Remanufacture of the F-15 Pitch/Roll Channel Assemblies & Pitch Trim Controller
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 seeking offers for the remanufacture of F-15 Pitch/Roll Channel Assemblies and Pitch Trim Controllers. This Solicitation anticipates a Firm Fixed Price Requirements Type Contract for a 3-year period (2-year basic, 1-year option). The acquisition is UNRESTRICTED, although the government anticipates a sole source award to Moog, Inc. (CAGE 9P5N5), which is consistent with the 8(a) Sole Source designation in the opportunity metadata. Offers are due by February 1, 2026, at 3:00 PM.
Scope of Work
This effort involves the upgrade and remanufacture of F-15A-D and F-15E model Pitch and Roll Channel Assemblies and the F-15E Pitch Trim Controller. The scope includes disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing to return end items to a like-new condition. Contractors must adhere to applicable Technical Orders (TOs) and Original Equipment Manufacturer (OEM) specifications, with 100% replacement of specified consumable parts. Key requirements also cover parts control, special tooling and test equipment (ST/STE), nuclear hardness, ozone-depleting substances, Supply Chain Risk Management (SCRM), Continuity of Operations (COOP) plans, cybersecurity measures, and foreign influence disclosures.
Contract Details
- Contract Type: Firm Fixed Price Requirements Type Contract.
- Period of Performance: A 3-year contract, comprising a two-year basic period and one one-year option period.
- Set-Aside: UNRESTRICTED (as per solicitation document).
- Government Furnished Property (GFP): The government will provide specific Hydro Servomechanisms (Part Numbers 010-63055-24 and A71500-5) and Linear Direct Valves (Part Number A71504-6) as "Use As-Is" items.
- Funding: Funds are not presently available for this contract.
Submission & Evaluation
- Offers Due: February 1, 2026, at 3:00 PM.
- Submission Location: Proposals must be submitted to the issuing office.
- Evaluation Factors: "Price or Cost" is the most important factor. All other evaluation factors combined are considered approximately equal to cost or price.
- Qualification: A Pre-Award Survey and/or Initial Production Evaluation is required. Interested vendors not previously qualified must submit a Source Approval Request (SAR) package.
Reporting & Compliance
Contractors will be required to provide extensive data and adhere to various standards:
- Data Requirements (CDRL): Includes daily Commercial Asset Visibility (CAV) Reporting, monthly Contract Depot Maintenance (CDM) Production Reports, annual Government Property Inventory Reports, and a Production Surge Plan (due 30 days post-award).
- Item Unique Identification (IUID): Marking is required for all items in accordance with DFARS 252.211-7003 and MIL-STD-130.
- Packaging: Compliance with ISPM 15 for wood packaging material, MIL-STD-2073-1 for military packaging, and MIL-STD-129 for shipping and storage markings. Specific Special Packaging Instructions (SPI) apply to the Servomechanism.
- Transportation: F.O.B. Origin. Vendors must contact DCMA Transportation for shipping instructions prior to shipment.
- Cybersecurity: NIST SP 800-171 DoD Assessment requirements apply.
Contact Information
Primary Point of Contact: Alan Tran (alan.tran.1@us.af.mil). Technical data requests should be directed to Morgan Mcgarity (morgan.mcgarity@us.af.mil).