REPAIR SERVICES MINI MUTES PROGRAM
ID: FA825026Q0002Type: 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

TORQUE CONVERTERS AND SPEED CHANGERS (3010)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide repair services for the Mini MUTES Program, focusing on the teardown, testing, evaluation, and repair of the GEAR ASSEMBLY, SPEED (NSN: 3010-01-315-5148 FD). This procurement is critical for maintaining the operational integrity of the Mini MUTES system, which plays a vital role in radar operations. Proposals are due by December 5, 2025, and the contract will be awarded to the lowest priced qualified source, with specific requirements for qualification and compliance with various federal acquisition clauses. Interested vendors should contact John (Kenny) Prather at JOHN.PRATHER.3@US.AF.MIL for further details and to access the qualification package.

    Point(s) of Contact
    John (Kenny) Prather
    JOHN.PRATHER.3@US.AF.MIL
    Files
    Title
    Posted
    The Commercial Asset Visibility Air Force (CAV AF) Reporting Requirements document outlines contractor responsibilities for reporting government-owned assets in the CAV AF system. It mandates daily status updates for assets at repair facilities and those stored in contractor Inventory Control Points. Key requirements include ensuring accurate asset records, assigning two CAV AF reporters, and completing annual DoD CyberAwareness Challenge training. Contractors must use Government-issued shipment document numbers for receipts and DD Form 1348-1A for shipping. The document also details procedures for "Not-on-Contract" assets, contract closure disposition, and handling Nuclear Weapon Related Materiel (NWRM). Systemic data problems due to inaccurate or untimely reporting are subject to review. Discrepancies incident to shipment, such as misidentified or damaged items, must be reported via WebSDR and coordinated with relevant authorities. Initial CAV AF training is provided by the contracting ICP or Contract Monitor, with ongoing training being the contractor's responsibility.
    The provided government file, an excerpt from a PDF portfolio, primarily serves as a technical note advising users to open the document in Adobe Acrobat X or Adobe Reader X (or later versions) for the best viewing experience. It also includes a prompt to
    The Department of the Air Force issued a Request for Quotation (RFQ) FA8250-26-Q-0002 for the teardown, test, evaluation, and repair of 'GEAR ASSEMBLY,SPEED' (NSN: 3010-01-315-5148 FD). This is not a small business set-aside. The solicitation is restricted to qualified sources, with a qualification package attached for non-qualified vendors. Proposals are due by December 5, 2025. The award will be made to the offeror with the lowest Total Evaluated Price who is a qualified source, based on price reasonableness and balance. The contract includes provisions for Commercial Asset Visibility Air Force (CAVAF) reporting and other data requirements, with potential payment withholding for non-compliance. Unique Item Identification (UID) is required for certain items. The RFQ also details various federal acquisition clauses and instructions for proposal submission.
    This government file describes a "GEAR ASSEMBLY,SPEED" with NSN 3010013155148FD and CAGE 82152, identified as part of the Azimuth Drive that rotates radar horizontally. Key specifications include dimensions (14.5" L x 14.5" W x 16.5" H) and weight (18.5000 LB), with various metals as its material. The item is marked with a criticality code of Y, a demilitarization code of D, and a security code of 7. It also features a TCTO number 36A11-21-16-1 and is noted as a legacy item: "GEAR ASSEMBLY,SPEED INCREASER SINGLE INCREASING SHOULDERED 1 PINION OUTPUT SHAFT EXTENDS TO LEFTAND RIGHT SYSTEM MINI MUTES POC PAT NOBLE EQUIPMENT SPEC." The document also lists the initiator as CARLRICHARD.J.CANLAS from 415 SCMS / GUMAA.
