415 SCMS Squadron Strategic MAC IDIQ
ID: FA8250-25-R-SSMIType: 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, specifically the 415th Supply Chain Management Squadron (415 SCMS), is seeking qualified vendors for a Strategic Multiple Award Indefinite Delivery, Indefinite Quantity (MAC IDIQ) contract to provide repair services for over 100 National Stock Numbers (NSNs) critical to various Air Force systems. This initiative aims to streamline procurement processes by allowing multiple qualified vendors to offer repair services for the same NSNs over a potential ten-year period, enhancing competition and efficiency in repairs. Interested vendors must submit a Source Approval Request (SAR) package to qualify for specific NSNs, with qualification costs estimated at $13,000 per NSN and a completion timeframe of approximately 60 days. The solicitation is anticipated to be released in November 2025, and interested parties should contact Cydnee Simpson at cydnee.simpson@us.af.mil for further information and to express their interest in qualification.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the justification and requirements for establishing qualification requirements for the repair and overhaul of various items, as per FAR 9.202(a) and DoD 4120.24-M. The items, categorized into 32 groups including speed gear assemblies, radar modulators, electronic synthesizers, and power supplies, are deemed critical and complex, necessitating pre-contract award qualification to ensure quality and mission effectiveness. The estimated cost for an offeror to become qualified is $13,000 per National Stock Number (NSN), with a completion time of approximately 60 days per request. Qualification involves notifying the Small Business Office, demonstrating facilities and testing capabilities, verifying technical data, confirming repair processes, and submitting a qualification test plan for approval. Offerors can apply for qualification for individual NSNs, categories of NSNs, or a combination. The document also details six waiver criteria for sources that can demonstrate prior qualification or similar capabilities. All qualification expenses are borne by the offeror, and successful qualification does not guarantee a contract award.
    This document is a data call listing various military equipment identified by NIIN and P/N, categorized by program (e.g., BAND SIM, CRC, MINI MUTES, MUTES, MWD, SCS, UMTE, GPS, JTE, MILSATCOM/SEON, MILSTAR, SBIRS, TRTG). For each item, the file specifies projected minimum, best, and maximum quantities required for Years 1 through 5. The data indicates a consistent demand for many components across all years, with specific programs like "MUTES" and "MINI MUTES" having the highest number of listed items. The structure suggests a planning document for procurement or inventory management within a government or military context, outlining anticipated needs over a five-year period.
    The Air Force Sustainment Center hosted an Industry Day on June 12, 2025, to discuss a Strategic Multiple Award Contract (MAC) Indefinite Delivery/Indefinite Quantity (IDIQ) vehicle. The goal is to group National Stock Numbers (NSNs) for increased efficiency and competition in repairs, with an anticipated award by June 2026 and a solicitation release projected for October-November 2025. The 415th Supply Chain Management Squadron will manage the repair process internally, seeking vendors for individual or grouped NSN repairs. The Air Force aims to qualify additional sources to boost competition, particularly for NSNs with limited current vendors, and will provide a five-year forecast of NSNs with estimated repair amounts. Key requirements include SAM.GOV registration, an active CAGE code, and a SPRS basic assessment, with no classified work anticipated or prior Air Force contracts required. The government is also seeking industry feedback on qualification processes, acquisition strategy, and combating obsolescence concerns over the 10-year contract. Contact information for the contracting officer, logistics specialist, and small business liaison was provided.
    The Air Force 415th Supply Chain Management Squadron (415 SCMS) is seeking repair services for over 100 National Stock Numbers (NSNs) to support various Air Force systems. This initiative aims to establish a Squadron Strategic multiple-award, Indefinite Delivery, Indefinite Quantity (MAC-IDIQ) contract, allowing multiple qualified vendors to provide repair services for up to ten years. The contract will streamline procurement by enabling the 415 SCMS to order multiple repairs for the same NSNs without creating individual contracts. Vendors must qualify for specific NSNs or categories by submitting a Source Approval Request (SAR) package, with qualification expenses borne by the offeror. Task orders will be awarded based on Fair Opportunity Proposal Requests (FOPRs) with tailored evaluation criteria, including price-only competition or trade-offs. The government is interested in Form, Fit, Function, and Interface (FFFI) replacements that enhance reliability or reduce Size, Weight, and Power (SWaP).
    The 415 SCMS Squadron has issued a Request for Information (RFI) to conduct market research for potential sources to repair a list of 131 National Stock Numbers (NSNs) for various systems. This RFI, FA8250-25-R-STRATEGIC, aims to determine if the effort can be competitive and/or a total Small Business Set-Aside under NAICS Code 811210. The government seeks to establish a strategic multiple-award contract, potentially lasting up to 10 years, to streamline repair services. Interested vendors are invited to respond by May 12, 2025, indicating their qualifications for specific NSNs or categories, business information, and insights into the benefits and challenges of a multiple-award contract, including solutions for obsolescence. Responses will inform the government's acquisition strategy.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Repair/Remanufacture Qualification Requirements for Commodity Critical Safety and Critical Application Items (RQR-848)
    Buyer not available
    The Department of Defense, specifically the Air Force Sustainment Center, is seeking qualified vendors to establish qualification requirements for the repair and remanufacture of critical safety and application items as outlined in the Repair/Remanufacture Qualification Requirements (RQR-848). Interested vendors must submit a Source Approval Request (SAR) package to demonstrate their capabilities in accordance with the established criteria, which includes adherence to FAR and DFARS standards and the submission of a complete electronic package. These items are vital for maintaining the operational readiness of major aircraft weapon systems, and the qualification process aims to ensure that only capable sources are approved to handle these critical components. For further details, potential vendors can contact the primary representative at 848 SCMG/EN via email at 423SCMS.EngrWork@us.af.mil, and are encouraged to visit the Strategic Alternate Sourcing Program Office website for additional information on projected requirements and opportunities.
