ADJUSTABLE COLUMN & HEADSTOCK FIXTURES

SOL #: FA857126Q5400Combined Synopsis/SolicitationSole Source

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8571 MAINT CONTRACTING AFSC PZIM
ROBINS AFB, GA, 31098-1672, United States

Place of Performance

Warner Robins, GA

NAICS

Cutting Tool and Machine Tool Accessory Manufacturing (333515)

PSC

Aircraft Maintenance And Repair Shop Specialized Equipment (4920)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 5, 2026
2
Submission Deadline
Feb 11, 2026, 2:30 PM

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 is issuing a Request for Quote (RFQ) for Adjustable Column & Headstock Fixtures to support C130J R391 blade overhaul at Warner Robins Air Logistics Complex (WR-ALC) in Warner Robins, GA. This acquisition is being solicited as sole source to GE AVIATION SYSTEMS LLC (CAGE: 93366), specifically Dowty Propellers. A Firm Fixed Priced (FFP) award is anticipated. Quotes are due by February 11, 2026, at 9:30 am EST.

Scope of Work

The requirement is for 18 adjustable column and headstock fixtures, including specific quantities of associated parts: 18 Adjustable Columns (Part # DAPT19-0149-00), 9 Blade Location POTs (Part # DAPT19-0176-00), 9 Location POTs (Part # DRT91541), 36 Clamp Rings (Part # DRT91540), and 18 Headstock Fixtures (Part # DAPT19-0146-00). Delivery is required no later than 268 days after contract award, FOB Destination, to Robins AFB, GA. A standard 12-month warranty is required. Compliance with Government Security Regulations, Communications Security (COMSEC), Operations Security (OPSEC), and Supply Chain Risk Management procedures (preventing counterfeit parts, adhering to DoD/NIST standards) is mandated. Additionally, 100% affirmative procurement of EPA/USDA-designated products and Unique Item Identification (UID) marking for items meeting DFARS Clause 252.211-7003 criteria are required.

Contract & Timeline

  • Contract Type: Firm Fixed Priced (FFP)
  • Period of Performance: 268 Days After Receipt of Order (ARO), with an anticipated base period from February 17, 2026, to November 3, 2026.
  • Place of Performance/Delivery: 402 CMXG, 750 Third Street, Bldg 350, Robins AFB, GA 31098 (FOB: Destination).
  • Anticipated Award Date: February 17, 2026.
  • Quotes Due: February 11, 2026, 9:30 am EST.
  • Published Date: February 5, 2026.

Eligibility & Submission

  • Set-Aside: This is a sole source acquisition to GE AVIATION SYSTEMS LLC (CAGE: 93366), identified as Dowty Propellers, the Original Equipment Manufacturer (OEM).
  • NAICS Code: 333515, Cutting Tool & Machine Tool Accessory Manufacturing, with a 500-employee size standard.
  • Submission Instructions: Quotes must be emailed to joshua.belzince@us.af.mil or joshua.sharpe.6@us.af.mil. Facsimile quotes will not be accepted. All quotes must remain valid for 30 days after the response due date.
  • Required Documentation: Offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and provide documentation demonstrating adequate financial resources.

Evaluation

The Government intends to award to the responsible offeror whose offer, conforming to the solicitation, presents the lowest price.

Important Notes

The solicitation incorporates provisions and clauses from Federal Acquisition Circular 2025-06 and DFARS DPN change notice 20251110. An attached deviation document specifically addresses DFARS clauses 252.204-7012 (Cyber Incident Reporting) and 252.204-7020 (NIST SP 800-171 DoD Assessment Requirements) for UK companies within the scope of UK MOD ISN Number 2021/03. Bidders should review this deviation if applicable.

People

Points of Contact

Joshua BelzincePRIMARY
Joshua SharpeSECONDARY

Files

Files

Download
Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Feb 5, 2026
ADJUSTABLE COLUMN & HEADSTOCK FIXTURES | GovScope