B-1B Power Take-Off (PTO) Shaft Repair IDIQ
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 seeking proposals for a B-1B Power Take-Off (PTO) Shaft Repair Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This Small Business Set-Aside opportunity, an amendment to a previous solicitation, aims to restore B-1B PTO Shafts to serviceable condition, ensuring Air Force readiness. The contract has an estimated maximum value of $2.9 million over five years. Proposals are due May 22, 2026, at 4:00 PM.
Scope of Work
The contractor will perform comprehensive repair and overhaul services for B-1B Secondary Power System (SPS) PTO Shafts. Key tasks include:
- Inspection, disassembly, cleaning, paint removal, thorough inspection, overhaul, and acceptance testing.
- Adherence to manufacturer specifications, technical orders (e.g., T.O. 2JA5-18-2), and directives.
- Production lot testing in accordance with ANSI/ASQ Z1.4 (General Inspection Level II, AQL 1.0) and inspection of shaft dimensions per drawing 3609195-1.
- Unique Item Identification (UID) marking using Tesa Tape labels as specified.
- Compliance with detailed special packaging instructions (MIL-STD-129, MIL-STD-2073-1, ISPM No. 15 for wood packaging).
- Management and reporting of Government Furnished Property (GFP), including an initial quantity of 48 PTO Shafts.
- Implementation of a robust quality system, including a Quality Assurance Surveillance Plan (QASP) with 100% inspection of deliverables.
- Development and maintenance of a Supply Chain Risk Management (SCRM) plan.
- The PTO Shaft is designated as a Critical Safety Item (CSI), requiring stringent management.
Contract Details
- Contract Type: Indefinite Delivery/Indefinite Quantity (IDIQ), Firm Fixed Price.
- Period of Performance: 5 years, with ordering periods from May 2026 through May 2031.
- Estimated Maximum Value: $2.9 million.
- Minimum Government Obligation: 48 units.
- Estimated Yearly Maximum: 48 units.
- Set-Aside: Small Business.
- NAICS Code: 336413, Size Standard: 1,250 employees.
- Place of Performance: Hill Air Force Base, UT.
Submission & Evaluation
- Proposal Due Date: May 22, 2026, 4:00 PM (Mountain Time).
- Submission Method: Electronically.
- Solicitation Number: FA8252-26-R-0613.
- Evaluation Criteria: Award will be based on price and other factors.
Reporting Requirements
Contractors will be responsible for extensive reporting, including Commercial Asset Visibility Air Force (CAV AF) End Item Reports, Contract Depot Maintenance (CDM) Production Reports, Annual Government Property Physical Inventory Reports, and various technical reports as specified in the Contract Data Requirements Lists (CDRLs).
Contacts
- Primary: Ben J Davies, ben.davies@us.af.mil, 801-777-6502
- Secondary: Sara Tibbetts, sara.tibbetts@us.af.mil, (801) 775-6967