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 (AFSC PZAAB) has issued a solicitation for the remanufacture of B-2 Brake Metering Valves (BMV). The objective is to restore unserviceable valves to a serviceable "A" condition, ensuring they meet original performance and technical specifications. This is a Firm Fixed-Price requirement to be performed at the contractor's facility. Proposals are due February 4, 2026.
Scope of Work
The contractor is responsible for the remanufacture, testing, and inspection of the B-2 Brake Metering Valve (NSN: 4820-01-389-4712, P/N: DAA3222P709-103). Key requirements include:
- Remanufacturing: Restoring end items to a condition resembling their original manufactured state.
- Quality Standards: The contractor's quality control program must comply with AS9100:2015 or higher.
- Marking & Reporting: Implementation of Item Unique Identification (IUID) marking per MIL-STD-130 and daily asset status reporting via the Commercial Asset Visibility Air Force (CAV AF) system.
- Packaging: Strict adherence to military packaging standards (MIL-STD-2073-1 and MIL-STD-129), including international wood packaging material (WPM) compliance.
Contract & Timeline
- Type: Firm Fixed-Price
- Set-Aside: Unrestricted (NAICS 336413)
- Response Due: February 4, 2026, at 1:00 PM MST
- Place of Performance: Contractor Facility (Hill AFB, UT oversight)
Evaluation & Eligibility
Award will be made on an "All or None" basis to the offeror providing the Lowest Total Evaluated Price (TEP). The government intends to award without discussions. Currently approved sources include Eaton Aerospace LLC, The Boeing Company, and Thomas Instruments Incorporated. Alternate sources must satisfy Repair Qualification Requirements (RQR), a process estimated to take approximately 365 days.
Amendment 0001 Updates
Amendment 0001 established the SOW dated January 15, 2026, which supersedes previous versions. It also updated CDRLs A/B/C 002 through 011 and incorporated the CAV_AF reporting requirement document. The closing date remains unchanged.