ContractSolicitation

T-38 Wingtips

DEPT OF DEFENSE FA8212-26-R-0003_v2
Response Deadline
Jul 15, 2026
68 days left
Days Remaining
68
Until deadline
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of the Air Force is soliciting a firm-fixed-price contract for T-38 wingtips to support the aircraft fleet upgrade. The requirement covers 66 left-hand wingtips and 64 right-hand wingtips, with an option for 7 additional right-hand units, for aluminum-alloy and honeycomb wingtip parts. The procurement is a DO-rated order under DPAS and includes requirements such as Buy American Act compliance, AS9100 quality assurance, IUID marking, and electronic payment and receiving report submission through WAWF, with deliveries staggered from May 2027 to February 2028. The solicitation is restricted to the original manufacturer, foreign participation is not allowed, and the anticipated award value is about $6.5 million with a closing date of July 15, 2026.

Classification Codes

NAICS Code
336413
Other Aircraft Parts and Auxiliary Equipment Manufacturing
PSC Code
1560
AIRFRAME STRUCTURAL COMPONENTS

Solicitation Documents

14 Files
FA821226R0003_v2_T-38 Wingtips_Closes 15Jul2026.pdf
PDF1237 KBMay 8, 2026
AI Summary
This government solicitation, FA8212-26-R-0003, issued by the Department of the Air Force, Directorate of Contracting, is a Request for Proposal (RFP) for aircraft wing tips made of aluminum alloy and honeycomb. The solicitation is a "DO" rated order under the Defense Priorities and Allocations System (DPAS) for national defense. It includes firm-fixed-price line items for 66 and 64 units of two different wing tip part numbers (2-21100-513 and 2-21100-514, respectively), with required deliveries staggered from May 2027 to February 2028. A not-separately-priced data line item is also included. Key requirements include compliance with the Buy American Act/Balance of Payments Program, Item Unique Identification (IUID), AS9100 quality assurance standard, and electronic submission of payment requests and receiving reports via Wide Area WorkFlow (WAWF). The document also outlines various Federal Acquisition Regulation (FAR) and Defense FAR Supplement (DFARS) clauses, including those related to cybersecurity (CMMC Level 1), prompt payment, and restrictions on the use of ozone-depleting substances.
JA T38 Wingtips_4Mar2026.pdf
PDF3985 KBMay 8, 2026
AI Summary
This Justification and Approval (J&A) document details a non-competitive acquisition by the United States Air Force (USAF) for T-38 wingtips, citing 10 USC 3204(a)(1), Only One Responsible Source. The estimated contract cost is $6.5 million. This is the final procurement to complete a T-38 fleet upgrade, following 15 years of incremental purchases from Northrop Grumman Corp. (NGC), the sole designer and owner of the wingtip drawings. Market research, including a 33-day Sources Sought Synopsis on SAM.gov, yielded only NGC as a responsive source. Both Right-Hand (64 units) and Left-Hand (66 units) wingtips, plus an option for 7 additional Right-Hand units, are required. The Contracting Officer determined the Firm-Fixed Price contract would be fair and reasonable, implementing strategies to reduce costs. Due to the nearing completion of the upgrade, purchasing drawing rights from NGC is deemed uneconomical.
Attach_10_Special_Pkg_Instructions.pdf
PDF669 KBMay 8, 2026
AI Summary
This document outlines packaging and destruction protocols for government files and materials, emphasizing compliance with international and national security standards. It details distribution restrictions for sensitive documents and mandates specific destruction methods to prevent disclosure. A key focus is on international phytosanitary measures, requiring all wood packaging materials (WPM) to be constructed from debarked, heat-treated wood and certified by an ALSC-recognized agency to prevent invasive species. The document also includes caution notices regarding repackaging of assets, substitution of packaging materials, and varying protection levels (Level A and B) for worldwide shipments, particularly for war reserve materials and security assistance items, ensuring robust protection against diverse environmental and handling conditions.
Exhibit_A_CDRL_A001_GFP_Annual_Inventory_Report_FD20202600475.pdf
PDF212 KBMay 8, 2026
AI Summary
This document outlines the Contract Data Requirements List (CDRL) for an Annual Government Property Inventory Report (DI-MGMT-80441D) related to Northrop Grumman and the T-38 aircraft. The report, identified as A001, is required annually and covers the contractor's internal property control system, current as of the last day of the annual reporting period. It must be submitted within seven calendar days of the reporting period's end or upon government request via email to specific Air Force addresses. The document specifies a
Attach_11_Transportation_Funds.pdf
PDF89 KBMay 8, 2026
AI Summary
