Overhaul of Magnetic Powder Clutch 1680-01-544-4848RK
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 United States Air Force, through the Air Force Sustainment Center (AFSC) at Tinker AFB, is contemplating an Other Than Full and Open Firm Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract for the Overhaul of Magnetic Powder Clutch (NSN: 1680-01-544-4848RK, PN 126570-01). This pre-solicitation notice indicates a requirement for remanufacturing services to return these critical aircraft components to a like-new condition. Due to one approved source, qualification requirements apply, including a Source Approval Request (SAR).
Scope of Work
The contractor will provide all labor, facilities, equipment, and materials for the remanufacture process, which includes disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing. The Performance Work Statement (PWS) further details requirements such as functional testing, component replacement, adherence to government-approved parts lists, and maintenance of updated Technical Orders (TOs). Special requirements include a comprehensive Supply Chain Risk Management (SCRM) plan addressing continuity of operations, foreign influence, and cybersecurity in accordance with NIST SP 800-161 and NIST SP 800-53. Item Unique Identification (IUID) marking and surge capabilities are also mandated.
Contract Details
- Type: Firm Fixed Price IDIQ
- Duration: 3-year base period with one 3-year Period of Performance.
- Quantities: Minimum of 10 units, Maximum of 75 units.
- Delivery: 2 units every 30 days ARO to DLA Distribution Depot Oklahoma, Tinker AFB, OK.
- Set-Aside: Other Than Full and Open Solicitation (due to one approved source).
- Qualification: Qualification requirements apply. Vendors not previously qualified must submit a Source Approval Request (SAR) package to the Source Development, Small Business Office at 405-739-7243. Engineering source approval by the design control activity is required.
Anticipated Timeline
- Solicitation Release: On or about March 20, 2026
- Solicitation Closing: May 20, 2026
- Estimated Award: On or about September 25, 2026
Key Information for Offerors
The Government will not be using FAR Part 12 (Acquisition of Commercial Items) policies. However, interested parties may identify their capability to satisfy the requirement with a commercial item within 15 days of this notice. Technical data requests must be sent via email to AFLCMC.LZP.PUBSALES@us.af.mil on company letterhead, including the solicitation number, specific data needed, and a copy of the current, approved DD Form 2345. All questions regarding this notice must be submitted in writing via email to Aczavius Smith (aczavius.smith@us.af.mil). Offerors must specify their business size/type (e.g., small, 8(a), WOSB, SDVOSB) and U.S./foreign-owned status in their response. An Ombudsman is available at 405-736-3273 for concerns, but not for solicitation requests.