Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 06, 2025 SAM #8776
SOURCES SOUGHT

59 -- Sources Sought Synopsis: Repair of the GPS Power System

Notice Date
12/4/2025 10:52:19 AM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
FA8250 AFSC PZAAA HILL AFB UT 84056-5825 USA
 
ZIP Code
84056-5825
 
Solicitation Number
FA8250-26-SSS-0722
 
Response Due
1/6/2026 11:00:00 AM
 
Archive Date
01/21/2026
 
Point of Contact
Valerie Humphries, Phone: 8017756455
 
E-Mail Address
valerie.humphries@us.af.mil
(valerie.humphries@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Sources Sought Synopsis (SSS) 1. NOTICE: This is not a solicitation, but rather a Sources Sought Synopsis to determine potential sources. This request is for information and planning purposes only. The purpose of this Sources Sought request is to conduct market research to determine if responsible sources exist; to assist in determining if this effort can be competitive, and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 811210 (Other Electronic and Precision Equipment Repair and Maintenance), which has a corresponding Size standard of $34 million. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a) Small Business Development Programs, Service-Disabled Veteran- Owned, Historically Under-utilized Business Zone(s) (HUBZone), and Women-Owned small business concerns. The Government requests that interested parties respond to this notice and identify your small business status relative to the identified NAICS code above. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime, and the work accomplished by the teaming partners. 2. ACQUISITION DESCRIPTION: The Repair Method Code (RMC) and Repair Method Suffix Code (RMSC): RMC R5 - Repair directly from a sole source contractor which is not the actual manufacturer. RMSC R. The Government does not own the data or the rights to the data needed to contract repair of this part from additional sources. It has been determined to be uneconomical to buy the data or rights to the data. It is uneconomical to reverse engineer the part. This code is used when the Government did not initially purchase the data and/or rights. If only one source has the rights or data to repair this item, RMCs 3, 4, or 5 are valid. If two or more sources have the rights or data to repair this item, RMCs 1 or 2 are valid. 3. REQUIREMENTS DESCRIPTION: The Government anticipates utilizing a 5-year Indefinite-Delivery Indefinite-Quantity (IDIQ) requirements contract (firm-fixed price contract) (FFP) for the repairs of the following: Part/Item: Electronic Amplifier System: AN/FRC-178 NSN: 5996-01-530-0722 P/N: HPAPA172182 Quantity: 0 � 4 a year Commercial: NO Critical Safety: NO Anticipated Award Time: Within 30 days after solicitation closing, but NLT 30 September 2026. Part/Item: Radio Amplifier System: AN/FRC-178 NSN: 5996-01-530-2918 P/N: HPAPA17282 Quantity: 0 � 4 a year Commercial: NO Critical Safety: NO Anticipated Award Time: Within 30 days after solicitation closing, but NLT 30 September 2026. Part/Item: Radio Power Divider System: AN/FRC-178 NSN: 5996-01-530-1055 P/N: HPACOMB172182 Quantity: 0 � 2 a year Commercial: NO Critical Safety: NO Anticipated Award Time: Within 30 days after solicitation closing, but NLT 30 September 2026. Part/Item: Power Supply System: AN/FRC-178 NSN: 6130-01-529-8390 P/N: HPAPA172182 Quantity: 0 � 2 a year Commercial: NO Critical Safety: NO Anticipated Award Time: Within 30 days after solicitation closing, but NLT 30 September 2026. X Technologies, Inc., 100 Sandau Road STE 300 San Antonio, Texas (CAGE Code: 1JDN2) owns the technical data. The Government can obtain this data in the future if there is a source that would like to stand up the capabilities. Contractors who believe they can become qualified to repair the assets will have to contact X Technologies, Inc., and should also contact the Government official listed in this Sources Sought Synopsis. 4. REQUESTED REPONSE: The respondent must be able to demonstrate the ability to obtain or create the resources necessary to repair the GPS assets from X Technologies, Inc. data. Interested companies should respond to this announcement as soon as possible. Companies should provide a summary of their capabilities and their expected ability to meet the requirements. a. Business Information: i. Provide the following business information for your company: 1. Company Name: 2. Address: 3. Point of Contact: 4. CAGE Code: 5. Phone Number: 6. E-mail Address: 7. Web Page Address: 8. Central Contractor Registration (CCR) (Yes/No) 9. Specify whether your company is a U.S. or foreign-owned firm 10. Recommended North American Industry Classification System (NAICS Code) if other than 811210. Based on the above NAICS code, state whether your company is a small business and provide additional information regarding the type of small business (women-owned, small- disadvantaged, HUB Zone, etc.). POTENTIAL OFFEROR CAPABILITIES: a. What is your experience in providing capability to accomplish the requirements listed above? Include contract numbers, a brief description of the work performed, and period of performance, agency/organization support, and individual points of contact (Contracting Officers or Program Managers). b. What is a realistic production and timeline for a First Article and production articles? What is a realistic monthly production rate? c. How much time would your company require to submit a proposal (solicitation length)? d. What are the top risks you see in accomplishing this effort? e. Are there any other relevant topics, concerns, and information that will help the Government in forming an acquisition strategy? f. Based on the magnitude of this requirement; can your company perform at least 51% of the work with your own employees? g. Does your company believe there is value in holding an industry day for this acquisition after a draft request for proposal has been released, if the evaluation method for this acquisition is Price Only (Only qualified source proposals will be considered and the lowest price proposal meeting solicitation requirements will be selected)? f. Does your company have experience in working with and overseeing DoD contracts? The Government is looking for contractors interested in satisfying this requirement at the prime contractor level. Any contractors responding to this Sources Sought Synopsis who are interested in subcontracting opportunities should note as such in their response. In addition, identify a representative to support further Government inquiries and requests for clarifications of the information provided. Respondents should indicate which portions of their response are proprietary and should mark them accordingly. 5. RESPONSE PROCEDURES: Companies responding to this posting are advised their response does not guarantee awards in future solicitations or contracts. The Government will NOT reimburse any company or individual for any expense associated with preparation or response to this posting. Direct and succinct responses are preferred. Marketing material not pertaining to the exact information requested will be considered an insufficient response. Responses are due Monday, 5 January 2026 at 12:00 PM MST. Please submit responses via email to the POCs listed below. 6. POINTS OF CONTACT: Valerie Humphries, Contracting Officer Valerie.humphries@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/1602759137054b2e85b2188f53b73a17/view)
 
Record
SN07658209-F 20251206/251204230040 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.