Overhaul of B-1 Electro-Mechanical Actuator NSN 1680015097158RK

SOL #: FA811826R0002Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8118 AFSC PZABB
TINKER AFB, OK, 73145-3303, United States

Place of Performance

Place of performance not available

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

Miscellaneous Aircraft Accessories And Components (1680)

Set Aside

No set aside specified

Timeline

1
Posted
Oct 16, 2025
2
Last Updated
Jan 7, 2026
3
Submission Deadline
Jan 7, 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 the overhaul of B-1 Electro-Mechanical Actuators (NSN 1680015097158RK). This will be a 5-year, Firm-Fixed-Price Requirements Type Contract to restore actuators to a like-new condition. Proposals are due February 2, 2026, at 1:00 PM.

Scope of Work

The contractor will perform comprehensive overhaul services for B-1 Electro-Mechanical Actuators, including disassembly, cleaning, inspection, rehabilitation, re-assembly, testing, and finishing. This also entails 100% replacement of specified consumable parts, calibration, functional testing, and necessary packing, preservation, and packaging for return to the government. "Over and above work" will be handled via negotiated subCLINs. The place of performance is associated with the Air Force Sustainment Center at Tinker Air Force Base, Oklahoma.

Contract Details

  • Contract Type: Firm-Fixed-Price Requirements Type Contract
  • Period of Performance: 5 years (3-year basic period + two 1-year option periods)
  • Set-Aside: None specified. Qualification requirements apply, and interested vendors must submit a Source Approval Request (SAR) if not previously qualified.
  • NAICS Code: 336413 (Other Aircraft Part and Auxiliary Equipment Manufacturing) with a size standard of 1,250 employees.
  • Key Requirements:
    • Compliance with ISO 9001-2015 quality assurance standards.
    • Item Unique Identification (IUID) marking.
    • Pre-Award Survey (PAS) and Initial Production Evaluation (IPE) may be required.
    • Contractor must furnish all material, support equipment, and special tools; Government Furnished Equipment (GFE) will not be provided, though specific Government Furnished Property (GFP) (actuators) will be provided.
    • Development and implementation of a Supply Chain Risk Management (SCRM) plan, including Cybersecurity measures.
    • Capability to meet increased demand during surge events, requiring a Production Surge Plan.
    • Adherence to specific packaging requirements, including Wood Packaging Material (WPM) compliance and MIL-STD marking standards.
    • Extensive reporting requirements, including a Technical Data Package (TDP), Government Property (GP) Inventory Report, Contract Depot Maintenance (CDM) Monthly Production Report, and Commercial Asset Visibility (CAV) Reporting.

Submission & Evaluation

  • Proposal Due: February 2, 2026, at 1:00 PM.
  • Evaluation Factor: Price will be the sole evaluated factor, with award made to the offeror with the lowest total evaluated price (TEP) conforming to all solicitation requirements. Proposals will be reviewed for price realism, reasonableness, and unbalanced pricing. The government intends to award without discussions but reserves the right to conduct them.
  • Important: Certified cost and pricing data will be required. Technical data and drawings must be requested via email or the JEDMICS website. The Availability of Funds clause (52.232-18) applies.

Contact Information

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 5
Solicitation
Posted: Jan 7, 2026
View
Version 4
Solicitation
Posted: Dec 1, 2025
View
Version 3Viewing
Solicitation
Posted: Dec 1, 2025
Version 2
Solicitation
Posted: Oct 16, 2025
View
Version 1
Solicitation
Posted: Oct 16, 2025
View