T-38 Electro-Mechanical Actuator, Multiple NSNs, Multiple Award Contract (MAC)
ID: FA811825R0098Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8118 AFSC PZABBTINKER AFB, OK, 73145-3303, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS (1680)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors for the remanufacture of T-38 Electro-Mechanical Actuators under a Multiple Award Contract (MAC). The procurement involves providing all necessary labor, facilities, equipment, and materials to restore these actuators to a like-new condition, with specific tasks including disassembly, cleaning, inspection, maintenance, reassembly, testing, and finishing. These actuators are critical components used in aircraft flap systems, emphasizing their importance in maintaining operational readiness and safety. Interested small businesses must submit their proposals by December 8, 2025, and can direct inquiries to Morgan Mcgarity at morgan.mcgarity@us.af.mil or Shirley V. Harmon at Shirley.Harmon.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This government Statement of Work (SOW) outlines requirements for the remanufacture of T-38 Electro-Mechanical Actuators for the Department of the Air Force. Key aspects include a mandatory Pre-Award Survey and Initial Production Evaluation, detailed reporting, and strict quality control measures. Contractors must adhere to specific requirements for special tools, test equipment, and a robust parts control program emphasizing sourcing from OEMs or DLA. The SOW also addresses environmental concerns, safety, and item unique identification. A critical component is the Supply Chain Risk Management (SCRM) plan, which covers continuity of operations, foreign influence, and cybersecurity, including compliance with NIST publications. The document specifies consumable parts for 100% replacement and outlines material lay-in parts. This SOW ensures high-quality remanufacture while mitigating various risks.
    This government Statement of Work (SOW) outlines the requirements for the remanufacture of T-38 Electro-Mechanical Actuators for the Department of the Air Force. The SOW details general information, including definitions, pre-award survey, and initial production evaluation requirements. It also specifies reporting, quality program, and inspection system requirements, along with guidelines for special tools, test equipment, and parts control. The document addresses environmental concerns, technical order maintenance, contractor employee conduct, safety, and item unique identification. Additionally, it includes provisions for surge capacity in national emergencies. The work description covers general and specific remanufacturing tasks, delivery schedules, applicable technical documents, government property management, and consumable parts replacement. A key section is dedicated to Supply Chain Risk Management (SCRM), emphasizing continuity of operations, foreign influence, and cybersecurity measures, including compliance with NIST Special Publications. The SOW also lists material lay-in parts for two specific end items, NSN 1680-00-872-7023RK and NSN 1680-00-902-2196RK. The overall purpose is to ensure the remanufacture process adheres to strict quality, safety, and security standards set by the Air Force.
    This government Statement of Work (SOW) outlines the requirements for the remanufacture of T-38 Electro-Mechanical Actuators for the Air Force. The SOW details general information, work descriptions, applicable documents, government property, consumable part replacement, and supply chain risk management. Key aspects include pre-award surveys, initial production evaluations, strict quality control, and reporting requirements. The document specifies procedures for special tools, test equipment, parts control, and handling of obsolescence. It also emphasizes contractor employee identification, safety, health, item unique identification, and surge capabilities. The contractor is responsible for all materials and equipment, with detailed instructions for managing government property and consumable parts. The SOW also mandates a comprehensive Supply Chain Risk Management (SCRM) plan covering continuity of operations, foreign influence, and cybersecurity, with a focus on protecting information and critical infrastructure.
    The Commercial Asset Visibility Air Force (CAV AF) Reporting Requirements document outlines essential guidelines for contractors managing government-owned assets at repair facilities. It mandates daily reporting of asset status, including those in Inventory Control Points, within the CAV AF system. Key responsibilities include ensuring data accuracy, assigning two CAV AF reporters, and completing mandatory DoD Information Assurance CyberAwareness Challenge training. Contractors must use government-issued shipment document numbers, avoid "induction-at-risk," and follow strict procedures for contract closure and Nuclear Weapon Related Materiel (NWRM) reporting. The document also details transactional reporting for "Not-on-Contract" items and proper usage of DD Form 1348-1A for shipping and receipt actions, emphasizing timely and accurate data submission to prevent systemic data problems and ensure compliance with Air Force inventory management. Initial training is provided by the contracting ICP or Contract Monitor, with follow-up training being the contractor's responsibility.
