Remanufacture of T-38 Defog Flow Selector
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 T-38 Defog Flow Selector under a Total Small Business Set-Aside. This is a 5-year Firm Fixed Price Requirements Type Contract. The purpose is to restore the T-38 Defog Flow Selector (NSN: 1660-00-785-0250, Part Number: 552026) to a like-new condition. Proposals are due by March 31, 2026, at 1:00 p.m. CST.
Scope of Work
The contractor will be responsible for the complete remanufacture of the T-38 Defog Flow Selector, a pneumatic butterfly valve controlling heated air for cockpit windshield defogging. This includes disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing, all in accordance with specified technical orders. All necessary packing, preservation, and packaging must be accomplished. The contractor must furnish all material, plant facilities, labor, parts, equipment, and expertise. Consumable parts identified in the SOW must be replaced with new parts. Item Unique Identification (IUID) marking is required.
Contract Details
- Contract Type: Firm Fixed Price Requirements Type Contract
- Duration: 5 years (3-year basic period and one 2-year option period)
- Set-Aside: Total Small Business
- Response Due: March 31, 2026, 1:00 p.m. CST
- Published: March 2, 2026
- Funding: Subject to the Availability of Funds clause (FAR 52.232-18).
Eligibility & Requirements
- Set-Aside: This is a Total Small Business Set-Aside.
- Qualification: Interested vendors not previously qualified must submit a Source Approval Request (SAR) package to the Tinker AFB Small Business Office. A Pre-Award Survey (PAS) and/or Initial Production Evaluation (IPE) is required.
- Cybersecurity: Offerors must have a NIST SP 800-171 DoD Assessment score of 110 in SPRS, or submit a plan to become compliant.
- Technical Data: Requests for technical data and drawings must be sent to dessie.breslin@us.af.mil and amy.gil@us.af.mil, including the solicitation number, specific data needed, and a copy of the current, approved DD Form 2345. Access to drawings (previously JEDMICS) requires a DD Form 2875 request to wralc.tila.centra@us.af.mil.
- Reporting: Contractors will be required to submit various reports, including Commercial Asset Visibility (CAV) Reporting, Contract Depot Maintenance (CDM) Monthly Production Reports, Annual Government Property Physical Inventory Reports, Capability Analysis Plans for Production Surge, and Reports of Shipping and Packaging Discrepancy.
- Supply Chain: Contractors are responsible for securing necessary long lead-time parts and must establish a Supply Chain Risk Management (SCRM) program.
Evaluation
Award will be based on price-only competition. Pricing is anticipated to be based on adequate price competition; however, if not, other than certified cost or pricing data may be requested.
Contact Information
- Primary: Dessie Breslin (dessie.breslin@us.af.mil)
- Secondary: Amy Gil (amy.gil@us.af.mil)