Remanufacture of the B-1 Electro-Mechanical Actuator

SOL #: FD20302601232Pre-SolicitationSole Source

Overview

Buyer

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

Place of Performance

S Coffeyville, OK

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

Miscellaneous Aircraft Accessories And Components (1680)

Set Aside

No set aside specified

Timeline

1
Posted
May 6, 2026
2
Response Deadline
May 21, 2026, 5:00 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 United States Air Force Sustainment Center (AFSC) at Tinker AFB, OK, is contemplating a sole source contract for the remanufacture of B-1 Electro-Mechanical Actuators (NSN: 1680012679557RK, P/N: R16115). This effort aims to return critical aircraft components to a like-new condition. The contract is planned as a Firm-Fixed-Price, Firm-Fixed-Quantity Requirements type with a one 2-year basic period. The solicitation is anticipated around May 18, 2026, with a closing response date of July 8, 2026.

Scope of Work

The contractor will provide all labor, facilities, equipment, and materials for the remanufacture of 24 B-1 Electro-Mechanical Actuators. This includes:

  • Disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing to like-new condition.
  • Adherence to applicable Technical Orders (TOs) and Original Equipment Manufacturer (OEM) specifications.
  • Delivery of 5 units every 60 days.
  • Management of Beyond Economic Repair (BER) and Over and Above work.
  • Compliance with requirements for Government Furnished Property (GFP), Supply Chain Risk Management (SCRM) including Cybersecurity (NIST SP 800-161, 800-53), and surge capabilities (20% increase).
  • Strict parts control and procedures for reverse engineering when necessary.

Contract Details

  • Type: Firm-Fixed-Price, Firm-Fixed-Quantity Requirements Contract.
  • Period of Performance: One 2-year Basic period.
  • Set-Aside: This is a sole source requirement to Whippany Actuation Systems LLC (CAGE CODE: 81039), an approved Large Business.
  • Place of Performance: Associated with Tinker AFB, OK.
  • Product Service Code: 1680 - Miscellaneous Aircraft Accessories And Components.

Submission & Evaluation

This notice serves as a presolicitation synopsis.

  • Solicitation Release: On or about May 18, 2026.
  • Closing Response Date: July 8, 2026.
  • Estimated Award Date: August 31, 2026.
  • Action for Interested Vendors: Companies not previously qualified must submit a Source Approval Request (SAR) package. Engineering source approval is required.
  • Technical Data: Can be requested via email to AFLCMC.LZP.PUBSALES@us.af.mil.
  • Questions: Must be submitted in writing via email and will be posted publicly.
  • Offerors must specify business size/type (large, small, 8(a), etc.) and ownership (U.S. or foreign).

Additional Notes

The government will not be using policies contained in FAR Part 12 (Acquisition of Commercial Items). An Ombudsman is available to address concerns during the proposal development phase.

People

Points of Contact

Jessica VinyardPRIMARY
Matthew ChurchwellSECONDARY

Files

Files

Download
Download

Versions

Version 1Viewing
Pre-Solicitation
Posted: May 6, 2026
Remanufacture of the B-1 Electro-Mechanical Actuator | GovScope