    This government file outlines the Contract Data Requirements List (CDRL) for the T-38 Electro-Mech Actuator, detailing six data items (A001-A006) for contract FD20302501324. These items include Commercial Asset Visibility (CAV) Reporting, Contract Depot Maintenance (CDM) Monthly Production Reports, Government Property (GP) Inventory Reports, a Production Surge Plan (Capability Analysis Plan), Reports of Shipping and Packaging Discrepancy (SF-364), and a Technical Data Package (TDP). Each data item specifies reporting authority, frequency (daily, monthly, annually, as required, or one-time), submission deadlines, distribution statements (primarily Distribution D, authorized for DoD and US DoD contractors only, with export control warnings), and specific content requirements. The CDRL applies to the basic year and all option years of the contract, emphasizing electronic submissions and adherence to various DoD directives and manuals.
    The DI-MGMT-80441D Government Property (GP) Inventory Report is a data item description (DID) applicable to all Department of Defense (DoD) contracts involving government-furnished property (GFP) or contractor-acquired property (CAP). It mandates contractors to periodically provide an electronic inventory listing in .xls or .xlsx format to the DoD Service or Agency. The report must include specific data fields such as Contract Number, Asset Identification Numbers (Agency and Contractor), Item Description, Manufacturer Part/Model/Serial Numbers, Quantity, Unit of Measure, Acquisition Cost, Unique Item Identifier (if applicable), Asset Location, Type of Government Property (GFP or CAP), Classification (e.g., COMSEC, EQP), Date of Last Physical Inventory, and Federal Condition Code. This DID, which supersedes DI-MGMT-80441C, ensures comprehensive tracking and reporting of government property in contractors' possession, including subcontractors, by contract.
    The provided government file, repeatedly citing "Source: http://assist.dla.mil -- Downloaded: 2020-08-20T18:47Z Check the source to verify that this is the current version before use," appears to be a placeholder or a repetitive header from a document. The core purpose of this file, within the context of government RFPs, federal grants, or state/local RFPs, is to serve as an administrative reminder for users to verify the currency of the document's information by checking the specified source. It does not contain any substantive content regarding a project, grant, or solicitation, but rather acts as a perpetual prompt for due diligence regarding information validity. The document's main function is to enforce a critical procedural step: ensuring the user is working with the most up-to-date version of any related content from the DLA ASSIST database.
    The provided government file, sourced from http://assist.dla.mil, serves as a verification reminder for users to check the source to ensure they are using the current version of the document. This brief file's main purpose is to emphasize the importance of using up-to-date information, which is critical in contexts like federal government RFPs, federal grants, and state and local RFPs where outdated details can lead to significant issues. The repeated instruction underscores the necessity of verifying the document's currency before use.
    DI-MGMT-81838, titled "Commercial Asset Visibility (CAV) Reporting," outlines the requirements for contractors to track Government-owned reparable assets within their repair facilities. This Data Item Description (DID) specifies the format and content for reporting transactions through the web-based CAV application. The primary purpose of CAV is to serve as an inventory management system for these assets while they are with commercial repair vendors, enabling contractors to report transactions and automatically update the CAV database. The required content for contractor reporting includes a comprehensive list of transactions and status changes, such as asset receipt, inductions, items awaiting parts, completions, shipments, proof of shipment, items beyond economic repair, and various reports like inventory labels and repair history. This DID is crucial for ensuring transparency and accountability in the repair cycle of government assets within commercial settings.
    DI-PSSS-81995A outlines the requirements for the Contract Depot Maintenance (CDM) Monthly Production Report, a crucial data item for government oversight of maintenance contracts. This report provides monthly figures on production, asset status, schedule performance, anticipated future production, and unresolved issues. Applicable to all depot-level maintenance contracts, it supersedes DI-PSSS-81995. The report mandates a specific format (Table I) and content, divided into two parts. Part I requires information from the Production Management Specialist (PMS) and the contractor, including administrative details (date, PMS/contractor info, contract number, government POC) and detailed production metrics (item identification, quantities on contract, reparables received, on-hand, inducted, awaiting parts, produced, serviceables on-hand, shipped, condemned, and next month's forecast). Part II, the Production Summary, is only required if production forecasts were unmet, current forecasts don't match scheduled quantities, or future production problems are anticipated. The report is due within 10 business days of the preceding month's end, ensuring timely communication between contractors and the government regarding maintenance activities.
