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 is soliciting proposals for the Teardown/Test/Evaluation (TT&E) and repair of Blower Assemblies (NSN 4920-01-111-6824RN, P/N 89162-204). These assemblies are critical components of Cabin Pressurized Leakage Tester units used for measuring aircraft cabin leakage. This is a Solicitation for a Requirements type contract and is not a small business set-aside. Proposals are due May 3, 2026.

Scope of Work

The contractor will perform all actions necessary to return reparable Blower Assemblies to a serviceable condition, including TT&E and subsequent repair. All work must be conducted in accordance with applicable Original Component Manufacturer (OCM) standards and directives. Key requirements include:

  • Furnishing all necessary materials and parts that meet or exceed OCM specifications.
  • Implementing Item Unique Identification (IUID) for qualifying assets.
  • Establishing an AS9100 compliant Quality Management System (QMS).
  • Developing a comprehensive Supply Chain Risk Management (SCRM) plan addressing Continuity of Operations (COOP), Foreign Influence (FOCI), and Cybersecurity.
  • Managing Government Property (GFP) in accordance with FAR 52.245-1.
  • Adhering to specific military standards for packaging and marking (MIL-STD-129R, MIL-STD-2073-1E), including compliance for Wood Packaging Material (WPM).

Contract Details

  • Contract Type: Requirements type contract.
  • Period of Performance: A basic 12-month ordering period, followed by four (4) additional 12-month ordering periods.
  • Place of Performance: Contractor's Facility.
  • Set-Aside: Not a small business set-aside.
  • Performance Standards: Emphasis on quality repair (e.g., assets passing DCMA inspection, minimal PQDRs/QDRs, 100% QMS compliance) and on-time delivery due to critical mission operations. Delivery of repaired assets is expected within 90 calendar days After Receipt of Order (ARO), with a goal of zero late deliveries per contract year.
  • Inspection & Acceptance: At Origin.
  • Transportation: F.O.B. terms will be specified, with instructions for obtaining shipping guidance from DCMA Transportation.

Submission & Contacts

Quotations must be submitted by May 3, 2026, at 4:00 PM EDT. Offered prices must be held firm for 30 days. Primary Contact: Teresa Morris (teresa.morris.2@us.af.mil) Secondary Contact: Steve Renfroe (Carlos.renfroe.1@us.af.mil)

People

Points of Contact

Teresa MorrisPRIMARY
Steve RenfroeSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download

Versions

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