Brake Carrier Assembly
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 Tyndall AFB, is soliciting quotes for 80 Brake Carrier Assemblies (P/N: 52E901-1 Rev G) with Yellow Zinc Chromate Plating. This is a Total Small Business Set-Aside acquisition, conducted using Simplified Acquisition Procedures (SAP). Quotes are due by February 17, 2026, at 01:00 PM CST.
Scope of Work
The requirement is for 80 units of BRAKE CARRIER ASSEMBLY, P/N: 52E901-1 Rev G, with Yellow Zinc Chromate Plating, IAW the attached Statement of Work and Drawing #: 52-E-901, Rev: G. Key requirements include:
- First Article Testing (FAT) approval from AFLCMC with recent delivery history, OR successful completion of FAT requirements outlined in the SOW.
- Adherence to strict specifications, tolerances, codes, and standards within USAF drawings.
- Production of computer-aided design (CAD) drawings compliant with ASME Y14.1 standards.
- Possession or acquisition of necessary tools, equipment, personnel, and facilities for production.
- Fabrication or acquisition of parts meeting specific dimensions and tolerances per ASME Y14.5.
- Welding and inspection processes following American Welding Society (AWS) D1.1 for critically loaded structures, with certified welders and inspectors.
- Coating must meet ASTM B633, SC3 Type II for severe weather.
Contract Details
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business (NAICS Code: 336413, Size Standard: 1250)
- Delivery Schedule: 80 units within 465 Calendar Days from Date of Award.
- FOB: Destination (Tyndall AFB, FL).
Submission & Evaluation
Offers must be submitted in two volumes: Volume 1 - Price (for CLIN 0001, including unit price, extended price, and transportation) and Volume 2 - Technical (detailing technical approach, tools, equipment, personnel, facilities, and documented FAT approval or a detailed FAT schedule).
Evaluation factors are Price and Technical, with award made to the offeror providing the best value to the Government. Instructions to offerors and evaluation factors are located on pages 35-38 of the solicitation.
Key Dates
- Solicitation Issue Date: January 30, 2026
- Questions Due: February 6, 2026, by 1:00 PM CST (submit via email; responses will be posted as an Amendment on SAM.gov).
- Quotes Due: February 17, 2026, by 01:00 PM CST (electronically via email).
Contact Information
- SrA Mason Smith-Washington (Contract Specialist): mason.smith-washington@us.af.mil
- SSgt Benjamin Spear (Contracting Officer): benjamin.spear.1@us.af.mil