    DI-SESS-80776B defines the requirements for a Technical Data Package (TDP), an authoritative technical description essential for the acquisition, production, inspection, engineering, and logistics of an item. This document outlines the format, content, and use of TDP elements, referencing MIL-STD-31000B, Technical Data Packages. Key content requirements include conceptual, developmental, product, and commercial engineering design data, along with special inspection equipment, special tooling, specifications, software documentation, special packaging instructions, and quality assurance provisions. Product design data, in particular, must detail unique processes, performance ratings, dimensional data, critical manufacturing processes, quality assurance, and other essential characteristics. The DID emphasizes the necessity of clear, complete, and accurate technical descriptions to ensure effective item performance and interface.
    This government solicitation, FA8118-25-R-0098, issued by the Department of the Air Force, is a Request for Proposal (RFP) for the remanufacture of T-38 Electro-Mech Actuators (NSNs 1680-00-872-7023RK and 1680-00-902-2196RK). It is a total small business set-aside, contemplating a 5-year firm-fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC). Key requirements include a pre-award survey, initial production evaluation, and qualification for interested vendors. Offerors must comply with various clauses including the Buy American Act, Item Unique Identification (IUID), and NIST SP 800-171 DoD Assessment requirements. The contract outlines minimum and maximum ordering quantities for each NSN, specifies packaging and marking standards (MIL-STD-130, MIL-STD-129/ASTM-D-3951), and details inspection and acceptance at origin. Payment instructions require using Wide Area WorkFlow (WAWF).
    This document outlines Amendment FA8118-25-R-0098-0001 to a solicitation for the remanufacture of T-38 Electro-Mechanical Actuators for the Department of the Air Force. The amendment, effective October 23, 2025, incorporates a revised Statement of Work, adds descriptive language to Material Lay-In CLINs 0005 and 0006, and extends the solicitation close date to November 24, 2025, at 1:00 PM. The solicitation is for a five-year, firm-fixed-price, indefinite delivery, indefinite quantity (IDIQ), multiple-award contract. Key requirements include a Pre-Award Survey/Initial Production Evaluation, contractor-furnished materials and labor, qualification requirements (Source Approval Request), and compliance with various FAR and DFARS clauses, including NIST SP 800-171 DoD Assessment requirements for cybersecurity. The document details minimum and maximum quantities for two NSNs (1680-00-872-7023 and 1680-00-902-2196), specifies data delivery requirements, and outlines responsibilities for Government Furnished Property (GFP) material lay-in.
    This document is an amendment to solicitation FA8118-25-R-0098-0002, issued by the Department of the Air Force. The amendment primarily incorporates a revised Statement of Work dated November 4, 2025, and extends the solicitation close date from November 24, 2025, to December 8, 2025, at 1:00 PM. The solicitation is for a 5-year firm-fixed-price, indefinite delivery/indefinite quantity (IDIQ), multiple-award contract for the remanufacture of T-38 Electro-Mech Actuators (NSNs 1680-00-872-7023 and 1680-00-902-2196). Key requirements include a pre-award survey, initial production evaluation, and qualification requirements for interested vendors. Offerors must also comply with NIST SP 800-171 DoD Assessment requirements, providing a score of 110 in SPRS or a plan for compliance. The document details contract clauses related to item unique identification, surge options, small business set-asides, and limitations on subcontracting, emphasizing strict adherence to government regulations for quality, cybersecurity, and ethical conduct.
    This GFP Attachment details two provisioned items: T-38 Flap Actuators. Both line items specify the item name, description, NSN, CAGE code, part number, model number, and indicate they are not serially managed. They are classified as 'Reparable' with a usage of 'Return' and an acquisition cost of $75,000.00 each. Line item 1 lists 250 units, and Line item 2 lists 285 units. Both items are designated 'Use As-Is' and not upgradable. This document appears to be part of a government procurement or asset management process, likely for military aircraft components.
