Clutch Repair Kits

SOL #: FA481926Q0001Solicitation

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 23, 2026
2
Last Updated
Feb 13, 2026
3
Submission Deadline
Feb 19, 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 is soliciting proposals for Clutch Repair Kits (P/N 200037000-1, NSN 3010-01-490-6666) for Tyndall Air Force Base, FL. This is a Total Small Business Set-Aside for 60 new Barrier Arresting Kit (BAK)-12 Clutch Repair Kits. Offers are due February 19, 2026, at 1:00 PM CST.

Scope of Work

The contractor will furnish all required parts, equipment, material, freight, and labor to provide 60 new BAK-12 Clutch Repair Kits to CEMIRT, AFCEC/COMX. Work must adhere to USAF drawings, specifications (e.g., ASME Y14.1, Y14.5, AWS D1.1), and industry standards. This includes precision cutting methods, certified welders and inspectors, and the provision of only new parts. The kits comprise multiple components such as Rotor Plate Assemblies, Stator Plates, Pressure Plates, and Backing Plates, each with detailed technical drawings specifying materials, dimensions, and tolerances. Packaging and protection requirements are also specified.

Contract Details

  • Type: Firm Fixed Price
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 336413 (Aircraft Landing Equipment), Size Standard: 1250 employees
  • Delivery: 435 Calendar Days from Date of Award, FOB Destination
  • Place of Performance/Delivery: Tyndall AFB, FL

Submission & Evaluation

Offerors must submit proposals in two volumes: Volume 1 (Price), detailing pricing for CLIN 0001 including transportation, and Volume 2 (Technical), limited to 7 pages. The technical volume must outline the approach, tools, equipment, personnel, facilities for fabrication, and the First Article Test (FAT) process, demonstrating a clear understanding of requirements. Award will be based on Best Value to the Government, considering both Price and Technical factors.

First Article Test (FAT)

A FAT is required for contractors without prior FAT approval or recent production unit delivery (within the last three years). FAT approval must be obtained within 285 calendar days after contract award. Offerors must submit PDF drawings within 60 days of award and the first article within 180 days of government drawing review. The government will perform conformity checks within 30 days of receipt.

Key Dates & Contacts

People

Points of Contact

SSgt Tyler SmithPRIMARY
Ryan CrisostomoSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 4
Solicitation
Posted: Feb 13, 2026
View
Version 3
Solicitation
Posted: Feb 9, 2026
View
Version 2
Solicitation
Posted: Feb 6, 2026
View
Version 1Viewing
Solicitation
Posted: Jan 23, 2026