Remanufacture of B-1 Electro Mechanical Actuator

SOL #: FA8118-26-R-0012Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8118 AFSC PZABB
TINKER AFB, OK, 73145-3303, United States

Place of Performance

Oklahoma City, OK

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

Miscellaneous Aircraft Accessories And Components (1680)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 5, 2026
2
Submission Deadline
Mar 24, 2026, 5:00 PM

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 (AFSC PZABB) has issued a solicitation for the remanufacture of B-1B Electro-Mechanical Actuators (NSN: 1680-01-289-2958 RK). This component is critical to the flight control system, serving as the yaw trim control by positioning the rudder. The Government intends to award a 5-year Firm Fixed-Price (FFP) Requirements Contract. Proposals are due March 24, 2026.

Scope of Work

The contractor is responsible for the complete remanufacture of the actuators to return them to a like-new condition. Key tasks include:

  • Remanufacturing Process: Disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing.
  • Parts Replacement: 100% replacement of specific consumables including switches, seals, retaining rings, and bearings.
  • Technical Compliance: Work must adhere to Technical Order (TO) 16A1-14-55-3 and OEM specifications.
  • Reporting & Logistics: Mandatory use of the Commercial Asset Visibility Air Force (CAV AF) system for asset tracking and Item Unique Identification (IUID) marking per MIL-STD-130.

Contract & Timeline

  • Type: Firm Fixed-Price Requirements Contract
  • Duration: 5 years (3-year basic period + one 2-year option period)
  • Quantity: Estimated 12 units per year (60 units total over 5 years)
  • Set-Aside: Unrestricted
  • Response Due: March 24, 2026, at 12:00 PM CT

Evaluation

Award will be made based on Price or Cost as the sole evaluated factor. Proposals must be compliant with all terms and conditions. The Total Evaluated Price (TEP) will be calculated as the sum of all proposed prices for the base and option periods.

Additional Notes

This is an Unrestricted acquisition under NAICS 336413. Offerors must be previously qualified or submit a Source Approval Request (SAR) package to be considered. Proposals must be submitted electronically via DoD SAFE. Technical data requests should be directed to Jessica Vinyard and Matthew Churchwell.

People

Points of Contact

Jessica VinyardPRIMARY
Matthew ChurchwellSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Solicitation
Posted: Feb 5, 2026
Remanufacture of B-1 Electro Mechanical Actuator | GovScope