P90 Stage 2 Servo-Valve Refurbishment
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 conducting a Sources Sought Synopsis for the refurbishment of P90 Stage 2 Servo-Valves for the Minuteman III Weapon System. This market research aims to identify capable sources and determine the acquisition strategy, including potential Small Business Set-Aside. Responses are due April 22, 2026.
Scope of Work
This requirement involves the comprehensive refurbishment of 40 P90 Stage 2 flight control system servo-valves (P/N C80950-001, NSN 1420-01-505-2521), manufactured by Moog. The contractor will be responsible for receiving, disassembling, inspecting, testing, and repairing each unit and its subcomponents to restore them to a serviceable, like-new condition, adhering to technical data and Moog specifications. The contractor will also determine Beyond Economical Repair (BER) status. The government currently lacks the technical data rights, overhaul experience, and specialized equipment for independent refurbishment and verification.
Contract & Timeline
- Type: Sources Sought Synopsis (Market Research)
- Anticipated Contract Period: 1 year
- Potential Set-Aside: Small Business (to be determined)
- Response Due: April 22, 2026, 10:00 PM ET
- Published: April 7, 2026
Requirements & Delivery
- Quantity: 40 servo-valves
- Destination: Hill AFB, UT 84056
- Delivery Schedule: Monthly deliveries of 3 units from October 2026 to September 2027, followed by 2 units in October and November 2027.
- Technical Data: Offerors must obtain required technical data from the Original Equipment Manufacturer (Moog). Drawings are export controlled.
- Specification & Qualification: Offerors must meet all OEM technical data and specification requirements.
Response Instructions
Interested parties should respond to this notice, identifying their business size status (NAICS 332912, 1,000 employee size standard), anticipated teaming arrangements, and a description of similar services provided to government and commercial customers within the last three years. A capability statement is encouraged. The government is interested in all small business concerns, including 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned.
Contact Information
Primary Point of Contact: Camie Connelly, camie.connelly@us.af.mil, 801-775-6966.