Overhaul of B-1 Torque Assembly

SOL #: FD20302600598Pre-Solicitation

Overview

Buyer

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

Place of Performance

S Coffeyville, OK

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Aircraft Components And Accessories (J016)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 4, 2026
2
Response Deadline
Feb 19, 2026, 9:00 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 (AFSC, Tinker AFB) is contemplating a Presolicitation for the overhaul of the B-1 Torque Tube Assembly (NSN: 1680-01-143-5429RK, P/N: NF53602-01B). This effort will be a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract with a Small Business Set Aside contemplated. The contractor will provide all necessary resources for overhaul, rework, rehabilitation, replacement, reassembly, and testing to restore the item to its original life expectancy. Responses are due February 20, 2026.

Scope of Work

The requirement is for the overhaul of the B-1 Torque Tube Assembly, which functions to deliver torque to flap ball screw actuator assemblies. Key items include:

  • Item 0001: Overhaul of Torque Tube Assembly. Minimum order quantity of 5 units, maximum of 180 units over the contract period. Delivery schedule is 5 units every 240 days ARO, then 5 units every 45 days thereafter. Early delivery is acceptable.
  • Item 0002: Over and Above work, to be negotiated.
  • Item 0003: Data (Not Separately Priced). The assembly dimensions are 20.500” h x 5.3000” w x 5.3000” l, weighing 3.0000 lbs, and made of Aluminum/Copper/Steel. Applicable Technical Orders include 16C1-10-24-2, 00-5-114, 00-5-31, and 00-35D-541.

Contract Details

  • Contract Type: Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ).
  • Period of Performance: One 5-year base period.
  • Set-Aside: A Small Business Set Aside Solicitation is contemplated.
  • Place of Performance/Ship To: DLA DISTRIBUTION DEPOT OKLAHOMA, TINKER AFB OK.

Submission & Evaluation

  • Solicitation Issue Date: On or about January 20, 2026.
  • Response Closing Date: February 20, 2026.
  • Estimated Award Date: On or about March 20, 2026.
  • Written responses are required. All questions must be submitted in writing via email and may be posted publicly with responses.
  • Offerors must specify their business size and ownership (US or foreign).
  • The Government will not be using policies in FAR Part 12 (Acquisition of Commercial Items).

Eligibility & Technical Data

  • Qualification Requirements: Vendors not previously qualified must submit a Source Approval Request (SAR) package. Engineering source approval by the design control activity is required. Multiple approved sources exist.
  • Technical Data Request: To receive technical data, email a request on company letterhead to AFLCMC.LZP.PUBSALES@us.af.mil, including the solicitation number, specific data needed, and a copy of DD Form 2345.

Additional Notes

An Ombudsman (405-736-3273) has been appointed for offeror concerns during proposal development; do not call for solicitation requests. Electronic procedures will be used; no telephone requests. RMSC is R2/C.

People

Points of Contact

Alan TranPRIMARY
Morgan McgaritySECONDARY

Files

Files

Download

Versions

Version 1Viewing
Pre-Solicitation
Posted: Feb 4, 2026
Overhaul of B-1 Torque Assembly | GovScope