigned AN/ALQ-172 Line Replaceable Units (LRUs) as part of a Request for Information (RFI). The procurement focuses on several specific NSNs, including 5865-01-718-3672EW (LRU-4), TBD (LRU-8 P/N 2624708G007), 5865-01-668-8772EW (LRU-10), and 5865-01-669-5621EW (LRU-12), due to a lack of complete repair data and serviceable assets, with no funding available for reverse engineering. This initiative is currently a sole-source effort with L3Harris, but the RFI encourages responses from both large and small businesses, including joint ventures, to showcase their repair capabilities and quality assurance processes. Interested parties must submit their responses by January 5, 2026, to Kenneth Dickman at kenneth.dickman@us.af.mil, with participation being voluntary and no reimbursement provided for submissions.
    NIINs to N00383-21-G-YJ01
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for specific aircraft components from the Bell Boeing Joint Project Office on a sole source basis. The procurement involves the repair of items listed in Attachment A, including PRGB ASSY LH, PRGB ASSY RH, and ELECTRONIC COMPONENTS, with a focus on ensuring the availability of critical aircraft parts for operational readiness. The estimated quantities for these components are one unit each for year 5, with a repair turnaround time of 110 days, and the total funding for the repairs is projected at $2,523,394.00. Interested parties must submit their capability statements to Jake Kucowski at jake.kucowski.civ@us.navy.mil within 15 days of the notice publication, as this opportunity is not a request for competitive proposals and requires source approval.
    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.
    4 CONS Flameholder Repair J&A
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure OEM repairs for F15E Flameholders through a sole source Justification and Approval (J&A) process. This procurement is critical for maintaining the operational readiness and performance of aircraft components and accessories, particularly in the context of military aviation. The repairs will be conducted in Stuart, Florida, and interested parties can reach out to Kevin Leung at kevin.leung@us.af.mil or Christine Docker at christine.docker.2@us.af.mil for further details. The procurement emphasizes the importance of specialized expertise in aircraft component maintenance and repair.
    Evaluation and repair of Gear Boxes
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking a contractor for the evaluation and repair of specific gearboxes, identified by part number BA22763-200 and serial numbers 0034, 0172, and 0174. This sole source procurement is aimed at ensuring the operational readiness of critical aircraft components, with the contractor required to provide labor, materials, and transportation to perform these services at NSWC Crane in Indiana. The contract includes multiple option years for additional evaluations and repairs, emphasizing the importance of maintaining high-quality standards in military equipment. Interested vendors must submit their capability statements by December 18, 2025, at 4:00 PM Eastern Time, and can direct inquiries to Trista Ray at trista.m.ray.civ@us.navy.mil.
    Remanufacture of Electro-Mechanical Actuator
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the remanufacture of Electro-Mechanical Actuators under a two-year Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract. The primary objective is to restore the actuators, identified by NSN 1680-01-267-9557RK, to a like-new condition through a comprehensive process that includes disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing, adhering to military standards and quality control measures. This procurement is critical for maintaining operational readiness and ensuring the reliability of aircraft systems. Interested vendors should note that the solicitation anticipates a sole-source award to Whippany Actuation Systems LLC, but other vendors may submit Source Approval Request (SAR) packages. For further inquiries, potential bidders can contact Nonika Allen at nonika.allen.1@us.af.mil or Morgan Mcgarity at morgan.mcgarity@us.af.mil.
    F-15 Cable and LOD Repair Services, Air Force Enhancement Program (AFREP) for Seymour Johnson AFB
    Dept Of Defense
    The Department of Defense, through the 4th Contracting Squadron at Seymour Johnson Air Force Base, is soliciting proposals for F-15 Cable and Light Off Detector (LOD) Repair Services as part of the Air Force Enhancement Program (AFREP). This procurement involves a total small business set-aside for a firm fixed-price indefinite delivery indefinite quantity (IDIQ) contract, which includes a one-year base period and four one-year options, requiring the service provider to repair F-15E cable and LOD parts to serviceable condition in accordance with specified technical orders. Interested vendors must possess an approved Source of Approved Repair (SAR) letter and be registered in the System for Award Management (SAM) to be eligible for award. For inquiries, potential offerors can contact Angela Gibson at angela.gibson.4@us.af.mil or Glinnis Thompson at glinnis.thompson@us.af.mil, referencing Solicitation Number FA480926Q0003. All solicitation documents will be available on SAM.gov.
    J-85 Seal, Air, Aircraft G
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking to procure J-85 Aircraft G Seal, Air, a critical safety item necessary for aircraft operations. This acquisition involves a sole-source contract for 9 units, with General Electric Company identified as the approved source, and is justified under limited available sources due to the specialized nature of the item. The estimated request for proposal (RFP) issue date is September 5, 2025, with a close date of October 6, 2025, and interested parties are encouraged to submit capability statements within 15 days for commercial items or 45 days for general proposals. For further inquiries, contact Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112.