Remanufacture of F-15 Butterfly Valve
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 (AFSC PZABB) is seeking proposals for the Remanufacture of F-15 Butterfly Valves (NSN: 4820-01-232-9856). The objective is to restore these valves to a "like-new" condition to support F-15 aircraft cabin pressure control systems. This acquisition is a 100% Total Small Business Set-Aside.
Scope of Work
The contractor is responsible for providing all labor, facilities, equipment, and materials required to remanufacture the valves. Key requirements include:
- Process: Disassembly, cleaning, inspection, maintenance, re-assembly, and finishing.
- Parts: 100% replacement of consumable parts during the remanufacture process.
- Compliance: All work must adhere to specific Technical Orders (TOs) and Original Equipment Manufacturer (OEM) specifications.
- Marking: Implementation of Item Unique Identification (IUID) marking per MIL-STD-130.
- Reporting: Mandatory daily status reporting via the Commercial Asset Visibility Air Force (CAV AF) system.
Contract & Timeline
- Type: Firm-Fixed-Price (FFP) Requirements Contract.
- Duration: 5-year performance period (3-year basic period plus one 2-year option period).
- Set-Aside: Total Small Business Set-Aside.
- Response Due: January 7, 2026, at 3:00 PM CST (Extended from December 15, 2025, via Amendment 0001).
- Place of Performance: Contractor's facility with delivery to Tinker AFB, OK.
Evaluation
Selection will be based on the Lowest Total Evaluated Price (TEP) among compliant proposals. Offerors must be pre-qualified or submit a Source Approval Request (SAR) package for evaluation. The government reserves the right to award without discussions.
Additional Notes
Prospective contractors must maintain a quality system compliant with AS9100 or ISO 9001:2015. Technical data and drawings must be requested via email from the primary contacts or through the JEDMICS website. NIST SP 800-171 cybersecurity assessment requirements apply.