Remanufacture of Centrifugal Fan
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 (423rd SCMS) at Tinker Air Force Base is conducting market research through a Sources Sought Synopsis (SSS) to identify potential sources for the remanufacture of Centrifugal Fans. This effort aims to determine if the requirement can be competitive or designated as a Small Business Set-Aside. This is not a Request for Proposal (RFP), and no contract will be awarded based on this market research. Responses are due by March 2, 2026.
Scope of Work
The requirement involves furnishing all necessary labor, material, facilities, and equipment to accomplish the repair, testing, preservation, packaging, and return of Centrifugal Fan units to a "like new" condition. Key responsibilities include comprehensive supply chain management, logistics, forecasting of parts, long-lead parts procurement, reparable forecasting, obsolescence management, and delivery of completed assets.
Specific items and estimated 5-year repair requirements include:
- Part Number 3001014-10 (NSN: 4140-01-631-5045TP): 120 units
- Part Number MSA10767 (NSN: 4140-00-775-6836TP): 15 units
- Part Number MSA7484A (NSN: 4140-00-602-5573TP): 5 units
Technical Data & Source Approval
The government does not possess the associated technical data for these items; therefore, potential sources must independently acquire all necessary technical data. Technical Orders (TOs) applicable to this requirement can be requested from the Tinker AFB Public Sales Office, which charges a fee of $65.00 per approved TO and requires specific documentation like a current, signed DD Form 2345 and a company letterhead request.
Interested sources wishing to be qualified must complete a Source Approval Request (SAR) package as detailed in the "REPAIR/REMANUFACTURE QUALIFICATION REQUIREMENTS FOR COMMODITY CRITICAL SAFETY AND CRITICAL APPLICATION ITEMS" document. SAR packages must adhere to specific categories (I, II, or III) and include comprehensive documentation such as technical data, quality assurance, quality history, and process details. Submissions are made electronically to the AFSC Small Business Office.
Submission & Eligibility
Interested sources should select "ADD ME TO INTERESTED VENDORS" on SAM.gov and submit responses, including Part I Business Information, to 423scms.guea.inquiries@us.af.mil. The government is interested in all potential sources, including Large Businesses, Small Businesses, Small Disadvantaged Businesses (8(a)s), Service-Disabled Veteran-Owned Small Businesses, HUBZone Small Businesses, and Women-Owned Small Businesses. The applicable NAICS Code is 336413 with a size standard of 1250 employees.
Contract & Timeline
- Type: Sources Sought / Market Research
- Response Due: March 2, 2026, 8:00 PM ET
- Published: January 30, 2026, 4:04 PM ET
- Office: FA8118 AFSC PZABB (423rd SCMS)
Additional Notes
This notice is for informational and planning purposes only and is subject to change. It is not binding to the Government. For SAR process questions, contact afsc.sb.workflow@us.af.mil.