REMAN B1B ELECTRO-MECHANICAL ACTUATOR, NSN 1680-01-149-3166RK
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 (FA8118 AFSC PZABB) is soliciting proposals for the remanufacture of B-1B Electro-Mechanical Actuators (NSN 1680-01-149-3166RK). This UNRESTRICTED acquisition contemplates a 5-year Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract. Proposals are due by April 9, 2026, at 3:00 PM.
Scope of Work
The contractor will be responsible for furnishing all material, plant facilities, labor, parts, equipment, and expertise to restore the B-1B Electro-Mechanical Actuators to a like-new condition. This includes disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing actions, all in accordance with specified technical orders (TOs) and directives. Key requirements include Item Unique Identification (IUID) marking per MIL-STD-130, compliance with ISO 9001-2015 quality standards, and adherence to detailed special packaging instructions (MIL-STD-2073-1, MIL-STD-129). The SOW also covers surge requirements, Supply Chain Risk Management (SCRM), and the development of a Cybersecurity plan for supply chain information.
Contract Details
This is an UNRESTRICTED 5-year Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract. The Product Service Code is 1680 (Miscellaneous Aircraft Accessories And Components). The Government will provide 8 B-1B Electro-Mechanical Actuators (NSN 168001149316, Part R1487M2-1) as Government Furnished Property (GFP), each with an acquisition cost of $281,147.56. Transportation terms are F.O.B. Origin, with shipments directed to DLA DISTRIBUTION DEPOT OKLAHOMA at Tinker AFB, OK.
Reporting & Deliverables
The Contract Data Requirements List (CDRL) mandates extensive reporting. Contractors must comply with Commercial Asset Visibility (CAV) reporting requirements, utilizing the CAV AF system for daily status updates on Government-owned assets. Other required deliverables include Contract Depot Maintenance (CDM) Monthly Production Reports, Government Property (GP) Inventory Reports (for both GFP and Contractor Acquired Property), Production Surge Plans, and Reports of Shipping and Packaging Discrepancy (SF 364).
Submission & Evaluation
Proposals are due by April 9, 2026, at 3:00 PM. Offerors must be qualified for this acquisition; a Source Approval Request (SAR) package is required if not previously qualified. A Pre-Award Survey and/or Initial Production Evaluation (IPE) is mandatory. The Justification for Qualification Requirements (JQR) for critical safety and application items (RQR-848) is in effect, and bidders should review the related SAM.gov synopsis. Compliance with NIST SP 800-171 is required, and Supplier Performance Risk System (SPRS) assessments will be conducted. Access to technical data is available via ETIMS, and drawings can be requested via DD Form 2875.
Contact Information
For inquiries, contact Amy Gil at amy.gil@us.af.mil.