Air Launched Cruise Missile (ALCM) Elevon Actuator Controller Phase III Remanufacture
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 is issuing a Solicitation (FA8128-26-R-B001) for the Phase III Remanufacture of Air Launched Cruise Missile (ALCM) Elevon Actuator Controllers (EACs). This effort aims to restore 550 EAC units to a "like new" condition and produce associated test sets. The government intends to award a sole source contract to The Boeing Company (BGRC), identified as the only qualified source. Responses are due May 18, 2026.
Scope of Work
The contractor will remanufacture 550 EAC units (legacy P/N 2117580-2-1, new P/N A21-04A0001-0001). This includes:
- Disassembly, cleaning, inspection, maintenance, reassembly, testing, and finishing to maintain original form, fit, and function.
- 100% replacement of all identified Shop Replaceable Units (SRUs) and components.
- Maintaining current item configuration to ensure nuclear surety.
- Updating the technical data package (TDP) for any proposed changes.
- Production of EAC Production Test Sets and associated Test Program Sets.
- Adherence to specific packaging (MIL-STD-2073-1, MIL-STD-129, ISPM NO. 15) and transportation (F.O.B. Destination) requirements.
- Utilization of Government-Furnished Property (GFP), specifically 99 ELEVON ACTUATOR CONTROLLER units (P/N 2117580-2-1).
Contract & Timeline
- Type: Indefinite Delivery Indefinite Quantity (IDIQ), definitive contract.
- Period of Performance: Contemplated July 2026 to July 2033 (7 years).
- Ordering Periods: One 1-year ordering period and three 2-year ordering periods.
- Pricing: Negotiated Delivery Orders will utilize a mix of Firm Fixed Price (FFP), Cost Plus Fixed Fee (CPFF), Cost Reimbursement (CR), and Cost Plus Incentive Fee (CPIF) contract types.
- Anticipated Award: August 2026.
- Place of Performance: Heath, OH 43056, United States.
Set-Aside & Eligibility
This is not a small business set-aside. The contractor will be required to meet all small business participation requirements and fulfill the subcontracting plan included in the contract. The government intends to negotiate with The Boeing Company (BGRC) as the sole qualified source.
Submission & Evaluation
Certified Cost or Pricing Data is REQUIRED. A Pre-Award Survey is waived, and an Initial Production Evaluation (IPE) may be waived if qualification and prototyping within EAC Phase II is complete. Qualification requirements do not apply.
Important Notes
- Funds are not presently available for this effort; no award will be made until funds are available. The Government reserves the right to cancel the solicitation.
- No foreign participation is anticipated.
- Response Date: May 18, 2026.
- Primary Contact: Natalie Stokely (natalie.stokely@us.af.mil).