FD20302500817 - Repair of Thermostat, Flow, NSN: 6685-01-168-2426TP
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 is soliciting proposals for the repair of Thermostat, Flow, NSN: 6685-01-168-2426TP, specifically B-52 Flow Control Sensor Venturi Valves. This is for a 5-year Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract, with an estimated total value not exceeding $3M. Proposals are due January 30, 2026, at 1:00 PM CST.
Scope of Work
The primary scope involves the overhaul, calibration, and functional testing of B-52 Flow Control Sensor Venturi Valves to restore them to a like-new condition. This includes disassembly, cleaning, inspection, maintenance, re-assembly, and finishing actions. Contractors must also perform necessary packing, preservation, and packaging for return to the Government. Key requirements include Item Unique Identification (IUID) marking, compliance with Service Contract and Labor Standards (SCLS), and adherence to specific packaging standards (ISPM No. 15, MIL-STD-129).
Contract Details
- Contract Type: Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ)
- Period of Performance: 5 years
- Estimated Value: Not to exceed $3,000,000
- Set-Aside: Unrestricted
- NAICS Code: 336413 (Aircraft Engine and Engine Parts Manufacturing), Size Standard: 1,250 employees
- Place of Performance: S Coffeyville, OK, United States
Key Requirements & Deliverables
- Reporting: Mandatory Commercial Asset Visibility (CAV) reporting, Contract Depot Maintenance (CDM) Monthly Production Reports, Government Property Inventory Reports, and Shipping/Packaging Discrepancy Reports (CDRLs A001-A004).
- Government Furnished Property (GFP): The government will provide 40 B-52 THERMOSTAT 6, FLOW (NSN: 668501168242, PN: 784618-5) units, each valued at $17,897.33.
- IUID: Strict adherence to MIL-STD-130 for IUID marking, as detailed in the IUID Checklist and Engineering Order.
- Surge Capability: Contractors must submit a Production Surge Plan (CDRL A005) outlining capability to rapidly accelerate and sustain production.
- Supply Chain Risk Management (SCRM): A SCRM plan addressing continuity of operations, foreign influence, and cybersecurity is required.
- Qualification: Offerors must be qualified per FAR 52.209-1. Non-qualified vendors must submit a Source Approval Request (SAR) package.
Evaluation & Submission
- Evaluation: Proposals will be evaluated based on Price or Cost as the sole factor, with price reasonableness and balance assessed. The government reserves the right to award without discussions.
- Offer Due Date: January 30, 2026, at 1:00 PM CST (extended by Amendment P00001).
- Technical Data: Requests for technical data and drawings should be sent to Alan Tran or Morgan Mcgarity. Access to A-Team for drawings requires DD Form 2875.
Contacts
- Primary: Alan Tran (alan.tran.1@us.af.mil)
- Secondary: Morgan Mcgarity (morgan.mcgarity@us.af.mil)