Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 17, 2025 SAM #8726
SOURCES SOUGHT

99 -- Contract Repair Services for AN/ALQ-161A Electronic Countermeasure System Components

Notice Date
10/15/2025 6:26:38 AM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
FA8522 AFSC PZABB ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
FA8522-26-RFI-00001
 
Response Due
11/17/2025 2:00:00 PM
 
Archive Date
12/02/2025
 
Point of Contact
Lynsey Eades, Phone: 478-222-6419, Jennifer Ogden, Phone: 478-222-7391
 
E-Mail Address
lynsey.eades@us.af.mil, jennifer.ogden@us.af.mil
(lynsey.eades@us.af.mil, jennifer.ogden@us.af.mil)
 
Description
Request for Information (RFI) Contract Repair Services for AN/ALQ-161A Electronic Countermeasure System Components PURPOSE/DESCRIPTION The Government is conducting market research to identify potential sources that possess the technical data, specialized expertise, and operational capabilities, including support equipment and facilities, to meet the requirements for contract repair services of thirty (30) National Stock Numbers (NSNs) associated with the AN/ALQ-161A Electronic Countermeasure System. Interested sources should identify their capability to meet these repair requirements and demonstrate experience in repairing, testing, and maintaining electronic warfare system components or similar complex electronic assemblies. Prospective sources must ensure their facility and personnel are qualified to generate and handle classified material, as this contract will require access to secure/classified information. REQUIREMENT OVERVIEW: This is a contract repair services requirement for the following thirty (30) NSNs: 5996-01-173-0599 (Amplifier, RF) 5895-01-174-5740 (Control, Electrical) 5996-01-172-9392 (Amplifier, RF) 5996-01-196-0016 (Amplifier, RF) 5996-01-179-1743 (Amplifier, RF) 5996-01-217-7512 (Amplifier, Subassembly) 5996-01-277-3912 (Amplifier, RF) 5895-01-338-0629 (Control, Electrical) 5996-01-174-4849 (Amplifier, RF) 5996-01-173-0600 (Amplifier, RF) 5996-01-175-4056 (Amplifier, RF) 5996-01-396-6990 (Amplifier, RF) 5895-01-175-9723 (Amp/Det Assym, Band 4/5 RF) 5996-01-268-4645 (BD 8 Sector Sum Assym) 5865-01-332-8578 (IF Controller-B) 5895-01-174-5741 (IF Controller-D) 5996-01-178-0513 (Amplifier, RF) 5996-01-175-4057 (Amplifier, RF) 5996-01-268-4644 (Amplifier, RF) 5996-01-268-5700 (Amplifier, RF) 5996-01-252-4105 (Amplifier, RF) 5865-01-335-8345 (Control, Countermeasure) 5996-01-396-6993 (Amplifier, RF) 5895-01-175-4231 (Amplifier-Detector) 5865-01-332-8579 (Control, Countermeasure) 5996-01-269-4143 (Amplifier, RF) 5865-01-335-8346 (Control, Countermeasure) 5895-01-176-2221 (Control, Electrical) 5895-01-183-2051 (Control, Electrical) 5865-01-266-7006 (Control, Countermeasure) These listed components are critical elements within the AN/ALQ-161A Electronic Warfare System designed to detect, analyze, and respond to enemy threats. Operating within specific frequency ranges, these components are responsible for signal processing, amplification, and system control functions that contribute to the system's sensitivity, range, and effectiveness in identifying and processing electronic signals during flight operations. The Government is in possession of specification drawings containing information such as input/output parameters and acceptance/qualification criteria for these components. However, the Government does not possess full data packages for the thirty (30) NSNs. Therefore, it is critical that prospective contractors either possess complete Technical Data Packages (TDPs) for these NSNs or demonstrate proven experience in reverse engineering capabilities to develop the necessary TDPs required for effective repair operations. Without adequate technical data or reverse engineering expertise, it is assumed that contractors will be unable to perform the required repair services to the specifications and quality standards demanded for the AN/ALQ-161A system. Contractors shall furnish all material, support equipment, tools, test equipment, and services necessary to perform contract repair services for the above-listed components. The contractor is responsible for providing, maintaining, and calibrating all support equipment required at their facility or a subcontractor's facility. Contractors will need to obtain or already have a Secret level of security clearance. INSTRUCTIONS: If you desire to participate in market research, you should provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) While responding to all capability survey questions is not mandatory, the Government can best evaluate your qualifications when comprehensive responses are provided. Complete answers to each question help ensure that your relevant capabilities and experience are fully considered during the assessment process. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. Questions related to this market survey should be addressed to the PCO. CONTRACTOR CAPABILITY SURVEY Part I. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: Company/Institute Name: Address: Point of Contact: CAGE Code: Phone Number: E-mail Address: Web Page URL: State whether your company is: Small Business (Yes / No) Woman Owned Small Business (Yes / No) Small Disadvantaged Business (Yes / No) 8(a) Certified (Yes / No) HUBZone Certified (Yes / No) Veteran Owned Small Business (Yes / No) Service-Disabled Veteran Small Business (Yes / No) System for Award Management (SAM) (Yes / No) Provide a statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). Part II. Capability Survey Questions A. Direct Experience and Technical Data: Does your company possess direct experience repairing any of the thirty (30) NSNs listed in this requirement? If yes, specify which NSNs and describe the scope of that experience. Do you possess partial/complete Technical Data Packages (TDPs) for any of these NSNs? If yes, specify which NSNs. B. Relevant Experience and Capability: Describe your reverse engineering capabilities and experience developing TDPs for electronic warfare components when complete technical data is unavailable. Describe your company's experience repairing RF amplifiers, electronic controls, and countermeasure systems of similar complexity. Include contract examples with performance periods and points of contact. Describe your facility's repair capabilities, technical staff expertise, and test equipment for electronic warfare components. What is your current maximum monthly repair capacity for components similar to those listed in this requirement? C. Repair Process and Success Factors: How will you address repair requirements when working with limited technical data (specification drawings with input/output parameters and acceptance criteria only)? Describe your process for component-level troubleshooting, fault isolation, and repair verification testing. What is your typical repair turnaround time for components of this complexity? D. General Requirements: Describe your capabilities for generating, handling, and storing classified material and data. What quality assurance processes do you employ for repair services? Include quality program certifications. If components cannot be repaired in-house, describe your subcontracting approach and partnerships. E. Export Controlled Data Requirements The proposed acquisition will be awarded to a responsible source. Detail data/drawings/schematics or any other releasable technical data will be available within the solicitation. To obtain copies of bidset documents, an interested vendor must be currently registered in the Enhanced Joint Certification Program (EJCP). Interested vendors will request copies of the bidset via Sam.Gov. Upon cage and certification verification by the PCO, bidset files will be released. If a vendor does not have current EJCP certification they must register for access to export-controlled data. No bidset files shall be released to any vendor who does not possess current EJCP certification. Email your response to: PCO: Lynsey Eades lynsey.eades@us.af.mil Program Manager: Andrew Peacock andrew.peacock.2@us.af.mil Engineer: Leighton Thompson leighton.thompson.2@us.af.mil Questions related to this market research should be addressed to the PCO. Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this survey.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/24ad377aa1244f85b77c3722e38b5454/view)
 
Place of Performance
Address: Warner Robins, GA 31098, USA
Zip Code: 31098
Country: USA
 
Record
SN07620138-F 20251017/251015230043 (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.