1. NOTICE: This is not a solicitation but rather a Sources Sought to determine potential sources for information and planning purposes only.1.1 The purpose of this Sources Sought 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 which has a corresponding Size standard of $34M. 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 Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. 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.1.2 This sources sought synopsis does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the government to issue a formal solicitation or ultimately award a contract. The U.S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed.2. Program Details: The Air Force is issuing this repair sources sought announcement as part of a market research survey to determine if additional sources exist that could become qualified for repair and restoration of the various items listed below. The contractor would be required to repair and restore the items to a serviceable condition, but not like new cosmetically. Responses to this Notice shall consist of an initial white paper (not to exceed 3 pages) describing the offeror?s capabilities with regard to troubleshooting, testing, and repairing the items listed in this announcement. The specific parts involved are as follows: NSNs 5895-01-143-5443 WF, 5998-01-187-3272 WF, 5895-01-181-1224 WF, 6130-21-914-2914 WF, 6130-01-207-2734 WF, 1270-01-238-3662 WF, 5841-01-233-0011 WF, 6625-01-124-0226WF, 1270-01-514-2683 WF, 5895-01-308-0933WF, 5895-01-357-0739 WF, 5895-01-347-8037 WF, 5895-01-331-0720 WF, 6685-00-149-1026 WF, 6685-00-259-3013 WF, 5998-01-399-5953 WF, 5998-01-399-8603 WF, 5998-01-399-8605 WF, 1270-99-701-9749 WF, 5998-99-729-7427 WF, 5998-99-729-7429 WF, 5998-99-733-1834 WF, 5998-99-735-6317 WF, 5998-99-735-6324 WF, 5998-99-736-0405 WF, 5999-99-776-6882 WF, 5975-99-776-6883 WF, 5999-99-783-4031 WF, 5998-99-797-1960 WF, 1270-99-799-2214 WF, 5998-01-675-7182 WF, 5998-01-690-2671 WF, 5998-01-170-9661 WF, 5962-01-170-9665 WF, 5998-01-173-0662 WF, 5998-01-173-0666 WF, 5998-01-303-4370 WF, 5998-01-311-9080 WF, 5998-01-522-3876 WF, 5998-01-573-4161 WF, 5998-99-083-6593 WF, 1290-99-131-7632 WF, 5998-99-547-6585 WF, 5998-01-706-5106WF, 6340-01-507-1824WF, 6340-01-507-1788WF, 6340-01-317-7207WF, 6340-01-153-8696WF, 5841-01-353-9263 WF, 5841-01-291-6174 WF, 5841-01-203-4624 WF, 5841-01-438-9423 WF, 1280-01-439-0638 WF, 1280-01-126-0079 WF, 1270-01-223-5840 WF, 1270-01-193-7344 WF, 5998-01-288-5420 WF, 5998-01-464-4241 WF, 5998-01-247-8169 WF, 5998-01-274-4648 WF, 5998-01-303-5871 WF, 5998-01-303-5872 WF, 5998-01-203-1936 WF, 5998-01-265-1040 WF, 5998-01-306-9224 WF, 5998-01-242-8034 WF, 5998-01-431-4658 WF, 5998-01-232-5232 WF, 5998-01-195-8634 WF, 5998-01-196-3759 WF, 5998-01-439-0667 WF, 5998-01-465-7637 WF, 5998-01-278-5983 WF, 5998-01-232-5233 WF, 5998-01-278-6462 WF, 5998-01-298-9139 WF, 5998-01-187-3279 WF, 5998-01-132-5763 WF, 5998-01-132-6875 WF, 5998-01-202-9187 WF, 5998-01-132-6878 WF, 5998-01-194-8126 WF, 5998-01-382-0663 WF, 5998-01-242-8035 WF, 5998-01-195-4022 WF, 5998-01-195-7400 WF, 5998-01-337-4608 WF, 5998-01-201-6843 WF, 5998-01-288-6937 WF, 5998-01-202-9188 WF, 5998-01-318-0309 WF, 5998-01-207-7159 WF, 5998-01-194-8141 WF, 5998-01-212-4130 WF, 6130-01-243-3059 WF, 6130-01-257-2835 WF, 5998-01-275-5773 WF, 5998-01-384-2703 WF, 5998-01-396-2193 WF, 5998-01-329-2520 WF, 5998-01-384-2692 WF, 5998-01-388-3760 WF, 5998-01-241-9554 WF, 5998-01-132-6877 WF, 5998-01-194-4373 WF, 5998-01-195-4132 WF, 5998-01-196-4302 WF, 5998-01-206-9857 WF, 5998-01-212-4129 WF, 5998-01-194-3852 WF, 5998-01-286-5246 WF, 5960-01-341-5198, 5960-01-153-8780, 1270-01-194-5732, 1270-01-208-8409, 6625-01-126-0097, 1270-01-396-3088, 1280-01-121-6879WF, 1290-01-224-8924WF, 1290-01-340-6317WF. Interested organizations who feel they possess the necessary capabilities should respond by providing the Government the following information: a point of contact, address, telephone, and fax numbers, email address, DUNS number, CAGE code, and/or tax ID number, as well as size category, (large, small, small disadvantaged, etc.), a brief summary of the company?s capabilities, description of facilities, personnel, related manufacturing experience, and existing safety approvals (refer to the white paper listed above). Provide any supporting information such as commercial literature, catalogues, manuals, etc. If a respondent chooses to utilize the services of sub-tier vendors or subcontractors, those vendors or subcontractors must meet the criteria specified herein as well. Responses to this Notice are due on or before 04-16-2027.All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. NOTE: Source Approval Request (SAR) packages are not the same as a Sources Sought Response. For instructions on how to become a qualified approved source contact the listed Source Development Specialist. Offerors must possess access to all appropriate data. Data verification information can be found in RQRs for the items listed above. Technical Data Package and Drawing requests are to be made to The Public Sales Office at:? Tech Order Manuals: AFLCMC.LZP.PUBSALES@us.af.mil? Engineering Data/Drawings: AFLCMC.LZP.TINKERPUBLICSALES@us.af.milFor instructions on how to become a qualified approved source, see the RQR attached to this posting. To submit a SAR package please request a DoD SAFE site drop off from:? Tracey Beringer, Source Development Specialist, tracey.beringer@us.af.mil? Veronika Pett, veronika.pett@us.af.mil ? Darin Rector, darin.rector@us.af.mil The announcement on Sam.gov is just for responses to the sources sought notice and is not a deadline for SAR submission. You may submit a SAR at any time. Provide a list of your Special Test Equipment (STE) or plans to get it. Please send all correspondence to the following:? Veronika Pett, veronika.pett@us.af.mil ? Darin Rector, darin.rector@us.af.mil