    This document details an electromechanical actuator, NSN 1680009022196RK, with CAGE code 98889 and reference number 817T100-1. This actuator is critical for aircraft flap operation and is made from aluminum alloy, steel, and electrical components. It has dimensions of 25 inches in length, 15 inches in width, and 14.5 inches in height, weighing 26 pounds. The item is classified with a criticality code of F, demilitarization code Q, and security code U, and is subject to TCTO number 8A1-8-31-3/4. This information is typical for a government RFP or procurement document, providing essential specifications for potential bidders or contractors.
    This document is an item description for an electromechanical actuator, likely part of a federal government Request for Proposal (RFP) or grant related to defense or aerospace. The actuator, NSN 1680008727023RK, is manufactured by CAGE 81039 and functions by converting electrical energy into controlled rotary motion to operate aircraft flap systems. It measures 14.9 inches long, 3 inches wide, 4 inches high, and weighs 16.2 pounds, with an aluminum housing. The item has a criticality code of F, a demilitarization code of Q, and a security code of U, indicating its restricted nature. This detailed description is crucial for procurement and inventory management within government projects, ensuring precise specifications for a critical aircraft component.
    This document is an Item Unique Identification (IUID) Checklist, version 2, detailing IUID marking requirements for an electromechanical actuator (NSN: 1680009022196RK). It specifies that DFARS 252.211.7003, Section (c)(1)(i), applies, requiring marking in accordance with the latest MIL-STD-130. The marking location and method are to be contractor-determined. Additionally, Section (c)(1)(iii) applies to embedded items, indicating the item itself is embedded for the same NSN. The checklist provides fields for CAGE/reference numbers, organizational codes, and contact information, ensuring compliance with federal IUID standards for government contracts.
    This government file details an Item Unique Identification (IUID) Checklist, specifically addressing DFARS 252.211.7003, for an "ACTUATOR,ELECTRO-ME" with NSN 1680008727023RK. The document specifies that marking should adhere to the latest MIL-STD-130, utilizing a "Data Label" marking type applied via "Tesa Tape." Marking instructions for overhauled assets are referenced in the item's Technical Order (TO). The checklist also notes that the item itself is an embedded component for the same NSN. This document is crucial for ensuring proper identification and tracking of government property in accordance with federal regulations.
    This document outlines the ordering procedures for the remanufacture of T-38 Electro-Mechanical Actuators under a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) Contract. It details the process for awarding delivery orders, emphasizing adherence to FAR 16.505. The contract involves initial delivery orders for 3 units per awardee for Initial Production Evaluation (IPE) and subsequent delivery orders based on Fair Opportunity Proposal Requests (FOPR) issued to all proven IDIQ awardees. Proposals are evaluated for completeness, price reasonableness, and balance, with awards going to the offeror providing the best value. The document also covers procedures for protests, FOPR cancellations, and mechanisms for
    This government file outlines detailed packaging requirements for federal procurements, emphasizing compliance with MIL-STD 129 Revision R and MIL-STD 2073-1 Revision E. A key focus is on international restrictions for Wood Packaging Material (WPM) to prevent the spread of invasive species like the pinewood nematode. All WPM, including pallets, boxes, and crates, must be constructed from debarked, heat-treated wood (56 degrees Celsius or 133 degrees Fahrenheit for 30 minutes) and certified by an ALSC-recognized agency, referencing ISPM No. 15. Specific packaging instructions are provided for various items, including MIL Long Line Packaging, detailing preservation levels, packaging levels, and coded data for unit pack specifications. Additionally, the document mandates military packaging and marking in accordance with MIL-STD-2073-1 and MIL-STD-129, with provisions for additional markings and/or barcoding beyond MIL-STD-129 requirements. Some items are noted as requiring "No Packaging Data Required," indicating exceptions to the detailed instructions. The document concludes with contact information for the packaging specialist.
    The Department of the Air Force's 848th Supply Chain Management Group has established a Justification for Qualification Requirements (JQR) for numerous managed items. This JQR, specifically RQR-848, concerns repair and remanufacture qualification requirements for commodity critical safety and critical application items. Synopsized on sam.gov on June 27, 2024, and effective until June 3, 2031, this memorandum serves as a formal placeholder within the Purchase Request Process System (PRPS). It streamlines the qualification activity for National Item Identification Numbers (NIIN) or Purchase Instrument Line Items (PILI) by providing master documents that replace individual JQR/QR uploads, which were previously required for each item or group of items on a Purchase Request.