    This government file outlines packaging requirements for purchase instrument number FD20202600034-00, emphasizing compliance with international standards for wood packaging material (WPM) to prevent invasive species. All WPM, including pallets, boxes, and crates, must be constructed from debarked, heat-treated wood (56°C/133°F for 30 minutes) and certified by an ALSC-recognized agency, adhering to "International Standards for Phytosanitary Measures" (ISPM) No. 15. The document details specific packaging and marking instructions for item 3010013155148FD under PACRN AAA, requiring MIL Long Line Packaging and compliance with MIL-STD-2073-1 for packaging and MIL-STD-129 for marking, including additional barcoding and OEM information. Other items (3010DTG260016FD, 3010DTG260017FD, 3010DTG260015FD, 3010DTG260018FD) under PACRNs AAB, AAC, AAD, and AAE are designated as "No Packaging Data Required." The document is signed by Charles B. Davis, Packaging Specialist, on October 14, 2025.
    This Performance Work Specification (PWS) outlines requirements for the inspection, test, teardown, evaluation (TT&E), and repair of gearboxes (NSN 3010-01-315-5148) for the Department of the Air Force. The contractor must furnish all necessary facilities, parts, materials, equipment, and services to restore end items to a serviceable, like-new condition, meeting original specifications. The PWS details technical requirements, including subcomponent changes, foreign disclosure restrictions, acceptance testing, and quality deficiency reporting. It also covers packaging, handling, security, transportation, and condemnation criteria. Key aspects include a mandatory Counterfeit Prevention Plan (CPP) for electronic parts and strict data deliverables for status reporting, inspection reports, and engineering change proposals.
    The document, titled "RDL REVISION," is a Repair Data List for a GEAR ASSEMBLY,SPEED, identified by NSN 3010013155148FD and Part Number 137474. It details various repair data documents associated with CAGE CODE 82152, including document reference numbers, revision statuses, and data availability codes. The list provides specific document numbers such as 36A11-21-16-1, 00-25-234, and 200927771, each with a corresponding furnished method code and government rights indicator. The "REPAIR DATA LIST REMARKS" section clarifies the legend for furnished method codes, indicating how documents are provided (e.g., Classified Document, Furnished with Solicitation, Government Document, or Vendor Data Not Provided). This document appears to be a technical reference or an attachment within a government contract or solicitation, outlining the repair data that would be relevant for maintaining or repairing the specified gear assembly.
    This government file outlines the comprehensive preservation, packaging, and marking requirements for offerors providing materials to the Department of Defense (DoD), federal government RFPs, federal grants, and state and local RFPs. It mandates adherence to various military and commercial standards, including MIL-STD 2073-1 for military packaging, ASTM D3951 for commercial packaging, and MIL-STD 129 for military marking. Special provisions are detailed for hazardous materials, electrostatic materials, and wood packaging to meet international phytosanitary measures (ISPM 15). The document also covers requirements for specialized shipping containers (MIL-STD-648), palletized unit loads (MIL-STD-147), and the use of Item Type Storage Codes (ITSC). It addresses procedures for handling reusable containers, reporting supply discrepancies via WebSDR, and accessing relevant specifications through the ASSIST website. The overarching purpose is to ensure consistent, compliant, and safe handling, storage, and shipment of all materials for government activities.
    This government file justifies qualification requirements for repairing/overhauling the GEAR ASSEMBLY,SPEED (NSN: 3010-01-315-5148, P/N: 137474) used in the AN/MST-T1(V) Mini-MUTES. The qualification is critical due to the part's complexity, requiring engineering source approval to maintain quality and prevent negative mission impacts. Offerors must demonstrate repair capabilities prior to contract award, with an estimated qualification cost of $13,000 and a 60-day completion time. Qualification requirements include prequalification notice, certified facilities, data verification, repair process verification, and an approved test plan. While offerors must be fully qualified before award, certain waiver criteria exist for sources that can demonstrate prior experience or similar qualifications.
