Remanufacture of F-15 Butterfly Valve

SOL #: FA8118-26-R-0004Solicitation

Overview

Buyer

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

Place of Performance

OK

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

Valves, Nonpowered (4820)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Oct 16, 2025
2
Last Updated
Feb 5, 2026
3
Submission Deadline
Jan 7, 2026, 9:00 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) 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.

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
Download
Download

Versions

Version 4
Award Notice
Posted: Feb 5, 2026
View
Version 3Viewing
Solicitation
Posted: Dec 15, 2025
Version 2
Solicitation
Posted: Dec 11, 2025
View
Version 1
Solicitation
Posted: Oct 16, 2025
View
Remanufacture of F-15 Butterfly Valve | GovScope