Brake Carrier Assembly

SOL #: FA481926Q003Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA4819 325 CONS PKP
TYNDALL AFB, FL, 32403, United States

Place of Performance

Tyndall AFB, FL

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

Aircraft Landing Equipment (1710)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 30, 2026
2
Last Updated
Feb 11, 2026
3
Submission Deadline
Feb 17, 2026, 7:00 PM

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

People

Points of Contact

SrA Mason Smith-WashingtonPRIMARY
SSgt Benjamin SpearSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 3
Solicitation
Posted: Feb 11, 2026
View
Version 2
Solicitation
Posted: Feb 6, 2026
View
Version 1Viewing
Solicitation
Posted: Jan 30, 2026
Brake Carrier Assembly | GovScope