Solicitation for FD20302501098: Overhaul of Control Column, Airc_NSN: 1680-01-527-8154FG & 1680-01-527-8153FG
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, specifically FA8118 AFSC PZABB, has issued a solicitation for the overhaul of Aircraft Control Columns (NSN: 1680-01-527-8154FG & 1680-01-527-8153FG). This is an Unrestricted opportunity seeking a contractor to restore Government-furnished reparables to a like-new condition. Proposals are due by February 24, 2026, at 12:00 PM CST.
Scope of Work
The contractor will perform comprehensive overhaul services, including disassembly, cleaning, inspection, rehabilitation, re-assembly, testing, and finishing of the control columns. This involves 100% replacement of consumable parts and repair/replacement of non-compliant components. The scope also covers parts control, obsolescence management (DMSMS), and strict adherence to technical orders. The contractor must furnish all necessary material, facilities, labor, parts, equipment, and expertise. Special requirements include Item Unique Identification (IUID) marking, surge capability planning, Supply Chain Risk Management (SCRM), Continuity of Operations (COOP), and cybersecurity protection of supply chain information. The items to be overhauled include 25 units of NSN 1680015278154 and 15 units of NSN 1680015278153.
Contract Details
- Contract Type: Firm-Fixed-Price Indefinite Quantity (IDIQ)
- Period of Performance: A 5-year contract is contemplated.
- Set-Aside: Unrestricted
- Place of Performance: Contractor facilities, with ship-to locations at DLA Distribution Depot Oklahoma, Tinker AFB, OK.
Eligibility & Evaluation
Proposals will be evaluated primarily on price. Offerors must be approved sources per FAR 52.209-1, and prequalification is essential for high quality and operational safety. Vendors not currently qualified must submit a Source Approval Request (SAR) package. A current NIST SP 800-171 DoD Assessment score of 110 posted in SPRS, or a plan to achieve compliance, is required. Proposals must be clear, concise, and detailed, with prices held firm for 120 days.
Reporting & Personnel Requirements
The contract includes extensive data reporting obligations, such as daily Commercial Asset Visibility (CAV) reporting, monthly Contract Depot Maintenance (CDM) Production Reports, annual Government Property (GP) Inventory Reports, and a Production Surge Plan. Contractors must also adhere to specific packaging requirements (MIL-STD-129, MIL-STD-2073-1, WPM compliance) and contact DCMA Transportation for shipping instructions. Minimum personnel skill requirements are outlined for roles including Aircraft Mechanic, Quality Control Inspector, and Engineering Technician.
Key Dates & Contacts
- Solicitation Published: December 23, 2025
- Proposal Due: February 24, 2026, at 12:00 PM CST
- Primary Contact: Amy Gil (amy.gil@us.af.mil, 405-739-4810) for technical data requests.
- Personnel Skill Inquiries: Darren Dugger (405-622-7766).