The United States Air Force Sustainment Center (AFSC) at Tinker AFB is seeking bids for the remanufacture of the C-5 Dual Fuel Boost Pump (NSN: 2915-00-489-9215RK, P/N 271700-4). This is a firm-fixed price, three-year requirements contract, with an estimated minimum of 15 and a maximum of 50 units. The work involves disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing to restore the item to like-new condition. This is a military-unique acquisition, and qualification requirements apply, necessitating a Source Approval Request (SAR) package for non-qualified vendors. Technical data is available upon request with a valid DD Form 2345. The solicitation is a Competitive Small Business Set Aside. Initial Production Evaluation (IPE) is required, and UID requirements apply for unit prices exceeding $5,000. The estimated issue date is January 26, 2026, with a closing date of March 31, 2026. An Ombudsman is available for concerns regarding proposal development.
The document outlines the Statement of Work (SOW) for the remanufacture of C-5 Fuel Pumps for the Department of the Air Force, Air Force Sustainment Center at Tinker Air Force Base. It details general information, work descriptions, applicable documents, government property, consumable parts replacement, and supply chain risk management. Key requirements include Pre-Award Surveys, Initial Production Evaluations, strict quality control, and adherence to specific technical orders and OEM specifications for remanufacture processes. The SOW also addresses parts control, handling of ozone-depleting substances, technical order maintenance, contractor employee conduct, safety, unique item identification, and surge capabilities. A critical component is the Supply Chain Risk Management (SCRM) plan, emphasizing continuity of operations, foreign influence mitigation, and robust cybersecurity measures, with specific references to NIST publications. The document includes a Contract Request Form for various actions, underscoring a stringent and comprehensive approach to government contracting.