REPAIR OF BLOWER ASSEMBLY NSN 4920011116824RN
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 (FA8517 AFSC PZAAC) has issued a Solicitation (RFQ) for repair services for the Blower Assembly (NSN 4920-01-111-6824RN, P/N 89162-204). This critical component is part of Cabin Pressurized Leakage Tester units used to measure aircraft cabin leakage. This is a Requirements type contract and is not a small business set-aside. Quotations are due by May 3, 2026, at 4:00 PM ET.
Scope of Work
The contractor will perform Teardown/Test/Evaluation (TT&E) and subsequent repair of the Blower Assembly to a serviceable condition. All actions must be conducted in accordance with Original Component Manufacturer (OCM) standards and directives. This includes furnishing all necessary materials and parts that meet or exceed OCM specifications. The repair is essential for critical mission operations, requiring high quality and on-time delivery.
Key requirements include:
- Government Property Management: Adherence to FAR 52.245-1 and reporting via the GFP Module in PIEE.
- Item Unique Identification (IUID): Required for all qualifying Air Force assets.
- Supply Chain Risk Management (SCRM): A comprehensive plan addressing Continuity of Operations (COOP), Foreign Influence (FOCI), and Cybersecurity.
- Quality Management System (QMS): Establishment of an AS9100 compliant QMS.
- Packaging: Compliance with military standards such as MIL-STD-129 and MIL-STD-2073, including specific requirements for Wood Packaging Material (WPM) to be de-barked and heat-treated.
Contract Details
- Contract Type: Requirements type contract (Solicitation/RFQ).
- Duration: A basic 12-month ordering period, followed by four (4) additional 12-month ordering periods.
- Place of Performance: Contractor's Facility, located in Warner Robins, GA.
- Delivery: Repaired assets must be delivered within 90 calendar days After Receipt of Order (ARO).
- Inspection & Acceptance: At Origin, with Standard Inspection for Quality Assurance.
- F.O.B. Terms: Recommended as "Origin" or "Destination," with specific shipping instructions to be obtained from DCMA Transportation.
- Set-Aside: This opportunity is not a small business set-aside.
- Response Due: May 3, 2026, 4:00 PM ET.
- Published Date: April 3, 2026.
Performance Standards
Contractors must meet stringent performance metrics:
- Quality of Repair: Repaired assets must pass DCMA inspection with no more than one failure per contract year, and at least 95% must pass initial inspection. No more than one Product Quality Deficiency Report (PQDR) or Quality Deficiency Report (QDR) per year.
- QMS Adherence: 100% compliance with the Quality Control Plan/QMS.
- On-time Delivery: Zero late deliveries are required due to critical mission operations.
Submission & Evaluation
Quotations must be submitted by the specified due date, with offered prices held firm for 30 days. While specific evaluation criteria are not detailed, adherence to technical requirements, quality standards, and delivery timelines will be paramount.
Additional Notes
The solicitation references several Contract Data Requirements List (CDRL) items, including Commercial Asset Visibility (CAV) Reporting, Contract Depot Maintenance (CDM) Monthly Production Report, and Government Property (GP) Annual Inventory Report. Numerous FAR and DFARS clauses are incorporated.