This document, FD20202600475-00, initiated on March 17, 2026, outlines transportation data and instructions for federal government solicitations, focusing on F.O.B. terms and Department of Defense (DOD) shipping requirements. It details the necessity of contacting DCMA Transportation via their SIR eTool system for all 'DCMA Administered' contracts, especially for F.O.B. Origin, Foreign Military Sales (FMS), and F.O.B. Destination OCONUS/Export movements, to obtain regulatory clearances and shipping instructions. Failure to comply may lead to additional vendor expenditures. The document lists specific FAR citations for transportation provisions, including F.O.B. Origin (52.247-29), Freight Classification Description (52.247-53), and Marking of Shipments (47.305-10). It provides detailed transportation funds information, including Purchase Instrument Line LOAs and First Destination Transportation Account Codes (FRS3), for various items (NSN / Pseudo NSN: 1560015272194XE, 1560015272195XE, 1560DTG260258XE) to be shipped to DLA DISTRIBUTION BARSTOW (DoDAAC / MAPAC: SW3215). The contact person for this solicitation is Cole, Chiquita D, from 406 SCMS / GULAA.
Attach_09_Pkg_Requirements.pdf
PDF70 KBMay 8, 2026
AI Summary
This government file outlines packaging requirements for federal procurements, specifically focusing on compliance with MIL-STD 129 Revision R and MIL-STD 2073-1 Revision E. A key emphasis is placed on the United Nations-implemented restrictions on Wood Packaging Material (WPM) to prevent the spread of invasive species, such as the Pinewood Nematode. All WPM must be constructed from debarked, heat-treated wood (56 degrees Celsius or 133 degrees Fahrenheit for 30 minutes) and certified/marked by an American Lumber Standards Committee (ALSC) recognized agency, in accordance with ISPM No. 15. The document details specific packaging instructions, including preservation and packaging levels, and mandates military packaging and marking standards (MIL-STD-2073-1 and MIL-STD-129). It also addresses additional marking requirements for shipping containers, such as unit serial numbers or OEM information, as specified on AFMC Form 158.
Attach_04_IUID_1560015272195XE.pdf
PDF60 KBMay 8, 2026
AI Summary
The IUID Checklist, Version 2, details the Item Unique Identification (IUID) marking requirements for a specific aircraft tip (NSN 1560015272195XE). Initiated by Juan A. Martinez from 416 SCMS / GUMBA, the document specifies that marking is to be performed according to the latest version of MIL-STD-130, with guidance from Engineering Drawing 13C1089-H. It also notes that the item is an embedded component for the same NSN. The checklist, generated on March 18, 2026, ensures proper identification and tracking of government property, crucial for federal procurements and asset management.
Attach_05_IUID_1560015272194XE.pdf
PDF60 KBMay 8, 2026
AI Summary
The IUID Checklist, dated October 17, 2013, details the unique identification marking requirements for a "TIP, AIRCRAFT" with NSN 1560015272194XE. The marking is to be performed according to MIL-STD-130, as guided by Engineering Drawing 13C1089-H. The document specifies that the item is an embedded component for the same NSN. Juan A. Martinez is listed as the initiator from the 416 SCMS / GUMBA organization. The checklist ensures compliance with DFARS 252.211.7003 for IUID marking and traceability within government procurement and logistics, indicating that the engineering order is available in JEDMICS.
Attach_07_1560015272195XE.pdf
PDF57 KBMay 8, 2026
AI Summary
The document details the specifications for a Right Hand Wing Tip for the T-38 aircraft's -33 Wing, identified by NSN 1560015272195XE. It lists critical information such as the CAGE code 76823, reference number 2-21100-514, and TCTO number 1T-38C-4-1. The wing tip is made from aluminum alloy and aluminum honeycomb, functioning as a critical component of the aircraft's wing. Key dimensions include a length of 45 inches, width of 27 inches, height of 2.25 inches, and a weight of 30 pounds. The item has a criticality code of 'Y', a demilitarization code 'B', and a security code 'U'. The document was initiated by Dorene R. Tucker from the 416 SCMS / GUMBA on March 19, 2012.
Attach_08_1560015272194XE.pdf
PDF57 KBMay 8, 2026
AI Summary
This document describes a Left Hand (LH) Wing Tip for a T-38 -33 Wing aircraft, identified by NSN 1560015272194XE and reference number 2-21100-513. The item is made of aluminum alloy and honeycomb, measures 45 inches in length, 27 inches in width, 2.25 inches in height, and weighs 30 pounds. It serves as a wing tip and is noted as a safety-critical threaded component. The document includes contact information for the initiator, Dorene R. Tucker, and specifies criticality, demilitarization, and security codes. This detailed item description would be crucial for procurement within federal government RFPs for aircraft maintenance and parts.
Attach_06_GFP_List_2026.docx
Word19 KBMay 8, 2026
