Fuel System Component Test Stand
ID: FA8125-26-Q-0010Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8125 AFSC PZIMATINKER AFB, OK, 73145-3303, USA

NAICS

Aircraft Engine and Engine Parts Manufacturing (336412)

PSC

AIRCRAFT MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT (4920)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Air Force, is soliciting proposals from Women-Owned Small Businesses (WOSB) for the provision of a Fuel System Component Test Stand under solicitation FA812526Q0010. The procurement includes the design, installation, calibration, and training associated with the test stand, which is critical for aircraft engine maintenance and repair operations. The contract is structured as a Firm Fixed Price arrangement, with a performance period from January 16, 2026, to January 15, 2028, and proposals are due by December 19, 2025. Interested vendors must have a valid DD2345 and be registered in the JCP Portal to access controlled documents, and they can reach out to Sheridan Robison at sheridan.robison@us.af.mil for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    Design Guideline 450, issued by OC-ALC, outlines a comprehensive safety systems review process for facilities and equipment. The guideline, updated in 2002, aims to identify potential design deficiencies and hazards through detailed analysis methods like MFEA, HAZOP, and fault tree analysis. It provides a risk assessment methodology to classify facilities into Class A, B, or C based on factors such as energy level, flammability, toxicity, and economic consequence. Each class dictates the required rigor of hazard analysis and documentation. The document includes an
    This document outlines environmental protection and safety requirements for contractors working at Tinker Air Force Base (TAFB). Contractors must comply with all federal, state, and local environmental and occupational safety laws, including specific TAFB instructions on hazardous materials and waste management. Key provisions include immediate reporting of spills to 911, the COR, and UEC, followed by a detailed written report within four hours. Contractors must certify in writing if no hazardous materials (HAZMAT) will be brought on base or if no hazardous waste will be generated; otherwise, strict procedures for HAZMAT usage logs, storage restrictions, and waste disposal in government-furnished containers apply. All chemicals and materials require prior written approval from 72 ABW/CEIE and submission of Material Safety Data Sheets (MSDS/SDS). Discharges into Tinker's Industrial Waste Treatment Plant (IWTP) or sanitary sewers also need approval, as do off-site discharges to permitted facilities. Contractor personnel must undergo approved environmental training covering RCRA regulations and TAFB procedures. Finally, both the Government and Contractor must provide written certification that equipment is cleaned, drained, and purged of contaminants before transfer or return to Tinker AFB.
    Appendix C provides a comprehensive glossary of terms and definitions relevant to government files, likely pertaining to federal RFPs, grants, and state/local RFPs. It includes acronyms and their expanded forms, such as 2D (Two dimensional), AGE (Aerospace Ground Equipment), AFB (Air Force Base), and ARO (After Receipt of Order), alongside specialized terminology like CAD/CAM (Computer Aided Design/Computer Aided Manufacturing) and CCS (Computer Control System). The document also defines key concepts such as Commercial Off-The-Shelf (COTS), Modified Commercial Off-The-Shelf, Executive Software, Unit Under Test (UUT), and Government Unlimited Rights, which are critical for understanding procurement, testing, and intellectual property in government contracts. This glossary serves as a vital reference for clarity and standardization within the specified governmental contexts.
    The document is a federal government Request for Proposal (RFP) for a Women-Owned Small Business (WOSB) to provide a Fuel System Component Test Stand. The solicitation, FA812526Q0010, issued by the US Air Force, outlines requirements for the test stand and associated services, including design reviews, installation, calibration, and training, all under a Firm Fixed Price arrangement. Key details include a solicitation issue date of November 14, 2025, and an offer due date of December 19, 2025. The project delivery period spans from January 16, 2026, to January 15, 2028. The document specifies detailed instructions for deliveries to Tinker Air Force Base, contractor ID badge requirements, packaging, and inspection/acceptance procedures. It also incorporates various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, emphasizing electronic payment submission via Wide Area WorkFlow (WAWF) and adherence to numerous socioeconomic, environmental, and ethical standards. The acquisition is set aside for WOSB, with a NAICS code of 336412 and a 1500-employee size standard. It also warns that funds are not presently available, and the government reserves the right to cancel the solicitation.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    T400 Technical Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from Women-Owned Small Business (WOSB) concerns for the T400 Technical Services contract, which focuses on providing technical engineering support related to the Engine Component Improvement Program. The primary objective is to establish a reliable means for the USAF to access technical assistance on T400-related inquiries, including part numbers and equivalency of consumables, with a base performance period of 10 months starting January 15, 2026, and an optional 12-month extension thereafter. This Firm Fixed Price contract, with a Defense Priorities Allocation System (DPAS) Priority Rating of DO-A1, emphasizes compliance with various federal regulations and requires electronic invoicing through Wide Area WorkFlow (WAWF). Interested parties should contact Rachel Bradd at rachel.bradd@us.af.mil or call 937-656-0000 for further details.
    29--BODY,FUEL CONTROL F
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of seven units of the BODY, FUEL CONTROL F, identified by NSN 2915006734955. This solicitation is specifically set aside for Women-Owned Small Businesses (WOSB) and aims to fulfill the needs for aircraft engine and engine parts manufacturing, which are critical for maintaining operational readiness in military aviation. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all submissions should be directed to the buyer listed in the solicitation document. For inquiries, potential bidders can reach out via email at DibbsBSM@dla.mil, with the expectation that delivery to the Parts-Attach General Depot is required within five days after order placement.