    This government file, "TRANSPORTATION DATA FOR SOLICITATIONS" (FD20202600034-00), initiated on October 14, 2025, outlines transportation instructions and funding for various commodities. It specifies F.O.B. (Free On Board) terms, primarily F.O.B. Origin, and mandates contact with DCMA Transportation for shipping instructions on "DCMA Administered" contracts, particularly for F.O.B. Origin, Foreign Military Sales (FMS), and international F.O.B. Destination movements. Vendors must use the DCMA Shipment Instruction Request (SIR) eTool System to obtain necessary regulatory clearances and documentation to avoid shipping delays and additional costs. The document details transportation funds information (LOA and TACRNs), item and ship-to details including NSNs, purchase instrument line item numbers, and specific ship-to addresses for multiple locations such as Hill AFB, UT, and Barstow, CA. The file includes contact information for Woodnell M. Respert from 406 SCMS / GULAA for transportation-related inquiries.
    The IUID Checklist, Version 4, generated on October 20, 2025, details the marking requirements for a "GEAR ASSEMBLY,SPEED" with NSN 3010013155148FD, as per DFARS 252.211.7003. Section (c)(1)(i) applies, mandating IUID marking according to MIL-STD-130, referencing engineering drawing 12C1280-H. Contact information for the initiator, Dinh, Man T, is provided. Several CAGE/reference numbers are listed for the item. Section (c)(1)(iii) also applies, indicating the item is embedded for the same NSN, but no specific embedded item details are provided. Attachment guidance refers to PWS section 8.5. The document was prepared by Nguyen, Thi D, on April 29, 2019.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Mini Mutes, Gear
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the procurement of nine units of "GEAR ASSEMBLY, SPEED" (NSN: 3010-01-315-5148). The contract requires delivery to DLA Distribution Barstow by July 31, 2027, and includes a Counterfeit Prevention Plan due 30 days post-award, emphasizing the importance of supply chain traceability and compliance with military packaging and marking standards. This procurement is critical for maintaining operational readiness and reliability within military applications, and interested vendors should direct inquiries to Travis Bodily at travis.bodily@us.af.mil. The solicitation is restricted to Fisica Inc. (CAGE 52152), with specific compliance requirements outlined in the associated documents.
    Repair services for the JTE program; NSN5996-01-621-7893 FD; Assembly Amplifier
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide repair services for the Amplifier Assembly (NSN 5996-01-621-7893 FD) as outlined in Request for Quotation FA8250-26-Q-0036. The procurement involves a firm fixed price for the repair of one unit, with an estimated delivery timeline of 150 calendar days after receipt of the carcass, and includes additional data requirements such as Commercial Asset Visibility Air Force (CAVAF) reports and Engineering Change Proposals (ECPs). This assembly is critical for military operations, necessitating compliance with stringent quality and security standards, including a robust Counterfeit Prevention Plan. Interested parties must submit their quotations by November 24, 2025, and can direct inquiries to Valerie Humphries at valerie.humphries@us.af.mil or by phone at 801-775-6455.
    F-16 Multiplier Assembly
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting quotations for a Multiplier Assembly (NSN: 1270-01-343-8506) intended for Foreign Military Sales (FMS) customers. This procurement requires qualified sources, specifically Northrop Grumman and Spectrum Microwave, and includes stipulations for quantity range pricing, a First Article Test Report (FATR), and a First Article (FA) requirement with a delivery timeline of 180 days. The contract emphasizes compliance with military packaging standards and various defense regulations, including the Buy American Act and ITAR. Interested parties should direct inquiries to April Blakeley at april.blakeley@us.af.mil, with the solicitation due by December 22, 2025.
    GEARBOX,LANDING
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for three units of the Gearbox, Landing (NSN: 1620-00-617-9123) specifically for C-130 aircraft, primarily aimed at Foreign Military Sales (FMS) customers. The procurement emphasizes compliance with AS9100 quality standards, the Buy American Act, and various military standards for packaging and marking, including MIL-STD-130 and MIL-STD-2073-1E. This opportunity is critical for maintaining the operational readiness of military aircraft and ensuring compliance with national defense requirements. Interested contractors must submit their proposals by December 17, 2025, and can reach out to Richard Dunlap at richard.dunlap.2@us.af.mil or call 385-591-8306 for further information.
