Remanufacturing of the F-16 Air Heat Exchanger
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 United States Air Force (USAF), through the Air Force Sustainment Center (AFSC) at Tinker AFB, is seeking qualified small businesses for the remanufacturing of F-16 Air Heat Exchangers (NSN 1660-01-050-5847 / P/N: 764962-2). This presolicitation anticipates a firm fixed-price, 5-year Requirements type contract, consisting of a three-year basic ordering period and a two-year option. Qualification requirements apply, necessitating a Source Approval Request (SAR) package submission. The solicitation is expected around May 28, 2026, with a closing response date around June 30, 2026.
Scope of Work
The contractor will provide all labor, facilities, equipment, and materials to remanufacture the F-16 Air Heat Exchanger to a like-new condition, adhering to the Statement of Work (SOW) and applicable Technical Orders (TOs) and OEM specifications. Key tasks include disassembly, cleaning, inspection, maintenance, in-house core manufacturing, re-assembly, and testing. The estimated quantities are 108 units for the basic period and 72 units for the option period, with deliveries of 4 units every 30 days ARO to DLA Distribution Depot Oklahoma, Tinker AFB.
Key Requirements & Deliverables
Qualification is mandatory, requiring vendors to submit a Source Approval Request (SAR) package to the Source Development, Small Business Office (405-739-7243). The part requires engineering source approval. Contractors will be responsible for various data deliverables, including:
- Commercial Asset Visibility (CAV) Reporting
- Contract Depot Maintenance (CDM) Monthly Production Reports
- Annual Government Property (GP) Inventory Reports
- Production Surge Plans
- Technical Data Packages (TDP)
- Reports of Shipping and Packaging Discrepancy (SF-364) Additionally, a Supply Chain Risk Management (SCRM) plan (covering COOP, Foreign Influence, and Cybersecurity) and Item Unique Identification (IUID) marking are required. All packaging must comply with WPM regulations and MIL-STD-129/MIL-STD-2073-1. Contractors must use the Procurements Integrated Enterprise Environment (PIEE) for regulatory clearances and shipping documentation.
Contract Details & Timeline
- Contract Type: Firm Fixed-Price, 5-year Requirements (3-year basic, 2-year option)
- Set-Aside: Total Small Business Set-Aside
- NAICS: 336413 (Aircraft Manufacturing)
- PSC: 1660 (Aircraft Air Conditioning, Heating, And Pressurizing Equipment)
- Estimated Solicitation Release: May 28, 2026
- Estimated Solicitation Closing: June 30, 2026
- Commercial Item Interest Due: May 27, 2026 (15 days from notice publication)
Action Items
Interested small businesses must ensure they meet the qualification requirements and submit a SAR package. For technical data, email Nonika Allen (Nonika.allen.1@us.af.mil) with a company letterhead, solicitation number, specific data, and a current DD Form 2345. All questions regarding this notice must be submitted in writing via email. Offerors should specify their business size and U.S./foreign-owned status in their response.