FD20302500118 - Spare Buy of the B-1 Electrical Solenoid NSN: 5945012043507TP
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 PZABB) is issuing a Solicitation (FA8118-26-Q-0003) for the Spare Buy of the B-1 Electrical Solenoid (NSN: 5945012043507TP). This is anticipated to be a sole source award to Hamilton Sundstrand Corporation under the authority of 10 USC 2304(c)(1) and FAR 6.302-1. Offers are due by February 17, 2026, 2:00 PM CST.
Scope of Work
This requirement is for the procurement of Electrical Solenoids (NSN: 5945-01-204-3507 TP), which are used to open and close valves. The Best Estimated Quantity (BEQ) is 33 EA, with a minimum of 17 EA and a maximum of 50 EA. Quality assurance requires compliance with ISO 9001-2015 and AS9100. Inspection and acceptance will occur at the origin.
Contract Details
- Contract Type: Firm Fixed Price
- Set-Aside: Sole Source (anticipated award to Hamilton Sundstrand Corporation)
- Product Service Code: 5945 (Relays And Solenoids)
- NAICS Code: 336413 (Aircraft Engine and Engine Parts Manufacturing) with a size standard of 1,250 employees.
- Required Delivery Date: August 8, 2026
- Funding: Funds are not presently available; no award will be made until funds are available.
Submission & Evaluation
- Offers Due: February 17, 2026, 2:00 PM CST
- Submission: Offers must be received by the issuing office.
- Compliance: Offerors must represent compliance with NIST SP 800-171 and have a current assessment score posted in SPRS.
- Source Approval: Interested vendors not previously qualified must submit a Source Approval Request (SAR) package.
Logistics & Packaging
- F.O.B. Terms: Origin is recommended. Bidders must contact DCMA Transportation for shipping instructions, especially for FOB Origin movements.
- Packaging: Must comply with ISPM 15 standards for wood packaging material (WPM), including heat treatment and certification. Specific requirements include MIL-STD-2073-1 and MIL-STD-129 for packaging and marking, and the inclusion of 3 units of desiccant.
Additional Notes
- Surplus Material: All surplus material types/categories are deemed unacceptable and require Engineer approval.
- Quantity Ranges: Offerors have the option to suggest quantity ranges that yield economically advantageous prices to the Government (FAR 52.207-4).
- The government reserves the right to cancel this solicitation.