REPAIR OF BLOWER ASSEMBLY NSN 4920011116824RN

SOL #: FA851726Q0002Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8517 AFSC PZAAC
ROBINS AFB, GA, 31098-1670, United States

Place of Performance

Warner Robins, GA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

Aircraft Maintenance And Repair Shop Specialized Equipment (4920)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 27, 2026
2
Last Updated
Apr 3, 2026
3
Submission Deadline
May 3, 2026, 4:00 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 (AFSC PZAAC) is soliciting proposals for Teardown/Test/Evaluation (TT&E) and repair services for Blower Assemblies (NSN 4920-01-111-6824RN, P/N 89162-204). This is a Solicitation for a Requirements type contract to ensure the serviceable condition of these critical components used in Cabin Pressurized Leakage Tester units. Quotations are due by May 3, 2026.

Scope of Work

The contractor shall perform all necessary actions to return reparable Blower Assemblies to a serviceable condition. This includes TT&E, repair, and testing in accordance with applicable Original Component Manufacturer (OCM) standards and directives. The contractor must furnish all necessary materials and parts, ensuring they meet or exceed OCM specifications. Packaging and marking of end items and components must adhere to specified military standards and regulations.

Contract Details

  • Contract Type: Requirements type contract
  • Period of Performance: A basic one-year ordering period with four additional one-year ordering periods.
  • Set-Aside: This is NOT a small business set-aside.
  • Place of Performance: Contractor's Facility.
  • Key Requirements: Item Unique Identification (IUID) is required. Inspection and Acceptance will be at Origin. Government Property management must comply with FAR 52.245-1.

Performance Standards

  • Quality: Repaired assets must pass DCMA inspection with no more than one failure per contract year. At least 95% of repaired assets must pass initial inspection, with the remaining 5% or less passing on the second attempt. No more than one Product Quality Deficiency Report (PQDR) or Quality Deficiency Report (QDR) per year attributed to the contractor.
  • Quality Management System (QMS): 100% compliance with an AS9100 compliant QMS is required.
  • On-time Delivery: Zero late deliveries per contract year, with repaired assets delivered within 30 calendar days after receipt of a repair delivery order. This is a pertinent requirement due to critical mission operations.

Special Requirements

  • Supply Chain Risk Management (SCRM): A comprehensive SCRM plan addressing Continuity of Operations (COOP), Foreign Influence (FOCI), and Cybersecurity is required.
  • Packaging: Adherence to MIL-STD-129 Revision R and MIL-STD-2073-1 Revision E, including specific requirements for Wood Packaging Material (WPM) such as de-barking and heat treatment.
  • Transportation: Compliance with DD Form 1653 transportation data, including F.O.B. terms and procedures for obtaining shipping instructions from DCMA.

Submission & Evaluation

Quotations must be submitted by the close of business on May 3, 2026. The contractor agrees to hold offered prices firm for 30 days. Evaluation criteria are not detailed in the provided RFQ document.

Contact Information

For inquiries, contact Teresa Morris at teresa.morris.2@us.af.mil.

People

Points of Contact

Teresa MorrisPRIMARY
Steve RenfroeSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 3
Solicitation
Posted: Apr 3, 2026
View
Version 2
Solicitation
Posted: Apr 3, 2026
View
Version 1Viewing
Solicitation
Posted: Mar 27, 2026