    Repair of NSN 5836-01-605-8162
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of a Rugged MPEG Video Encoder, identified by NSN 5836-01-605-8162. The contractor will be responsible for conducting thorough testing, teardown, and evaluation of the unit, followed by necessary repairs to restore it to a serviceable condition, adhering to original specifications. This equipment is critical for military operations, emphasizing the importance of maintaining operational readiness through reliable electronic and precision equipment. Interested vendors should contact Logan Drake at logan.drake.4@us.af.mil for further details, with proposals due by December 13, 2024.
    REPAIR SERVICES
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for repair services related to the Teardown, Test, and Evaluation (TT&E) of a specific Fan, Tube Axial, which is critical for the AN/TSQ-T10 (JTE) system. This procurement is a Total Small Business Set-Aside, aimed at ensuring that only approved sources listed on the Approved Sources List can participate, with interested vendors required to follow the guidelines outlined in the attached Source Qualification and Source Requirements (SQSR) document. The selected contractor will be responsible for restoring the fan to a serviceable condition, adhering to strict quality assurance and inspection protocols, and must comply with various packaging and reporting requirements as specified in the Performance Work Specification (PWS) and other related documents. Interested parties should contact John Prather at john.prather.3@us.af.mil or call 801-586-3463 for further details and to ensure compliance with all submission requirements.
    F-16 Radar Antenna Phase Shift Driver Unit NSN: 1270-01-561-6088 PN: 562R218H01
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources to repair the Phase Shifter Assembly (P/N: 562R218H01, NSN: 1270-01-561-6088WF) for the AN/APG-68 Radar Antenna. Interested offerors must demonstrate their capability to meet stringent qualification requirements, which include providing a complete data package, submitting a qualification test plan, and delivering a pre-contract award qualification article for evaluation. This repair unit is critical for maintaining the operational effectiveness of the radar systems used by the Air Force. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil or by phone at 7772211 to express their intent to qualify, with an estimated qualification cost of $4,000 and a completion timeframe of 90 days. Note that successful qualification does not guarantee a contract award.
    14--COMPUTER GROUP,GUID, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of guided missile remote control systems, identified by NSN 7R-1430-014442098-GF. This procurement involves a quantity of 16 units, with delivery terms set to FOB Origin, and requires government source approval prior to contract award due to the flight-critical nature of the item. Only sources previously approved by the government will be considered, and interested parties must submit the necessary documentation as outlined in the NAVSUP WSS Source Approval Information Brochures to be eligible for award. For further inquiries, potential bidders can contact Svitlana Shvets at (215) 697-6278 or via email at SVITLANA.SHVETS.CIV@US.NAVY.MIL.
    16--GEARBOX ASSY,TAIL,A, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of the Gearbox Assembly, Tail, A (NSN: 1680017336838, Part Number: 06381-05000-044). This sole-source requirement involves the repair of five units, with the contractor responsible for all necessary labor, materials, and testing to return the items to a Ready for Issue (RFI) condition, adhering to strict quality and inspection standards. The procurement is critical for maintaining operational readiness of naval aircraft, and interested contractors must provide required documentation for government source approval along with their proposals. For inquiries, contact Lauren Phillips at lauren.n.phillips6.civ@us.navy.mil or by phone at 215-697-6566.
    FMS Repair Actuator-Electro-Me
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking a sole source contractor for the repair of the Actuator-Electro-Me, identified by NSN 7R1680013145838 and part number 70550-28903-103. This procurement involves a critical safety item, with a total quantity of three units required, and is necessary due to the government's lack of sufficient data to engage alternative sources. Interested vendors must be aware that government source approval is required prior to award, and proposals must include all necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure. For further inquiries, potential bidders can contact Lauren Phillips at lauren.n.phillips6.civ@us.navy.mil.