ContractSolicitation

T-38 Electro-Mechanical Actuator, Multiple NSNs, Multiple Award Contract (MAC)

DEPT OF DEFENSE FA811826R0021
Response Deadline
Feb 9, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, through the Air Force Sustainment Center at Tinker Air Force Base, is seeking contractors for the remanufacture of T-38 Electro-Mechanical Actuators under a Multiple Award Contract (MAC) structure. The procurement involves providing all necessary labor, facilities, equipment, and materials to restore the actuators to a like-new condition, including disassembly, cleaning, inspection, maintenance, reassembly, testing, and finishing actions. These actuators are critical components for aircraft flap systems, and the contract will span a five-year period with a minimum order quantity of three units and a maximum of 250 for one actuator type and 285 for another. Interested vendors must submit a Source Approval Request if they have not been previously qualified, and they can direct inquiries to Morgan Mcgarity or Shirley V. Harmon via their provided email addresses. The solicitation emphasizes compliance with stringent quality control and reporting requirements, with proposals evaluated based on completeness and price reasonableness.

Classification Codes

NAICS Code
336413
Other Aircraft Parts and Auxiliary Equipment Manufacturing
PSC Code
1680
MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS

Solicitation Documents

18 Files
Appendix A Remanufacture_SOW_Rev 10_11-04-2025.pdf
PDF1623 KBFeb 2, 2026
AI Summary
The document outlines the Statement of Work (SOW) for the remanufacture of T-38 Electro-Mechanical Actuators for the Department of the Air Force. Key aspects include definitions of terms like "Remanufacture" and "End Item," along with detailed requirements for pre-award surveys, initial production evaluations, and ongoing reporting. The SOW emphasizes stringent quality control, inspection systems, and the use of special tools and test equipment. It also covers crucial programs for parts control, ozone-depleting substances, and technical order maintenance. Furthermore, the document addresses item unique identification (IUID), surge capabilities, supply chain risk management (SCRM)—including continuity of operations, foreign influence, and cybersecurity—and a comprehensive list of consumable and material lay-in parts for replacement. The overarching goal is to return the specified end items to a like-new condition, adhering to strict government and technical specifications.
Qualification_Requirements_Memo_JQRR.pdf
PDF235 KBFeb 2, 2026
AI Summary
The Department of the Air Force's 848th Supply Chain Management Group issued a memorandum establishing Justification for Qualification Requirements (JQR) for numerous items. This JQR, expiring on June 3, 2031, was synopsized on sam.gov on June 27, 2024, and includes the JQR-RQR-848 (Final-Redacted), RQR-848, and a Master Item List. This memorandum acts as a placeholder within PRPS for Qualification Requirement (QR) activity on the National Item Identification Number (NIIN) or Purchase Instrument Line Item (PILI) checklist, replacing individual JQR/QR uploads because the master documents apply to multiple items, not just a single one.
Ordering_Procedures_T_38_Electro_Mechanical_Actuator Updated 12 Jan 26.pdf
PDF267 KBFeb 2, 2026
AI Summary
This document outlines the ordering procedures for the Remanufacture of T-38 Electro-Mechanical Actuator Multiple Award IDIQ Contract, governed by FAR 16.505. It details two types of delivery orders: initial orders for three units to complete Initial Production Evaluation (IPE) for each awardee, and subsequent orders for additional supplies up to the contract maximum. Subsequent delivery orders are issued on a firm-fixed-price basis, typically through a Fair Opportunity Proposal Request (FOPR) sent to all IDIQ awardees. Proposals are evaluated based on factors outlined in the FOPR, including completeness, price reasonableness, balance, and Total Evaluated Price (TEP). Only
CAV_AF_Reporting_Requirements.pdf
PDF303 KBFeb 2, 2026
AI Summary
