Repair Services for the MUTES Program
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force (FA8250 AFSC PZAAA) has issued a Solicitation for Repair Services for the MUTES Program. This is a Firm Fixed Price (FFP) requirement, restricted to prequalified sources, for the repair of one Control Motor (NSN: 6105-01-3256-6234 FD) and three Drive Azimuth Motors (NSN: 6105-01-329-4767 FD). Non-approved vendors must submit a Source Approval Request (SAR) package to be considered. A Cybersecurity Maturity Model Certification (CMMC) Level 2 (Self) or higher is mandatory. Quotes are due by June 15, 2026.
Scope of Work
The contractor will inspect, test, teardown, evaluate (TT&E), and repair the specified motors to a serviceable, like-new condition. This includes replacing failed parts, cleaning, configuring, refinishing, and testing to meet original specifications. Repaired items must meet new item performance requirements and conform to the latest specifications, with a one-year warranty on workmanship and parts. Special requirements include Electrostatic Discharge (ESD) control, secure handling of Government Furnished Property (GFP), a Counterfeit Prevention Plan (CPP), and compliance with foreign disclosure restrictions as the item is export controlled. Reporting via the Commercial Asset Visibility Air Force (CAVAF) system is required for daily asset status, maintenance actions, and shipping, utilizing DD Form 1348-1A.
Contract Details
- Type: Firm Fixed Price (FFP)
- Set-Aside: Not a small business set-aside
- NAICS: 811210 with a $34.00M size standard
- Place of Performance: NIBLEY, UT, United States
- Eligibility: Restricted to prequalified sources, specifically Potomac Electric Corp, Peerless-Winsmith Inc, and Servo Repair International. New sources must undergo a qualification process.
Submission & Evaluation
Quotes must be submitted by June 15, 2026. Evaluation criteria, in descending order of importance, are Price/Cost, Mission Capability, and Past Performance. Quality assurance and acceptance will occur at the contractor's facility (source) per FAR 52.246-2, as destination inspection is not feasible due to specialized test equipment requirements. Packaging and marking must comply with MIL-STD-2073-1, ASTM D3951, MIL-STD-129, ISPM 15 for wood packaging, and Unique Item Identification (IUID) marking per MIL-STD-130 and DFARS 252.211-7003. Transportation terms are F.O.B. Origin/Destination, requiring contractors to use the Procurements Integrated Enterprise Environment (PIEE) for shipping documentation.
Contact Information
For inquiries, contact Jayson Skow at jayson.skow@us.af.mil.