Clutch Repair Kits
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 60 BAK-12 Clutch Repair Kits (P/N: 200037000-1). This opportunity is a Total Small Business Set-Aside under NAICS 336413. The solicitation has been amended to update key FAR clauses. Quotes are due February 19, 2026, at 1:00 PM CST.
Scope of Work
The objective is to furnish all required parts, equipment, material, freight, and labor to provide 60 new BAK-12 Clutch Repair Kits to CEMIRT, AFCEC/COMX at Tyndall AFB, Florida. Key requirements include:
- Adherence to USAF drawings, specifications, and industry standards (e.g., ASME Y14.1 for CAD drawings, ASME Y14.5 for fabrication, AWS D1.1 for welding).
- Use of precision cutting methods (water jet or laser) for parts from large steel sheets.
- Provision of new parts only; no refurbished parts are allowed.
Technical Requirements
The primary deliverable is 60 new BAK-12 Clutch Repair Kits, identified by National Stock Number (NSN) 3010-01-490-6666 and Part Number (P/N) 200037000-1. Eight specific drawings related to kit components (e.g., Rotor Plate Assembly, Stator Plate, Pressure Plate, Backing Plate, Rotor Core, Friction Pad, Rivet) are referenced and must be strictly adhered to. All drawings require approval by AFCEC/COMX before work commences and become Air Force property.
First Article Testing (FAT)
FAT is a critical requirement for contractors without prior FAT approval or recent production unit delivery (within the last three years). The FAT process must be coordinated through AFCEC/COMX, with approval obtained no later than 285 calendar days after contract award. Contractors 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 receiving the initial first article.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP)
- Set-Aside: Total Small Business
- NAICS Code: 336413, Size Standard: 1250 employees
- Delivery Schedule: 435 Calendar Days from Date of Award, FOB Destination.
- Questions Due: February 7, 2026, 1:00 PM CST
- Quotes Due: February 19, 2026, 1:00 PM CST
- Published Date: February 9, 2026
Submission & Evaluation
Offerors must submit proposals in two volumes: Volume 1 - Price and Volume 2 - Technical. The technical volume has a 7-page limit and must detail the technical approach, including tools, equipment, personnel, facilities, and the First Article Test process. Award will be based on Best Value to the Government, considering both Price and Technical factors. Offerors are advised to review the instructions to offerors and evaluation factors on pages 33-36 of the solicitation.
Additional Notes
Solicitation FA481926Q0001 has been amended (0001) to update clause 52.212-5, incorporating numerous FAR clauses by reference. Bidders must review these updated terms and conditions to ensure compliance. All quotes must be submitted electronically to SSgt Tyler Smith (tyler.smith.113@us.af.mil) and SrA Ryan Crisostomo (ryan.crisostomo.1@us.af.mil) with the subject line "FA481926Q0001 Clutch Repair Kits - Quote".