The Commercial Asset Visibility Air Force (CAV AF) Reporting Requirements document outlines contractor responsibilities for maintaining accurate daily status of government-owned assets at repair facilities and Inventory Control Points. Contractors must ensure asset records in CAV AF accurately reflect physical assets, report daily or within one business day of a maintenance action, and utilize current Contractor User Guides. Key requirements include assigning two CAV AF reporters, completing System Authorization Access Request (DD Form 2875), and undertaking initial and annual DoD Information Assurance CyberAwareness Challenge training. The document details specific transactional reporting for "Not-on-Contract" items, proper usage of DD Form 1348-1A for receipt and shipping actions, and procedures during CAV AF system downtime. It also addresses reporting for Nuclear Weapon Related Materiel (NWRM), contract closure dispositions, and the consequences of inaccurate or untimely reporting, emphasizing the importance of compliance for effective government inventory management.
DI_SESS_80776B_Tech_Data_Package.pdf
PDF265 KBFeb 2, 2026
AI Summary
DI-SESS-80776B is a Data Item Description (DID) outlining the requirements for Technical Data Packages (TDPs). A TDP provides the authoritative technical description of an item for its acquisition, production, inspection, engineering, and logistics. It defines the design, configuration, performance, and procedures necessary for effective item performance, encompassing models, drawings, specifications, and software documentation. This DID specifies the format and content for deliverable TDP elements, referencing MIL-STD-31000B, Technical Data Packages. Key content requirements include conceptual, developmental, product, and commercial engineering design data, as well as data for Special Inspection Equipment, Special Tooling, Specifications, Software Documentation, Special Packaging Instructions, and Quality Assurance Provisions.
DI_MGMT_80503_RoD.pdf
PDF278 KBFeb 2, 2026
AI Summary
The provided file repeatedly states that its content is sourced from http://assist.dla.mil and was downloaded on 2020-08-20T18:47Z. Each repetition emphasizes the need for users to check the source to verify that it is the current version before use. The document's sole purpose is to provide this disclaimer, indicating that it is likely a header or footer repeatedly attached to a larger document. It serves as a critical reminder for users to ensure they are working with the most up-to-date information, which is particularly important in contexts like government RFPs, federal grants, and state/local RFPs where accuracy and currency are paramount.
DI_PSSS_81995A_CDM.pdf
PDF193 KBFeb 2, 2026
AI Summary
The DI-PSSS-81995A outlines the requirements for the Contract Depot Maintenance (CDM) Monthly Production Report, a crucial document for government oversight of depot-level maintenance contracts. This report provides monthly production figures, asset status, performance against schedules, and anticipated production, along with a summary of unresolved issues. It supersedes DI-PSSS-81995. The DID specifies a detailed format (Table I) and content, requiring information from both the Production Management Specialist (PMS) and the contractor. Key data points include "as of" dates, contact information for the PMS and contractor, contract details, item identification (FSC and NIIN), delivery/call order numbers, CLINs, and quantities on contract. The report also tracks reparables received, miscellaneous assets, reparables on hand, items inducted into work, items awaiting parts, produced quantities, serviceables on hand and shipped, condemned quantities, and a next-month production forecast. A Production Summary (Part II) is mandatory only under specific conditions, such as missed forecasts or anticipated production problems. The report is due within 10 business days of the previous month's end.
DI_MGMT_80969_Surge.pdf
PDF157 KBFeb 2, 2026
AI Summary
The provided file serves as a disclaimer, indicating that its content was downloaded from http://assist.dla.mil on 2019-02-14T15:58Z. It explicitly advises users to verify the source to ensure they are using the most current version. The document's purpose is solely to provide information about its origin and to caution against using potentially outdated material without prior verification.
DI_MGMT_80441D_GFP.pdf
PDF149 KBFeb 2, 2026
AI Summary
