B-2 Brake Metering Valve 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, specifically FA8203 AFSC PZAAB at Hill Air Force Base, UT, is soliciting proposals for the remanufacture of B-2 Brake Metering Valves (NSN: 4820-01-389-4712, P/N: DAA3222P709-103). This is an unrestricted acquisition for a single, Firm Fixed-Price contract awarded on an "All or None" basis. The primary objective is to restore these valves to a serviceable "A" condition. Offers are due February 4, 2026, at 1:00 PM.
Scope of Work
The contractor will be responsible for all aspects of remanufacturing B-2 Brake Metering Valves, including providing expertise, labor, tools, equipment, and parts. Key tasks involve receiving, inspection, handling, remanufacture procedures, packaging, and shipping. The government will provide four (4) Brake Metering Valves as Government Furnished Property (GFP).
Key Requirements
- Quality Assurance: Compliance with AS9100:2015 standards and maintenance of quality control records, including a Certificate of Conformance (CofC) for each remanufactured asset.
- Unique Item Identification (UID): Required for all end items and subcomponents, with the contractor determining the location and method of marking in accordance with DFARS 252.211.7003 and MIL-STD-130.
- Packaging & Marking: Strict adherence to military and international standards, including MIL-STD-2073-1, MIL-STD-129, ISPM 15 for wood packaging materials, and specific procedures for electrostatic discharge (ESD) sensitive materials and hazardous materials. Safety Data Sheets (SDS) are required for hazardous materials.
- Data Deliverables: Extensive Contract Data Requirements Lists (CDRLs) are specified, covering reports such as Program Status, IUID Marking Activity, Quality Deficiency Reports, Teardown Deficiency Reports, and Acceptance Test Reports.
- Place of Performance: All work will be performed at the contractor's facility.
Eligibility & Evaluation
- Set-Aside: Unrestricted acquisition.
- NAICS: 336413 (Aircraft Engine and Engine Parts Manufacturing) with a size standard of 1,250 employees.
- Approved Sources: Eaton Aerospace LLC, The Boeing Company, and Thomas Instruments Incorporated are approved. Alternate sources must meet Repair Qualification Requirements (RQR) prior to contract award. The qualification process is estimated to take 365 days and cost $5,000 for testing and evaluation, requiring facility certification, data verification, and qualification article submission.
- Award Basis: Lowest Total Evaluated Price (TEP). The government intends to award without discussions, so initial offers should represent the best terms.
Contract & Timeline
- Contract Type: Firm Fixed Price.
- Offer Due Date: February 4, 2026, at 1:00 PM.
- Offers Held Firm: 45 days.
- Published Date: January 15, 2026.
Contact Information
Primary Contact: Jayson Skow (jayson.skow@us.af.mil) Secondary Contact: Nathan Hirschi (nathan.hirschi@us.af.mil, 801-586-6091)