Opportunity
SAM #F2MTN76100AW06
Sole Source Repair of Collins Aerospace AN/ARC 210 Receiver-Transmitter Radios for USAF
Buyer
AFLCMC C3I&N
Posted
April 28, 2026
Respond By
May 15, 2026
Identifier
F2MTN76100AW06
NAICS
811210, 811213, 811219
This procurement seeks repair services for specialized Air Force communications equipment: - Government Buyer: - Air Force Life Cycle Management Center, Cryptologic and Cyber Systems Division Contracting Branch (AFLCMC/HNCK) - Located at Joint Base San Antonio Lackland - OEM Highlight: - Collins Aerospace, Inc. (CAGE Code: 13499) is the Original Equipment Manufacturer (OEM) for the required equipment - Products/Services Requested: - Repair of AN/ARC 210 Receiver-Transmitter Cryptographic COMSEC equipment - National Stock Number (NSN): 5821-01-476-3650CA - Part Number: 822-0878-002 - No technical data or drawings are available from the government - Unique/Notable Requirements: - Sole source procurement intended for Collins Aerospace - Interested vendors must submit a written qualification package for NSA approval prior to contract award - Only NSA-approved sources will be considered for repair services - Not set aside for small business; classified under NAICS 811210 - Place of Performance: - San Antonio, Texas (Joint Base San Antonio Lackland)
Description
This is a NOTICE OF PROPOSED CONTRACT ACTION (NOPCA) / SOURCES SOUGHT SYNOPSIS.
This is NOT a solicitation. The Air Force Life Cycle Management Center, Cryptologic and Cyber Systems Division Contracting Branch, (AFLCMC/HNCK), Joint Base San Antonio Lackland intends to award, on a sole source basis, a Fixed Price Contract for the repair of AN/ARC 210 Receiver-Transmitter Cryptographic COMSEC equipment: NSN: 5821-01-476-3650CA, P/N: 822-0878-002 To the Original Equipment Manufacturer (OEM), Collins Aerospace, Inc. 400 Collins Rd NE Cedar Rapids IA 52498-0505. CAGE Code: 13499. The proposed contract action is for the repair of these radios for which the Government intends to solicit and negotiate with only one source: In Accordance With (IAW) 10 U.S.C. 2304(c)(1), as implemented by FAR 6.103-1, only one responsible source. The Government intends to make an award by the end of May 2026. No detailed technical data and drawings are available from the government. If a firm believes it is capable of meeting the Government’s requirement, it may identify its interest and capability to the Contract Officer, Rachel Sexton, rachel.sexton@us.af.mil and Contract Specialist, Victor Quiroz, victor.quiroz@us.af.mil within five (5) business days of this publication (by 3:00 PM CT). Any interested source is invited to submit a written qualification package for review and approval from the National Security Agency (NSA) to perform repair on these items. Such approval must be received prior to contract award. The written qualification package must include the following information: 1) Contractor name and phone number 2) A brief statement detailing capabilities to perform the repair 3) A list of names and phone numbers of references to whom you have repaired this item for 4) Type of business, and whether they are large, small, any socio-economic classification, and whether they are U.S. or foreign owned
All data received in response to this announcement marked or designated as corporate or proprietary information will be fully protected from release outside the Government. The Government will not pay for any materials provided in response to this synopsis and submittals will not be returned to the sender.