The DI-MGMT-80441D, a Data Item Description (DID) approved on June 9, 2020, outlines the requirements for a Government Property (GP) Inventory Report. This report enables contractors to periodically submit an inventory of all GP, including Government Furnished Property (GFP) and Contractor Acquired Property (CAP), in their possession to the Department of Defense (DoD) Service or Agency. Applicable to all contracts involving GP, this DID specifies the format and content for the electronic .xls or .xlsx report. The report must include data fields such as Contract Number, Asset Identification Numbers (both Agency/Service and Contractor), Item Description, Manufacturer details, National Stock Number, Quantity, Unit of Measure, Unit Acquisition Cost, Unique Item Identifier (if applicable), Asset Location, Type and Classification of GP, Date of Last Physical Inventory, and Federal Condition Code. This DID supersedes DI-MGMT-80441C, ensuring standardized reporting for government property management.
Packaging_Requirements.pdf
PDF72 KBFeb 2, 2026
AI Summary
This government file outlines packaging requirements for federal procurements, emphasizing compliance with MIL-STD 129 Revision R and MIL-STD 2073-1 Revision E. A key focus is adherence to United Nations restrictions on Wood Packaging Material (WPM), particularly ISPM NO.15, to prevent the spread of invasive species. All WPM must be constructed from debarked, heat-treated wood (56 degrees Celsius for 30 minutes) and certified by an ALSC-recognized agency. The document details specific packaging instructions for items under PACRN AAA, including preservation level MIL, packaging level B, and military packaging and marking standards. For PACRN AAB and AAC, no specific packaging data is required. The file includes detailed coded data for unit pack specifications like weight, dimensions, and cube, as well as additional marking requirements exceeding MIL-STD-129. The document is signed by Billy S. Real, a packaging specialist.
Transportation_Data.pdf
PDF89 KBFeb 2, 2026
AI Summary
This government file, identified as Purchase Instrument Number FD20302501324-01 and initiated on July 29, 2025, outlines transportation data and instructions for solicitations. It specifies F.O.B. Origin and Freight Classification Description as the recommended terms, referencing FAR citations 52.247-29 and 52.247-53. A critical instruction mandates contacting DCMA Transportation via their SIR eTool System for all "DCMA Administered" contracts (FOB Origin, FMS, and FOB Destination OCONUS/Export movements) to obtain shipping instructions, regulatory clearances, and documentation. Failure to comply may lead to additional vendor expenditures. The document details transportation funds information with specific LOAs (e.g., 97X4930.FC04) and account codes (e.g., F2RS). It lists multiple ship-to items, each with a National Stock Number (NSN) or Pseudo NSN, Purchase Instrument Line Item Number, and DoDAAC/MAPAC, all destined for DLA Distribution Depot Oklahoma at Tinker AFB. Contact information for Cole, Chiquita D, from 406 SCMS/GULAA, is provided for further assistance.
IUID_7023RK_Redacted.pdf
PDF67 KBFeb 2, 2026
AI Summary
The IUID Checklist details the Unique Item Identification (IUID) marking requirements for an 'ACTUATOR,ELECTRO-ME' with NSN 1680008727023RK. The item requires IUID marking in accordance with DFARS 252.211.7003, Section (c)(1)(i), utilizing a data label and Tesa Tape as the marking method. Marking instructions for overhauled assets are referenced in the item's Technical Order (TO). Additionally, the checklist identifies the item as an embedded component for the same NSN, falling under Section (c)(1)(iii) of the DFARS clause. This document ensures compliance with federal procurement regulations concerning item identification and traceability.
IUID_2196RK_Redacted.pdf
PDF66 KBFeb 2, 2026
AI Summary
The IUID Checklist, Version 2, generated on June 18, 2025, details the unique identification marking requirements for government items, specifically an Electromechanical Actuator with NSN 1680009022196RK. This document, relevant for federal government RFPs, mandates IUID marking in accordance with DFARS 252.211.7003 and MIL-STD-130. The contractor is responsible for determining the marking's location and method. The checklist also addresses embedded items, noting that an item is embedded within the specified actuator. This ensures traceability and accountability for critical government assets.
Contract_Data_Requirements_List_CDRL.pdf
PDF120 KBFeb 2, 2026
AI Summary
