Remanufacture B-1 Horizontal Stabilizer Servo-Cylinder
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 soliciting proposals for a 5-year Firm-Fixed Price Requirements Contract for the remanufacture of B-1 Horizontal Stabilizer Servo-Cylinders. This opportunity requires restoring end items to a like-new condition, including all necessary packing, preservation, and packaging. A Pre-Award Survey (PAS) and/or Initial Production Evaluation (IPE) is required. Proposals are due February 18, 2026, at 1:00 PM CST.
Scope of Work
The contractor will furnish all material, plant facilities, labor, parts, equipment, and expertise for remanufacturing B-1 Horizontal Stabilizer Servo-Cylinders. This includes disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing. Key deliverables include Commercial Asset Visibility (CAV) Reporting, Contract Depot Maintenance (CDM) Monthly Production Reports, Government Property (GP) Inventory Reports, Production Surge Plans, and Reports of Shipping/Packaging Discrepancy. Item Unique Identification (IUID) marking is mandatory per DFARS 252.211-7003 and MIL-STD-130. Packaging must comply with MIL-STD-129 and MIL-STD-2073-1, including Wood Packaging Material (WPM) heat treatment requirements.
Contract Details
- Contract Type: 5-Year Firm-Fixed Price Requirements Contract (five ordering periods).
- Set-Aside: None specified (Unrestricted).
- Product Service Code: 1650 (Aircraft Hydraulic, Vacuum And De Icing System Components).
- NAICS Code: 336413, Size Standard: 1,250.
- Government Furnished Property (GFP): Specific Servocylinder NSNs (165001543439, 165001253784, 165001543302, 165001249178) will be provided.
Eligibility & Qualification
Qualification requirements apply. Interested vendors not previously qualified must submit a Source Approval Request (SAR) package to the Tinker AFB Small Business Office. The B-1 Horizontal Stabilizer Servocylinder is a critical component, and the Justification for Qualification Requirements (JQRR) lists approved sources (Smiths Aerospace, Moog Inc., Moog Salt Lake, Boeing). An estimated cost of $5,000.00 is associated with qualifying an additional source. Offerors must have a Supplier Performance Risk System (SPRS) score of 110 or submit a plan to achieve compliance with NIST SP 800-171.
Submission & Evaluation
- Proposal Due: February 18, 2026, at 1:00 PM CST.
- Submission: Electronically to dessie.breslin@us.af.mil and amy.gil@us.af.mil.
- Evaluation Factor: Price will be the only evaluated factor.
- Technical Data: Requests for technical data (including TOs) require an email to Dessie Breslin and Amy Gil, along with a current, approved DD Form 2345. Drawings must be requested via the JEDMICS website.
Contact Information
- Primary: Dessie Breslin (dessie.breslin@us.af.mil)
- Secondary: Amy Gil (amy.gil@us.af.mil)