Remanufacture of T-38 Defog Flow Selector

SOL #: FA8118-26-R-0020Solicitation

Overview

Buyer

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

Place of Performance

Place of performance not available

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

Aircraft Air Conditioning, Heating, And Pressurizing Equipment (1660)

Set Aside

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

Timeline

1
Posted
Feb 2, 2026
2
Last Updated
Mar 2, 2026
3
Submission Deadline
Mar 4, 2026, 7:00 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 is soliciting proposals for the remanufacture of T-38 Defog Flow Selectors under a Firm Fixed-Price (FFP) Requirements contract. This Total Small Business Set-Aside opportunity covers a 5-year period (3-year basic, one 2-year option). Proposals are due March 4, 2026, at 1:00 PM.

Purpose & Scope

This solicitation seeks qualified contractors to remanufacture the T-38 Defog Flow Selector (NSN: 1660-00-785-0250, Part Number: 552026), a pneumatic butterfly valve controlling heated air for cockpit windshield defogging on F-5 and T-38 aircraft. The objective is to restore the end item to a like-new condition, encompassing disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing. The contractor must furnish all necessary material, plant facilities, labor, parts, equipment, and expertise, including all packing, preservation, and packaging, in accordance with specified technical orders and work specifications.

Contract Details

  • Contract Type: Firm Fixed-Price (FFP) Requirements Contract.
  • Period of Performance: A 5-year contract, consisting of a 3-year basic period and one 2-year option period.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • Funding: The Government's obligation is contingent upon the availability of appropriated funds.
  • Place of Performance: Items will be shipped to DLA Distribution Depot Oklahoma at Tinker AFB (F.O.B. Origin).

Key Requirements & Deliverables

  • Remanufacture Process: Restore items to like-new condition, replacing consumable parts. Costs for work specifications, technical orders, and approved Over and Above (O&A) requests (excluding missing parts) must be included in the unit price.
  • Quality Assurance: Compliance with ISO 9001-2015 standards and DCMA quality acceptance at the remanufacture site.
  • Marking & Packaging: Item Unique Identification (IUID) marking (DFARS 252.211-7003) and MIL-STD-2073-1 are required. Packaging must comply with Wood Packaging Material (WPM) standards (debarked, heat-treated) and MIL-STD-129.
  • Reporting (CDRLs): Mandatory data deliverables include Commercial Asset Visibility (CAV) Reporting, Contract Depot Maintenance (CDM) Monthly Production Reports, Annual Government Property Physical Inventory Reports, Capability Analysis Plans (CAP) for Production Surge, and Reports of Shipping/Packaging Discrepancy (SF-364).
  • Surge Capability: Contractors must be prepared for surge events and submit a Production Surge Plan.
  • Supply Chain Risk Management (SCRM): Contractors are responsible for identifying, assessing, planning for, and mitigating supply chain risks.
  • Government Property: The contractor is responsible for furnishing all material, support equipment, and special tools; Government Furnished Equipment (GFE) will not be provided.

Eligibility & Evaluation

  • Set-Aside: This is a Total Small Business Set-Aside.
  • Qualification: Offerors must be an approved source per FAR 52.209-1. Vendors not previously qualified must submit a Source Approval Request (SAR) package to the Tinker AFB Small Business Office (afsc.sb.workflow@us.af.mil) via DoD SAFE.
  • Pre-Award Survey (PAS) / Initial Production Evaluation (IPE): Both are required.
  • Cybersecurity Compliance: Offerors must have a NIST SP 800-171 DoD Assessment score of 110 in the Supplier Performance Risk System (SPRS), or submit a plan to achieve compliance with their proposal.
  • Evaluation: Award will be based on Price-Only Competition.

Submission & Deadlines

  • Proposal Due Date: March 4, 2026, at 1:00 PM (Central Time, based on Tinker AFB location).
  • Offer Validity: Prices must be held firm for 120 calendar days.
  • Technical Data Requests: Submit requests to dessie.breslin@us.af.mil AND amy.gil@us.af.mil, including the solicitation number, specific data needed, and a current, approved DD Form 2345.
  • Drawings Access: Request access to the A-Team via a DD Form 2875 to wralc.tila.centra@us.af.mil.

People

Points of Contact

Dessie BreslinPRIMARY
Amy GilSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 2
Solicitation
Posted: Mar 2, 2026
View
Version 1Viewing
Solicitation
Posted: Feb 2, 2026
Remanufacture of T-38 Defog Flow Selector | GovScope