This Contract Data Requirements List (CDRL) outlines data submission requirements for a contract involving T-38 Electro-Mech Actuators (FD20302501324). It specifies six data items: Commercial Asset Visibility (CAV) Reporting, Contract Depot Maintenance (CDM) Monthly Production Reports, Government Property (GP) Inventory Reports, Production Surge Plans, Reports of Shipping and Packaging Discrepancies (SF-364), and Technical Data Packages (TDPs). Each item details reporting authority, frequency, submission dates, and distribution instructions, often requiring electronic submission to specific email addresses or websites. The reports are critical for tracking asset visibility, maintenance production, government property, surge capabilities, discrepancy resolution, and technical data. Many items include distribution restrictions for critical technology and export control warnings, emphasizing compliance with DoD directives and export laws. The CDRL applies to basic and all option years of the contract.
Item_Description_7023RK_Redacted.pdf
PDF63 KBFeb 2, 2026
AI Summary
The document provides a detailed description of an electromechanical actuator, identified by NSN 1680008727023RK, from CAGE 81039. This actuator, referenced as R1668-1, is designed to convert electrical energy into controlled rotary motion for aircraft flap systems. Key specifications include its dimensions (14.9 inches length, 3 inches width, 4 inches height) and weight (16.2 lbs). It is constructed with an aluminum housing, gears, bearings, a clutch, washers, shims, and screws. The item is classified with a criticality code of F, a demilitarization code of Q, and a security code of U. It is considered a legacy item with no helium content or precious metals, and no GFM, GFE, or GFP is required. The document also notes that it contains safety-critical screws and threaded components.
Item_Description_2196RK_Redacted.pdf
PDF62 KBFeb 2, 2026
AI Summary
This government file details an electromechanical actuator, NSN 1680009022196RK, manufactured by CAGE 98889 under reference number 817T100-1. This actuator is critical for actuating aircraft flaps. The item is made from aluminum alloy, steel, and electrical components, measuring 25 inches in length, 15 inches in width, and 14.5 inches in height, with a weight of 26 pounds. It has a criticality code of F, a demilitarization code of Q, and a security code of U. This document appears to be a specification sheet for a component that would be procured through a government Request for Proposal (RFP) process, outlining essential characteristics for potential bidders or for inventory management within federal agencies.
DI_MGMT_81838_CAV_AF.pdf
PDF30 KBFeb 2, 2026
AI Summary
The DI-MGMT-81838 document outlines the Commercial Asset Visibility (CAV) Reporting requirements, a web-based application designed to track government-owned reparable assets within a contractor's repair facility. This system serves as an inventory management tool for these assets, allowing contractors to report transactions as they occur, which then automatically updates the CAV database. The document details the format and content preparation instructions for data products generated by contractual tasks. Contractors are required to report various transactions, status code changes, and report types, including asset receipts, inductions, items awaiting parts, completions, shipments, and items deemed Beyond Economic Repair (BER). The system also facilitates printing various reports such as inventory labels, repair history reports, and reports of discrepancies, along with performing item maintenance and managing carriers. The primary purpose of this DID is to standardize the reporting of reparable asset flow, ensuring transparency and efficient management within commercial repair cycles.
GFP_Attachment.pdf
PDF3 KBFeb 2, 2026
AI Summary
This GFP Attachment details the provision of T-38 Flap Actuators under Contract Award 1, dated 2025-06-10. It lists two line items, both for T-38 Flap Actuators, with distinct NSNs, CAGE codes, and part numbers. Line item 1 includes 250 units, and Line item 2 includes 285 units, both classified as "Reparable" property with a unit acquisition cost of $75,000.00 each. The attachment specifies that these items are not serially managed and are "Use As-Is" and "Upgradable." This document serves as a record of government-furnished property, outlining key details for inventory and contract management purposes.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedFeb 2, 2026
deadlineResponse DeadlineFeb 9, 2026
expiryArchive DateFeb 24, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA8118 AFSC PZABB

Point of Contact

Name
Morgan Mcgarity

Place of Performance

Oklahoma, UNITED STATES

Official Sources