Re-manufacture of B-1B Electro-Mechanical Actuator
ID: FA811825R0054Type: 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)
Timeline
    Description

    The Department of Defense, through the Air Force Sustainment Center at Tinker Air Force Base, is soliciting proposals for the re-manufacture of the B-1B Electro-Mechanical Actuator. The contractor will be responsible for providing all necessary labor, facilities, equipment, and materials to restore the actuator to a like-new condition, which includes disassembly, cleaning, inspection, maintenance, reassembly, testing, and finishing actions. This actuator is critical for operating valves that control the hydraulically operated speed brakes of the B-1B aircraft, emphasizing its importance to the Air Force's operational capabilities. The contract is structured as a firm fixed-price requirements type, spanning five years with a three-year basic period and a two-year option, and interested vendors must submit a Source Approval Request if they have not been previously qualified. For inquiries, contact Cliff Morgan at clifford.morgan.8@us.af.mil or Matthew Tonay at matthew.tonay.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The CAV AF Reporting Requirements document provides comprehensive guidance for contractors regarding Contract Depot Maintenance (CDM) responsibilities and reporting mandates related to the Commercial Asset Visibility Air Force (CAV AF) system. It serves as the primary record for the daily status of government-owned assets at contractor repair facilities, necessitating accurate and timely reporting of all maintenance actions. Contractors must follow specific procedures, including familiarization training, systems access protocols, and accountability for Government Furnished Property (GFP). Key responsibilities include daily reporting within one business day of events, accurate tracking of assets, and processing of discrepancies using designated forms. Contractors must comply with training requirements related to cyber awareness and submit documented proof of training. Additional stipulations address procedures for handling Not-on-Contract items, shipping actions, and notification of discrepancies upon shipment. The document emphasizes accountability and accurate data reporting to avoid issues in government inventory management. This rigorous framework ensures proper asset visibility and compliance with Department of Defense standards.
    The Statement of Work (SOW) document for the Department of the Air Force outlines the requirements for the remanufacture of the B1-B Electro-Mechanical Actuator. The SOW includes definitions, pre-award survey, reporting, quality program requirements, and specific work to be conducted, detailing the disassembly, cleaning, inspection, repair, reassembly, and testing processes to restore the actuator to like-new condition. Key requirements include establishing quality control systems, ensuring the correct handling of government property, and compliance with technical orders. The document mandates the replacement of specific components, outlines the process for handling consumable parts, and addresses supply chain risk management, continuity of operations, foreign influence, and cybersecurity measures. The contractor must maintain detailed documentation for each item and report any discrepancies immediately. The successful completion of this task will significantly impact the Air Force's operational capabilities, highlighting the importance of adherence to the outlined standards and processes within the contract. This SOW emphasizes rigorous quality assurance practices and the need for stringent oversight throughout the remanufacturing process, reflecting the critical nature of defense-related projects.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Overhaul of B-1 Electro-Mechanical Actuator NSN 1680015097158RK
    Dept Of Defense
    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.
    Repair of B-1B Torque Motor
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of B-1B Torque Motors, specifically National Stock Numbers 6105-01-232-8318 and 6105-01-232-8319. The procurement aims to secure comprehensive repair services, including provisions for "No Fault Found" items and additional work requirements, with a total estimated contract value of $4,149,750.00 over a base year and three option years. This contract is critical for maintaining the operational readiness of the B-1B aircraft, ensuring that essential components are serviced to meet military standards. Interested contractors must submit their proposals by January 30, 2026, and can direct inquiries to Amy Schmitz at amy.schmitz.1@us.af.mil or David Herrig at david.herrig.1@us.af.mil.
    Remanufacture of Electro-Mechanical Actuator
    Dept Of Defense
    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.
    Remanufacture B-1 Horizontal Stabilizer Servo-Cylinder
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for a five-year firm-fixed-price requirements contract to remanufacture B-1 Horizontal Stabilizer Servo-Cylinders. This procurement involves restoring various models of servo-cylinders, which are critical components for aircraft flight control surfaces, to a like-new condition, requiring compliance with ISO 9001-2015 standards and a minimum Supplier Performance Risk System (SPRS) assessment score of 110. Proposals are due by January 15, 2026, at 1:00 PM, and payment will be contingent upon the availability of appropriated funds. Interested vendors should contact Dessie Breslin at dessie.breslin@us.af.mil or Amy Gil at amy.gil@us.af.mil for further details.
    ACTUATOR,ELECTRO-ME
    Dept Of Defense
    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.
    FMS Repair Actuator-Electro-Me
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking a sole source contractor for the repair of the Actuator-Electro-Me, identified by NSN 7R1680013145838 and part number 70550-28903-103. This procurement involves a critical safety item, with a total quantity of three units required, and is necessary due to the government's lack of sufficient data to engage alternative sources. Interested vendors must be aware that government source approval is required prior to award, and proposals must include all necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure. For further inquiries, potential bidders can contact Lauren Phillips at lauren.n.phillips6.civ@us.navy.mil.
    Remanufacture of the F-15 Pitch/Roll Channel Assemblies & Pitch Trim Controller
    Dept Of Defense
    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.
    16--ACTUATOR ASSEMBLY, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of actuator assemblies. This procurement involves the repair turnaround time (RTAT) for the actuator assemblies, which must be returned to a Ready for Issue (RFI) condition, ensuring they meet operational standards. The contractor will be responsible for all necessary repairs, testing, and inspections, with specific requirements outlined in the Statement of Work, including the prohibition of certain materials and the need for compliance with quality management standards. Interested contractors should submit their proposals, including pricing and RTAT estimates, to Liam Cunningham at 215-697-6525 or via email at LIAM.F.CUNNINGHAM2.CIV@US.NAVY.MIL.
    FD2030-25-02139
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency Aviation in Oklahoma City, is seeking qualified suppliers for the procurement of an Electro-Mechanical Actuator, identified by NSN 1680-00-210-8808RK and drawing number 9-23897-2. This procurement is critical for maintaining operational capabilities in various military aircraft, emphasizing the importance of high-quality components that meet stringent defense standards. Interested vendors should be aware that the solicitation details will be made available once approved by the contracting officer, and they are encouraged to monitor for updates regarding submission timelines and requirements. For further inquiries, potential bidders should refer to the solicitation information as it becomes available.
    30--ACTUATOR,ELECTRO-MECHA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 12 units of the Electro-Mechanical Actuator (NSN 3010015224066). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated three orders per year and a guaranteed minimum quantity of one. The actuators are critical components for mechanical power transmission equipment, and successful bidders will be required to ship items to various DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested parties must submit their quotes electronically, and for inquiries, they can contact the DLA at DibbsBSM@dla.mil. The solicitation details can be accessed via the DIBBS website, and hard copies will not be provided.