Remanufacture and Upgrade of B-52 Wing Flap PDU NSN: 1680-00-605-9700FG, P/N 5-48705-54 and Upgrade NSN: 1680-00-605-9700FG, P/N 5-48705-54
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 (USAF), through the Air Force Sustainment Center (AFSC) at Tinker AFB, is contemplating a 5-year Requirements type contract for the Remanufacture and Upgrade of B-52 Wing Flap Power Drive Units (PDU), NSN: 1680-00-605-9700FG, P/N 5-48705-54. This presolicitation targets approved Small Businesses and involves returning the B-52 Wing Flap PDUs to a "like-new" condition. The formal solicitation is anticipated around April 24, 2026, with proposals due by June 24, 2026.
Scope of Work
The contractor will provide all labor, facilities, equipment, and materials for the remanufacture and upgrade of the B-52 Wing Flap PDUs. This comprehensive process includes disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing actions, all performed in accordance with solicitation requirements and applicable technical orders. The B-52 Wing Flap PDU is an electro-mechanical actuator, safety-critical screw threaded component, measuring 30"h x 27"w x 78"l, weighing 210 lbs, and constructed from steel and aluminum.
Contract Details
- Contract Type: 5-year Requirements Contract (3-year Basic, 2-year Option).
- Quantities:
- Remanufacture (Item 0001): 33 EA (3-year Basic), 22 EA (2-year Option).
- Upgrade (Item 0002): 3 EA (3-year Basic), 2 EA (2-year Option).
- Over and Above (Item 0003): To be negotiated.
- Data (Item 0004): Not Separately Priced.
- Place of Performance: Contractor's facility, with items shipped to SW3211.
- Government Furnished Property (GFP): The government will provide 35 B-52 Wing Flap PDUs (NSN: 1680006059700, P/N: 5-48705-54) for use as-is, with an acquisition cost of $28,700 each.
Key Requirements
- Qualification: Qualification requirements apply. Interested vendors not previously qualified must submit a Source Approval Request (SAR) package to the Source Development, Small Business Office (405-739-7243). Engineering source approval by the design control activity is mandatory.
- Technical Data: Offerors must email matthew.churchwell.2@us.af.mil with company letterhead, solicitation number, specific data needed, and a current DD Form 2345 to receive technical data.
- Reporting & Documentation: The contract will require extensive data deliverables, including:
- Commercial Asset Visibility (CAV) Reporting (Daily)
- Contract Depot Maintenance (CDM) Monthly Production Report
- Government Property Inventory Report (Annually)
- Production Surge Plan (30 days after award)
- Report of Shipping/Packaging Discrepancy (SF-364)
- Technical Data Package (TDP) (18 months after award)
- Technical Standards: Work must comply with specific Technical Orders (e.g., 16A1-13-7-3 for Overhaul, 16A1-13-7-4 for Illustrated Parts Breakdown) and general Air Force and DoD publications.
- IUID & Packaging: Strict Item Unique Identification (IUID) marking (MIL-STD-130, Tesa Tape) and packaging requirements (MIL-STD-129, MIL-STD-2073-1, WPM compliance) apply.
- Supply Chain Risk Management (SCRM): Includes requirements for Continuity of Operation (COOP), Foreign Influence disclosure, and Cybersecurity protection of supply chain information.
Important Notes
This is a competitive requirement to approved Small Businesses. The Government does not intend to use FAR Part 12 (Commercial Items) but invites interested parties to identify commercial item capabilities within 15 days of this notice. All questions must be submitted in writing via email. An Ombudsman is available at 405-736-3273 for concerns, but not for solicitation requests. Offerors must specify their business size and U.S./foreign-owned status in their response.