Remanufacture of C-5 Dual Boost Fuel Pump; NSN: 2915-00-489-9215RK
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 the remanufacture of C-5 Dual Boost Fuel Pumps (NSN: 2915-00-489-9215RK). This is a Total Small Business Set-Aside for a 3-year Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract. The pumps are critical components, delivering fuel from aircraft tanks to the engine. Proposals are due by March 24, 2026, at 12:00 PM.
Scope of Work
The primary objective is to return the C-5 Fuel Pumps to a like-new condition through a comprehensive remanufacturing process. This includes disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing, all in accordance with applicable Technical Orders (TOs) and Original Equipment Manufacturer (OEM) specifications. Key requirements include Item Unique Identification (IUID) marking, adherence to Higher Level Contract Quality Requirements, and handling of Critical Safety Items. Contractors are responsible for furnishing all necessary material, support equipment, and special tools, as Government Furnished Equipment (GFE) will not be provided. The scope also addresses challenges related to parts obsolescence, diminishing manufacturing sources, and requires the implementation of a robust cybersecurity protection plan for the supply chain.
Contract Details
This will be a Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract with a 3-year basic ordering period, potentially followed by additional ordering periods. The acquisition is a Total Small Business Set-Aside under FAR 19.5. Eligibility requires meeting qualification requirements; vendors not previously qualified must submit a Source Approval Request (SAR) package. The contract mandates various data deliverables outlined in the Contract Data Requirements List (CDRLs), including Commercial Asset Visibility (CAV) Reporting, Monthly Production Reports, Government Property Inventory Reports, Technical Data Packages (TDP), Teardown Deficiency Reports, Shipping/Packaging Discrepancy Reports, Production Surge Plans, and Counterfeit Prevention Plans. Specific Data Item Descriptions (DIDs) detail the content and format for each deliverable. Special packaging instructions apply for fuel devices containing residual fuel, requiring hazardous material marking (UN3363) and compliance with Wood Packaging Material (WPM) regulations. Transportation details, including F.O.B. terms, will be coordinated with DCMA Transportation.
Submission & Evaluation
The solicitation was issued on January 29, 2026. Offers must be received by March 24, 2026, at 12:00 PM. Proposals will be accepted for 120 calendar days. Evaluation will be based solely on price, with the award going to the offeror with the lowest total evaluated price (TEP) whose proposal conforms to all requirements. Price reasonableness and potential unbalanced pricing will be reviewed. Proposals must be clear, concise, and provide sufficient detail for evaluation. Offerors must be registered in SAM.
Contact Information
For technical data requests, contact Amy Gil at amy.gil@us.af.mil.