    The document, FD20302501324-01, initiated on July 29, 2025, outlines transportation data for solicitations, primarily focusing on F.O.B. (Free On Board) terms and associated transportation provisions and clauses. It details the requirement to contact DCMA (Defense Contract Management Agency) Transportation for shipping instructions on all DCMA-administered contracts, especially for F.O.B. Origin, Foreign Military Sales (FMS), and F.O.B. Destination OCONUS/Export movements to obtain necessary DOD regulatory clearances and documentation. The document emphasizes the importance of using the DCMA Shipment Instruction Request (SIR) eTool System and warns against moving freight without prior DCMA contact to avoid incurring additional vendor expenditures. It also provides specific transportation funds information, including Purchase Instrument Line LOAs and Transportation Account Codes (TACRNs AAA and AAB). The solicitation lists multiple line items with corresponding NSN/Pseudo NSNs and ship-to addresses for DLA Distribution Depot Oklahoma at Tinker AFB, indicating a focus on logistics for military supplies. Contact information for Chiquita D. Cole from 406 SCMS/GULAA is provided for further assistance.
    Lifecycle
    Similar Opportunities
    Remanufacture of Electro-Mechanical Actuator
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the remanufacture of Electro-Mechanical Actuators under a two-year Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract. The primary objective is to restore the actuators, identified by NSN 1680-01-267-9557RK, to a like-new condition through a comprehensive process that includes disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing, adhering to military standards and quality control measures. This procurement is critical for maintaining operational readiness and ensuring the reliability of aircraft systems. Interested vendors should note that the solicitation anticipates a sole-source award to Whippany Actuation Systems LLC, but other vendors may submit Source Approval Request (SAR) packages. For further inquiries, potential bidders can contact Nonika Allen at nonika.allen.1@us.af.mil or Morgan Mcgarity at morgan.mcgarity@us.af.mil.
    T-38 Egress Components (REMAN)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought Synopsis to identify potential sources for the procurement of egress components for the T-38 aircraft. The components required include the MPI Assembly Rocket Motor, B.T.R.U. Assembly, MPI Assembly D.D.U., Timer Assembly (Auto Backup), and Time Delay Unit, which are critical for the operational safety and functionality of the T-38C aircraft. This market research aims to determine if there are responsible sources capable of providing these components, with a focus on small businesses, including those that are 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned. Interested parties must respond by 3:00 PM on December 19, 2025, and can direct inquiries to Lauren Johnston at lauren.johnston.4@us.af.mil.
    Overhaul of B-1 Electro-Mechanical Actuator NSN 1680015097158RK
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting offers for the overhaul of B-1 Electro-Mechanical Actuators (NSN 1680015097158RK) under Solicitation Number FA8118-26-R-0002. This procurement involves a five-year, firm-fixed-price requirements contract, which includes a three-year basic period from 2025 to 2028 and two one-year option periods extending to 2030. The overhaul of these critical components is essential for maintaining the operational readiness and performance of the B-1 aircraft, which plays a vital role in national defense. Interested contractors must submit their proposals by the extended deadline of January 7, 2026, at 1:00 PM, and can direct inquiries to Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further information.
    ActuatorElectroMechanicalLinear
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of 388 electro-mechanical linear actuators, specifically designed to control the angle of inlet guide vanes for the J85 engine. This presolicitation notice indicates that the items are critical for military applications, with a required delivery date starting on or before August 30, 2026, and the solicitation is expected to be issued on November 25, 2025. Interested vendors should note that the procurement will be conducted electronically, and all responsible sources are encouraged to submit their capability statements or proposals by December 10, 2025, to the primary contact, James Headington, at james.headington.1@us.af.mil. The contract will be awarded contingent upon the availability of appropriated funds, and the government intends to negotiate with a limited number of sources based on the unique requirements of the actuators.
