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 (AFNWC/PZNT) intends to award a sole source contract to The Boeing Company (BGRC) for the Air Launched Cruise Missile (ALCM) Elevon Actuator Controller (EAC) Phase III Remanufacture. This effort involves remanufacturing 550 EAC units and producing associated test sets. The anticipated contract is a 7-year Indefinite Delivery Indefinite Quantity (IDIQ), with a response date of May 18, 2026. This opportunity is not set aside for small businesses.
Scope of Work
The contractor will remanufacture 550 ALCM EAC units (legacy P/N 2117580-2-1, new P/N A21-04A0001-0001) to a "like new" condition, maintaining original form, fit, and function. This includes disassembly, cleaning, inspection, maintenance, reassembly, testing, and finishing. The scope also requires the production of four EAC Production Test Sets and associated Test Program Sets. All work must adhere to the Statement of Work (SOW) dated September 25, 2025, and maintain current item configuration for nuclear surety. The contractor will also be responsible for updating the technical data package (TDP) for any proposed changes. Government-Furnished Property (GFP) includes 99 Elevon Actuator Controllers (NSN: 142001098593, P/N: 2117580-2-1). Packaging must comply with MIL-STD-2073-1, MIL-STD-129, and ISPM NO. 15, with F.O.B. Destination terms.
Contract Details
This will be an Indefinite Delivery Indefinite Quantity (IDIQ) definitive contract with one 1-year ordering period and three 2-year ordering periods, for a contemplated period of performance from July 2026 to July 2033. Contract types may include Firm Fixed Price (FFP), Cost Plus Fixed Fee (CPFF), Cost Reimbursement (CR), and Cost Plus Incentive Fee (CPIF). The place of performance is Heath, OH 43056.
Key Considerations
This is a sole source acquisition directed towards The Boeing Company, Boeing Guidance and Repair Center (BGRC). The government has determined this effort will not be a small business set-aside, but the contractor will be required to meet all small business participation and subcontracting plan requirements. Funds are not presently available for this effort, and no award will be made until funds are secured. The government reserves the right to cancel the solicitation. Certified Cost or Pricing Data is required.
Submission & Contact
The response date for this solicitation is May 18, 2026. For inquiries, contact Natalie Stokely at natalie.stokely@us.af.mil or (918) 429-3748, or Devin McLelland at devin.mclelland@us.af.mil or (405) 739-8851.