AI Summary
The document details government-furnished property and special tooling (GFP/ST) to be provided for various contracts, primarily focusing on manufacturing tools like jig templates, bonding fixtures, apply trim templates, stretch form blocks, apply trim & drill templates, form blocks, trim & drill fixtures, and layout templates. The tools are assigned to locations such as AASC and AMARG, under specific contracts like SPE4AX-13-D-9001-0015, SPE4AX-13-D-9001-0014, and FA8208-17-F-0003. The file also outlines the transfer of GFP/ST accountability from current assigned contracts to new ones, in accordance with FAR part 45.106. Upon contract completion, the GFP is to be returned to government possession, with verification by DCMA/QAR and shipment to the 309th AMARG/MXDUAC/Tooling Receiving facility at Davis-Monthan AFB. This document is crucial for managing and tracking government-owned assets provided for federal contracts, ensuring proper accountability and disposition.
Attach_01_RFO_Provision_and_Clause_Matrix_v2_FA821226R0003.pdf
PDF154 KBMay 8, 2026
AI Summary
This document outlines a comprehensive list of revised and new provisions and clauses applicable to federal government solicitations and contracts. It details various regulations spanning acquisition, small business utilization, labor laws, cybersecurity, and dispute resolution. Key updates include the Ombudsman clause, elimination of Class I Ozone Depleting Substances, and several revisions to the System for Award Management. Significant emphasis is placed on cybersecurity compliance through the Cybersecurity Maturity Model Certification (CMMC) requirements. The document also addresses small business subcontracting plans, protections against trafficking in persons, and new security prohibitions. Many clauses have specific deviation dates or effective dates, and some replace older provisions, streamlining the regulatory framework. This compilation is crucial for contractors to ensure compliance with the latest federal contracting requirements.
Attach_03_RFO_Proposal_ Adequecy_Checklist_and_Cost_Information_Requirement.docx
Word68 KBMay 8, 2026
AI Summary
Attachment 03 outlines the 'Proposal Adequacy Checklist' (DEVIATION 2026-O0048) and 'Requirements for Certified Cost of Pricing Data and Data Other Than Certified Cost or Pricing Data' (DEVIATION 2026-O0048) for federal acquisition. The checklist, prescribed in DFARS 215.110-70(d), details mandatory proposal submission items, referencing FAR 15.408-2 Table 15-1 for general instructions, cost elements (materials, services, subcontracts, direct labor, indirect costs, other costs), and submission formats. It covers aspects like Government-furnished material, CAS noncompliance, disclosure of material cost impacts, certified cost data exceptions, and inter-organizational transfers. The second provision, prescribed in DFARS 215.110-70(e)(1), defines terms like 'Market prices' and 'Non-Government sales,' outlining exceptions to certified cost or pricing data submission, particularly for commercial products/services or prices set by law. It specifies requirements for submitting uncertified cost data and details subcontractor responsibilities for data submission and price reasonableness. The document emphasizes compliance with FAR and DFARS regulations to ensure fair and reasonable pricing in government contracts.
Attach_02_RFO_FARS_Provisions.docx
Word19 KBMay 8, 2026
AI Summary
This document outlines several provisions relevant to federal contracts and grants. It defines terms related to responsibility matters (52.209-7), requiring offerors with active federal contracts/grants exceeding $10,000,000 to disclose specific legal proceedings (convictions, civil/administrative fault findings over monetary thresholds, or consent/compromise with acknowledgment of fault) in the Federal Awardee Performance and Integrity Information System (FAPIIS). Another provision (52.211-14) concerns priority ratings for national defense, emergency preparedness, and energy program use, indicating a 'DO rated order' for contracts awarded under the Defense Priorities and Allocations System. The document also includes provisions for specifying the place of performance (52.215-6) and the contemplated contract type, specifically a Firm-Fixed Price contract (52.216-1). Finally, it details Cybersecurity Maturity Model Certification (CMMC) Level 2 requirements (252.204-7025) for contractors, mandating current CMMC status and continuous compliance in the Supplier Performance Risk System (SPRS) and requiring CMMC unique identifiers in proposals for information systems handling Federal Contract Information (FCI) or Controlled Unclassified Information (CUI).

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMay 8, 2026
deadlineResponse DeadlineJul 15, 2026
expiryArchive DateJul 30, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA8212 AFSC OLH PZABA

Point of Contact

Name
Leslie Evans

Official Sources