    8 NSN TRIUMPH
    Buyer not available
    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.
    5 YEAR MULTI NIIN LTC, NSN 1620-015583988, NSN 6150-012958103, 6150-013198837
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for a five-year Indefinite Quantity Contract (IQC) related to three National Stock Numbers (NSNs): 6150-013198837, 6150-012958103, and 1620-015583988. The procurement includes critical aircraft parts such as a self-locking nut, a branched wiring harness, and a main landing collar, all of which require government first article testing and adherence to higher-level quality standards. This solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and will be evaluated on a line-by-line basis, considering price, past performance, and other factors. Interested parties must be registered in the System for Award Management (SAM) and can expect the solicitation to be issued around December 22, 2025; for further inquiries, contact Maria Phillips at maria.phillips@dla.mil or call (445) 737-4867.
    Manufacturing Qualification Requirements (MQR) for Commodity Critical Safety and Critical Application Items (848 SCMG MQR)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to establish manufacturing qualification requirements (MQRs) for critical safety and application items managed by the 848th Supply Chain Management Group (SCMG). Interested vendors must submit a Source Approval Request (SAR) package to become an approved source of supply for items listed in the attached Master Item List, which includes various aircraft components essential for the operational readiness of U.S. Air Force aircraft. The MQR process is crucial for ensuring that suppliers meet stringent quality and capability standards, minimizing risks associated with the manufacturing of critical items. For further inquiries, potential vendors can contact the SASPO office via email at 429SCMS.SASPO.Workflow@us.af.mil, and they should be aware that the SAR package submission may incur costs up to $5,000, with government evaluations costing up to $2,500.
    59--CIRCUIT CARD ASSEMB- AND SIMILAR REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanics, is seeking to procure circuit card assemblies and similar replacement parts for repair and modification purposes. The procurement involves a quantity of 194 units of National Stock Number (NSN) 7H-5998-014841478, with delivery terms set as FOB Origin, and is intended to be solicited and negotiated with only one source due to the government's determination that it is uneconomical to acquire the necessary data or rights for competitive procurement. Interested parties are encouraged to express their interest and capability to fulfill the requirement within 45 days of the notice, with a forthcoming solicitation expected around February 19, 2025. For further inquiries, potential vendors can contact Amber Wale at (717) 605-2541 or via email at amber.wale@navy.mil.
    59--CIRCUIT CARD ASSEMB, 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 circuit card assemblies, identified by NSN 7H-5998-013864016, with a quantity of 30 units required for delivery to DLA Distribution in New Cumberland, PA. This procurement necessitates engineering source approval to ensure the quality of the parts, as the approved sources possess unique design capabilities and technical data essential for the manufacturing and repair processes. Interested parties are encouraged to submit their interest and capability statements within 45 days of this notice, as the government intends to negotiate with only one source under FAR 6.302-1. For further inquiries, potential bidders can contact Sarah Haley at (717) 605-3550 or via email at SARAH.R.HALEY2.CIV@US.NAVY.MIL.
    N0038325PR0R803 Pre-Solicitation
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support, is preparing to issue a presolicitation for the repair of Rockwell Collins Avionics Circuit Card Assemblies, identified by National Stock Number (NSN) 7R5998013294492, with a total quantity of four units. The procurement will be negotiated solely with Rockwell Collins under the authority of 10 U.S.C. 2304(c)(1) and FAR 6.302-1, emphasizing the critical nature of these electronic components for military operations. Interested firms must submit a Source Approval Request (SAR) if they are not Rockwell Collins, although the procurement timeline will not be delayed for SAR approvals. Electronic solicitations are expected to be issued around December 17, 2025, with a closing date of January 16, 2026. For further inquiries, interested parties can contact Gina Sassane at gina.p.sassane.civ@us.navy.mil or by phone at 771-229-2677.
    C/KC130 Air Vehicle: Engine Module Repair
    Buyer not available
    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.
    FD2030-25-01565
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking suppliers for specific airframe structural components under the contract titled FD2030-25-01565. The procurement involves two National Stock Numbers (NSNs): 1560-01-522-0552FG and 1560-01-522-1614FG, with associated top drawings and revisions dated April 11, 2025, and February 21, 2023, respectively. These components are critical for the maintenance and operation of military aircraft, ensuring their reliability and performance. Interested vendors should refer to the solicitation information for further details and contact Ronald S. Ladd for inquiries once the solicitation is approved and available for quotes.
    Solicitation N0038323RC442
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of a critical safety item (CSI) used in shipboard aircraft launch and recovery systems, identified by NSN 7R-1720-011581698-VX. This solicitation requires engineering source approval due to the flight-critical nature of the item, necessitating that only approved sources may submit proposals, which must include detailed technical data and compliance with stringent quality assurance and inspection requirements. The contract is a rated order under the Defense Priorities and Allocations System (DPAS), emphasizing the importance of timely delivery and adherence to specific packaging and shipping instructions. Interested parties should note that the solicitation close date has been extended to December 10, 2025, and must direct inquiries to Timika Nicholson at (215) 697-2582 or via email at TIMIKA.D.NICHOLSON.CIV@US.NAVY.MIL.