    Acuator, Mechanical
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency at DLA Aviation in Oklahoma City, is seeking proposals for the acquisition of mechanical actuators, specifically identified by NSN 3040-01-478-8903NZ and part number 4086388. The procurement requires a total of seven units, with a minimum order of two and a maximum of eleven, emphasizing the critical safety nature of these items and the necessity for compliance with safety and quality standards. This procurement is vital for ensuring the availability of necessary mechanical actuators for federal operations, with an estimated RFP issue date of December 20, 2024, and a projected close date of January 23, 2024. Interested parties can contact David Todd Isaac at david.isaac.4@us.af.mil or by phone at 405-855-3000 for further details.
    ACTUATOR, ELECTRO-MECHANICAL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for electro-mechanical actuators, specifically elevator trim tab actuator screw-jacks made of steel and aluminum. This procurement is set aside for small businesses and requires compliance with ISO 9001-2015, Unique Item Identification (UID) for delivered items, and adherence to various FAR and DFARS clauses, including cybersecurity requirements. The actuators are critical components for aircraft operations, emphasizing the importance of quality and reliability in their manufacturing. Interested vendors must submit their offers by December 8, 2025, at 3:00 PM, and can contact James Maynard at james.maynard.6@us.af.mil or by phone at 730-321-2262 for further information.
    ACTUATOR, ELECTRO-MECHANICAL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of electro-mechanical actuators specifically designed for F-16 A/B canopies. This Request for Proposal (RFP), identified as SPRTA1-26-R-0033, seeks to acquire between 4 to 24 units of new manufactured material under firm-fixed-price terms, with a delivery deadline set for February 11, 2027. The procurement is critical for maintaining operational readiness of the F-16 aircraft, emphasizing compliance with federal acquisition regulations, including cybersecurity standards and restrictions on foreign purchases. Interested vendors must submit their proposals by December 8, 2025, at 3:00 PM, and can direct inquiries to James Maynard at james.maynard.6@us.af.mil or by phone at 730-321-2262.
    Remanufacture of the F-15 Pitch/Roll Channel Assemblies & Pitch Trim Controller
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of F-15 Pitch/Roll Channel Assemblies and Pitch Trim Controllers, with a focus on returning these components to like-new condition. The procurement involves comprehensive tasks such as disassembly, cleaning, inspection, maintenance, re-assembly, testing, and adherence to technical orders and OEM specifications, addressing challenges like obsolescence and requiring a robust Supply Chain Risk Management plan. This contract is critical for maintaining the operational integrity of the F-15 aircraft, ensuring that essential components function effectively in support of military operations. Interested contractors should contact Alan Tran at alan.tran.1@us.af.mil or Morgan Mcgarity at morgan.mcgarity@us.af.mil for further details, with the contract set aside for 8(a) sole source and performance expected in S Coffeyville, Oklahoma.
    Remanufacture of Flap Drive Angle Gearbox Assembly
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for the remanufacture of Flap Drive Angle Gearbox Assemblies for the KC-135 aircraft. Contractors are required to provide all necessary materials, labor, and expertise to restore the gearbox assemblies to a like-new condition, including disassembly, cleaning, inspection, re-assembly, and testing, while adhering to strict quality control and reporting requirements. This procurement is critical for maintaining the operational readiness of the KC-135 fleet, which relies on these assemblies for effective flap operation. Interested small businesses must submit a Source Approval Request (SAR) and are encouraged to contact Cliff Morgan or Amy Gil for further details, with proposals due by December 15, 2025, at 12:00 PM.
    ACTUATOR,ELECTRO-ME
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the manufacture of an electro-mechanical actuator, designated as a Critical Safety Item (NSN: 3010-01-493-1637, PN: 1274M83P28). The procurement requires a total of 11 units, with a minimum delivery of 3 and a maximum of 17 units, to be delivered by January 1, 2026, to DLA Distribution Depot Oklahoma. This actuator is crucial for aircraft engine operations, emphasizing the importance of compliance with ISO 9001-2015 standards, IUID marking, and adherence to the Buy American Act. Interested vendors must submit their proposals by December 18, 2025, at 3:00 PM, and can contact Aric Harmon at aric.harmon.1@us.af.mil or James Headington at James.Headington.1@us.af.mil for further information.