B-1B Power Take-Off (PTO) Shaft 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 conducting a Sources Sought to identify potential qualified sources for the remanufacture of B-1B Power Take-Off (PTO) Shafts. This effort aims to determine if the requirement can be competitive or a total Small Business Set-Aside, despite currently being planned as a sole-source acquisition to Collins Aerospace (OEM). Responses are due April 4, 2026.
Purpose and Scope
This is a market research effort to identify responsible sources for a Firm Fixed-Price 5-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The primary goal is to assess industry capability to remanufacture B-1B PTO Shafts (NSN: 2835-01-537-3778), which is defined as a remanufacturing requirement under FAR. The government is particularly interested in small businesses, including 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned small business concerns, to potentially challenge the current sole-source strategy.
Contract Details & Requirements
- Type: Sources Sought (for a future Firm Fixed-Price 5-year IDIQ)
- Product/Service Code: 2835 (Gas Turbines And Jet Engines, Non Aircraft; And Components)
- NAICS: 336413 (Aircraft Engine and Engine Parts Manufacturing) with a 1,250-employee size standard.
- Set-Aside: Currently Sole Source, No Set-aside (but seeking information for potential competitive/Small Business Set-Aside).
- Quantity: Up to 240 units total (48 max per year over 5 ordering periods).
- Delivery: Maximum 4 units per month to Hill AFB, UT.
- Current OEM: Collins Aerospace (Goodrich), identified as the only source with necessary design and production data. The government does not currently have the capability or an approved Repair Qualification Requirements (RQR) document to qualify other sources.
- Foreign Participation: No restrictions on foreign participation.
Response Requirements
Interested parties, especially small businesses, are requested to submit a capability statement. Responses should include:
- Identification of small business status relative to NAICS 336413.
- Anticipated teaming arrangements, delineating prime and partner work.
- Description of similar remanufacturing services provided to government and commercial customers within the last three years.
Key Dates & Contacts
- Response Due: April 4, 2026
- Published: March 19, 2026
- Contracting Specialist: Angel McKenzie (angel.mckenzie.2@us.af.mil)
- Contracting Officer: Ben Davies (ben.davies@us.af.mil, 801-777-6502)