    KC-46 Pneumatic Starter
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the KC-46 Pneumatic Starter project, which involves updates to existing Air Turbine Starter (ATS) test stands at Hill Air Force Base in Utah. The procurement aims to engage an Original Equipment Manufacturer (OEM) to develop and integrate new software and hardware necessary for testing the KC-46 ATS, including the creation of test templates and installation of required hardware. This initiative is crucial for ensuring the operational readiness and compatibility of the KC-46 aircraft's pneumatic starter systems. Interested parties, particularly Women-Owned Small Businesses, should refer to solicitation FA822826Q0004 and contact Hayden Thurston at hayden.thurston@us.afmil or Costadena Bournakis at costadena.bournakis@us.af.mil for further details, with a performance period set from January 5, 2026, to January 5, 2027.
    Manifold Assembly
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, OK, is soliciting proposals for the manufacture and supply of the "Manifold Assembly No. 4," a critical component for aircraft engine systems. This unrestricted procurement encourages open competition and aims to support small businesses, including those owned by women, veterans, and HUBZone entities, while ensuring compliance with stringent quality assurance measures and delivery schedules. The selected contractor will be required to deliver the specified items by February 15, 2025, and must adhere to government regulations regarding material sourcing and payment processing through the Wide Area Workflow (WAWF) system. Interested parties can contact James Callins at 405-855-3581 or via email at JAMES.CALLINS@US.AF.MIL for further details.
    49--TEST STAND,ELECTRIC
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of two electric test stands under solicitation number NSN 4920016900011. The requirement includes the delivery of these test stands within 20 days after order, with the approved source being 3CAT3 ZGS-11300-3. These electric test stands are critical for maintenance and repair operations, ensuring the reliability and functionality of various defense equipment. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    FUEL CONTROL,MAIN,T
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the procurement of a FUEL CONTROL, MAIN, T (NSN: 2910-01-329-3239 YP), specifically designed for use in military applications. The contract, which is a firm-fixed-price for one unit, requires compliance with various military standards, including AS9100 quality standards and military packaging regulations, ensuring that the product meets stringent safety and operational requirements. This procurement is critical for supporting Foreign Military Sales (FMS) and maintaining the operational readiness of defense systems. Interested parties must submit their quotations by January 5, 2026, and can contact Michelle L Parker at mcihelle.parker.2@us.af.mil or 385-519-8190 for further information.
    NSN2915-01-206-0654NZ_ControllerFuelPum_F100_PN4080022_FD2030-22-01876-02
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is conducting market research for the manufacture of the CONTROLLER, FUEL PUMP (NSN: 2915-01-206-0654NZ, P/N: 4080022) with an estimated requirement of 1,500 units. This Sources Sought Synopsis aims to identify potential sources, including small businesses, and to determine the best acquisition strategy for this critical component used in military aircraft operations. Interested parties must be capable of providing all necessary labor, materials, and logistics support, and are required to submit a Source Approval Request (SAR) package by December 17, 2025, to the 430th Supply Chain Management Squadron. For further inquiries, interested vendors can contact the primary contact at 430scms.afmc.rfiresponses@us.af.mil or the secondary contact, Terri Swain Wooten, at terri.swain-wooten@us.af.mil.
    66--TEST SET,TRANSPONDE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of eight units of a Test Set, Transponder, identified by NSN 6625014824577. This solicitation is aimed at acquiring essential instruments and laboratory equipment, specifically designed for fluid metering and counting applications, which are critical for various defense operations. Interested vendors, particularly Women-Owned Small Businesses (WOSB), are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil, and all quotes must be submitted within the specified timeframe to be considered.
    FD20302600008 - Remanufacture of KC-135 Valves & Pumps; NSN: 2915-01-452-5123RK, 2915-01-452-5126RK, 2915-01-527-8152RK, 2915-01-510-1161RK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the remanufacture of KC-135 valves and pumps under a five-year Firm Fixed Price Requirements Type Contract. This procurement involves the disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing of various fuel system components to restore them to like-new condition, ensuring the operational readiness of critical aircraft systems. The anticipated contract will likely be awarded as a sole source to ITT Aerospace Controls, emphasizing the importance of these components in maintaining aircraft performance and safety. Interested parties can reach out to Morgan Mcgarity at morgan.mcgarity@us.af.mil or Shirley V. Harmon at Shirley.Harmon.1@us.af.mil for further details, with the total acquisition cost estimated at $1,846,309.05 and specific delivery timelines outlined in the associated documents.
    WRENCH SET, FUEL MAN
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for a Wrench Set, Fuel Man, specifically for the LM2500 GE Tooling, identified by NSN: 2835-01-550-3007. This procurement is a Total Small Business Set-Aside, aimed at acquiring 40 units over a 5-year base period, with a delivery schedule of 211 days after receipt of order. The items are critical components for turbine and turbine generator set units, emphasizing the importance of reliable supply for military operations. Interested vendors must submit a written proposal and complete the solicitation available on the DLA Internet Bid Board System (DIBBS) by the issue date of December 22, 2025, and can contact Renee Griffin at renee.griffin@dla.mil for further information.