Remanufacture of F-15 Rudder and Nose Gear Steering Cartridge Assembly
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 F-15 Rudder and Nose Gear Steering Cartridge Assemblies. This is a 5-year Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract, set aside for Total Small Businesses. The primary objective is to restore these critical aircraft components to a like-new condition. Proposals are due June 3, 2026, at 2:00 PM ET.
Scope of Work
The contractor will be responsible for the complete remanufacture process, including disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing of the F-15 Rudder and Nose Gear Steering Cartridge Assemblies. This involves 100% replacement of consumable parts and adherence to specific technical orders and "Over and Above" requests for missing or damaged components. Key requirements include:
- Establishing and maintaining a quality system with DCMA acceptance.
- Completing an Initial Production Evaluation (IPE) within 60 days of the first delivery order.
- Developing and implementing a Supply Chain Risk Management (SCRM) plan.
- Compliance with Item Unique Identification (IUID) marking per MIL-STD-130 and TO 4SA10-4-3.
- Adherence to detailed packaging (MIL-STD-2073-1, WPM restrictions) and marking (MIL-STD-129) requirements.
Contract Details
- Contract Type: 5-Year Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Agency: DEPT OF THE AIR FORCE, FA8118 AFSC PZABB
- Place of Performance: DLA Distribution at Tinker AFB, OK (for shipping)
- Government-Furnished Property (GFP): Includes specific Cylinder Assembly (NSN 168024900383) for remanufacture.
Reporting & Deliverables
The contract requires extensive reporting and data deliverables, including:
- Commercial Asset Visibility (CAV AF) End Item Reports (daily).
- Contract Depot Maintenance (CDM) Monthly Production Reports.
- Government Property Inventory Reports (annual).
- Production Surge Plans (to accommodate a 20% demand increase option).
- Technical Data Packages (TDP) (due 18 months after award).
- Shipping and Packaging Discrepancy Reports (SF 364).
- Accessing the Procurements Integrated Enterprise Environment (PIEE) for transportation instructions.
Evaluation & Eligibility
Proposals will be evaluated based on Price Only, with award going to the offeror with the lowest total evaluated price, provided it is reasonable and balanced. Offerors must demonstrate qualification in accordance with RFO 52.209-1. Unqualified vendors must submit a Source Approval Request (SAR) to the Tinker AFB Small Business Office.
Key Dates & Contacts
- Published Date: May 4, 2026
- Proposal Due Date: June 3, 2026, 2:00 PM ET
- Primary Contact: Morgan Mcgarity (morgan.mcgarity@us.af.mil)
- Secondary Contact: Matthew Churchwell (matthew.churchwell.2@us.af.mil)