Remanufacture of B-1B Electro-Mechanical Actuator.
ID: FD20302302177-04Type: Presolicitation
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

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the United States Air Force, is seeking contractors for the remanufacture of B-1B Electro-Mechanical Actuators, which are critical components for aircraft yaw trim functionality. The procurement involves a firm-fixed-price, 5-year requirements contract that includes a 3-year basic period and a 2-year option, with an estimated annual requirement of 12 units. This initiative is vital for maintaining the operational readiness and safety of the B-1B aircraft fleet. Interested parties should note that the solicitation is expected to be released around December 31, 2025, and must direct inquiries to Jessica Vinyard or M. Ryan Churchwell via the provided email addresses. Offerors are required to comply with qualification requirements and submit a DD Form 2345 for technical data access.

    Point(s) of Contact
    Files
    Title
    Posted
    This Statement of Work (SOW) outlines the requirements for the remanufacture of an Electro-mechanical Actuator (Y56A, NSN: 1680-01-289-2958) for the Department of the Air Force. The SOW details general information, including definitions, pre-award survey and initial production evaluation requirements, reporting, quality control, special tools and test equipment, parts control, and safety. It also specifies the scope of work, which encompasses disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing to return the item to a like-new condition. The document also addresses applicable technical orders and publications, government property, consumable parts replacement, and supply chain risk management, including continuity of operations, foreign influence, and cybersecurity. The Contractor is responsible for furnishing all necessary materials and equipment, adhering to strict quality and safety standards, and complying with all specified technical orders and regulations.
    The United States Air Force is planning a firm-fixed-price, 5-year contract to remanufacture B-1B Electro-Mechanical Actuators, which are essential for aircraft yaw trim. The contract includes a 3-year basic period and a 2-year option, with an estimated annual requirement of 12 units. Qualification requirements apply, necessitating engineering source approval. Offerors must email the Public Sales Office for technical data, providing a DD Form 2345. The solicitation, expected around December 31, 2025, will not use commercial item policies. Interested parties can submit questions via email. Offerors must specify their business size and U.S. or foreign-owned status. Applicable technical orders and publications are listed, covering topics from overhaul instructions to cybersecurity risk management. An Ombudsman is available to address contractor concerns during the proposal development phase.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Remanufacture B-1 Horizontal Stabilizer Servo-Cylinder
    Buyer not available
    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.
    Repair of B-1B Torque Motor
    Buyer not available
    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
    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.
    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.
    AIRCRAFT EAGLE F-15, SCREW, ACTUATING, ACTUATOR
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of the Aircraft Eagle F-15 Actuating Screw Actuator, identified by NSN 1560-00-298-8901. This opportunity involves an Indefinite Quantity Contract with a duration of five years, requiring an estimated annual quantity of 10 units, with a total delivery schedule of 365 days for production. The actuator is a critical component for the F-15 aircraft, and the procurement is classified as unrestricted, allowing all responsible sources to submit offers. Interested parties should submit their proposals to the provided fax number and can access the solicitation on the DLA Internet Bid Board System, with the issue date expected around November 22, 2026. For further inquiries, contact Jenier Mitchell at jenier.mitchell@dla.mil or by phone at 804-659-6388.
    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.
    Manufacture of Trailing Edge for the B-1 Aircraft
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the manufacture of trailing edge components for the B-1 aircraft under a total small business set-aside contract. This procurement involves a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for specific airframe structural components, with an estimated total quantity of 75 units and minimum order quantities set at 12. The selected contractor must comply with various requirements, including export-controlled certification, First Article Government Testing, and adherence to ISO 9001-2015 standards. Interested parties should note that the closing date for offers has been extended to December 15, 2025, and must acknowledge receipt of the amendment to ensure consideration. For further inquiries, contact Dana Craun at dana.craun@us.af.mil or call 405-426-9405.
    Manufacture of Trailing Edge for the B-1 Aircraft.
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the manufacture of the Trailing Edge for the B-1 aircraft, under a total small business set-aside contract. This procurement involves a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for specific airframe structural components, with a focus on compliance with stringent quality assurance standards and export control regulations. The contract will require the delivery of a total of 75 units over three years, with the first production delivery due by December 1, 2027, and proposals must be submitted by December 15, 2025, at 3:00 PM. Interested parties can reach out to Dana Craun at dana.craun@us.af.mil or by phone at 405-426-9405 for further information.
    FD2030-25-02139
    Buyer not available
    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.