Repair Rate of Flow Transmitter of E-3 Weapon System

SOL #: FA811726RB004Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8117 AFSC PZABA
TINKER AFB, OK, 73145-3303, United States

Place of Performance

S Coffeyville, OK

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Aircraft Components And Accessories (J016)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 6, 2026
2
Last Updated
Mar 10, 2026
3
Submission Deadline
Apr 6, 2026, 8:00 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, specifically FA8117 AFSC PZABA, is soliciting proposals for the repair of E-3 Rate of Flow Transmitters (NSN 6680-01-016-1309) for the E-3 Weapon System. This opportunity is designated as a 100% Small Business Set-Aside. The resulting contract will be a Firm-Fixed-Price (FFP) Indefinite Delivery, Indefinite Quantity (IDIQ) vehicle, with individual delivery orders. Proposals are due by April 6, 2026, at 3:00 PM CST.

Scope of Work

The contractor will be responsible for the repair of E-3 Rate of Flow Transmitters, which includes "No Fault Found" services and "Over and Above" services for both standard and surge requirements. The Performance Work Statement (PWS) outlines requirements for disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing to return items to a serviceable condition, in accordance with specified Technical Orders (TOs) and Original Equipment Manufacturer (OEM) repair procedures. Key performance standards include maintaining a quality product (with no more than 3% Material, Supply, or Product Quality Deficiency Reports annually), 100% on-time delivery, and 100% on-time data reporting.

Contract Details

  • Contract Type: Firm-Fixed-Price (FFP) on individual delivery orders.
  • Period of Performance: A base period from May 7, 2027, to May 6, 2032, with option periods extending through May 6, 2037.
  • Estimated Quantity (Base Period): 125 units for repair, 1 unit for "No Fault Found."
  • Set-Aside: 100% Small Business Set-Aside.
  • DPAS Rating: DO-A1.
  • Place of Performance: S Coffeyville, OK (based on metadata). Shipping destination is DLA Distribution Depot Oklahoma, Tinker AFB, OK.
  • Government Furnished Property (GFP): The solicitation identifies a "Rate of Flow Transmitter" (NSN 668001016130 087489) with a quantity of 250 and unit acquisition cost of $5326.00 as GFP. While no Government Furnished Material (GFM) or Equipment (GFE) will be provided, the contractor must manage GFP if anticipated.

Eligibility & Evaluation

  • Eligibility: Offerors must be an Approved Source for repair of E-3 Fuel Flow Transmitters and listed on the CONTRACT REPAIR SCREENING ANALYSIS WORKSHEET (CRSAW/AFMC762) for NSN 6680010161309RK.
  • Source Selection: Lowest Priced Technically Acceptable (LPTA) procedures will be used.
  • Technical Acceptability: Based on meeting Qualification Requirements (QRs) and being an approved source.
  • Price Evaluation: Proposals will be evaluated for completeness, reasonableness, balanced pricing, and realism.

Submission Requirements

  • Proposal Due Date: April 6, 2026, at 3:00 PM CST.
  • Submission Method: Electronically via email to amy.schmitz.1@us.af.mil.
  • Required Data: Contractors must adhere to the Contract Data Requirements List (CDRL) (Exhibit A), which includes reports on Government Property Inventory, Production Surge Plans, Commercial Asset Visibility (CAV) Reporting, Counterfeit Prevention Plans, and monthly production reports.
  • Special Requirements: Bidders must address Supply Chain Risk Management (SCRM), develop a Cybersecurity protection plan, and implement a Counterfeit Prevention Program (CPP). Packaging must comply with MIL-STD-129 and MIL-STD-2073-1, including Wood Packaging Material (WPM) compliance. Transportation will be F.O.B. Origin, with shipping instructions to be obtained from DCMA Transportation. A Wage Determination for California counties is included, which bidders must review for labor cost compliance.

Contact Information

People

Points of Contact

David HerrigSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 2
Solicitation
Posted: Mar 10, 2026
View
Version 1Viewing
Solicitation
Posted: Mar 6, 2026
Repair Rate of Flow Transmitter of E-3 Weapon System | GovScope