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 for the development of a Fuel System Component Test Stand, aimed at enhancing testing capabilities for military aircraft components. The procurement requires the design, installation, calibration, and training associated with the test stand, which will be executed under a Firm Fixed Price contract arrangement. This initiative is critical for ensuring the reliability and performance of aircraft fuel systems, thereby supporting operational readiness. Interested vendors, particularly those classified as Women-Owned Small Businesses, must submit their offers by January 9, 2026, at 10:00 AM CST, and can direct inquiries to Sheridan Robison at sheridan.robison@us.af.mil. The project delivery period is set from January 16, 2026, to January 15, 2028, with additional stipulations regarding document access and compliance with environmental regulations.

    Point(s) of Contact
    Files
    Title
    Posted
    This document addresses questions regarding a government Request for Proposal (RFP) related to the development of a new test stand for Unit Under Test (UUT) components, likely for military aircraft. Key issues include the provision of UUT fixtures and tooling, with Tinker Air Force Base offering existing drawings and access for reverse engineering, though at the contractor's expense. The contractor is also responsible for providing a standalone hydraulic power unit, with specifications derived from relevant technical orders. The
    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.
    This government document, an amendment to solicitation FA812526Q0010, primarily extends the response due date for offers to January 9, 2026, at 10:00 AM CST. Issued by AFSC PZIMA, the amendment also addresses industry questions. It details methods for offerors to acknowledge receipt, such as completing specific items, acknowledging on each offer copy, or sending a separate communication. Failure to acknowledge may result in rejection. The document also outlines procedures for modifying already submitted offers and clarifies its applicability to contract modifications, specifying authorities like FAR 43.103(b). All other terms and conditions of the original solicitation remain unchanged.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    CELL,FUEL,AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting bids for the procurement of F-16 two-place aircraft fuel cells, identified by NSN 1560-01-054-1246WF. The procurement includes a First Article Test Report and requires adherence to specific manufacturer part numbers, with a total of three line items: a test report, a first article, and a production article, all of which are critical safety items. These fuel cells are essential components for the F-16 aircraft, ensuring operational readiness and safety. Interested vendors must submit their qualifications by January 19, 2026, and can contact Michelle Parker at michelle.parker.2@us.af.mil or 385-519-8190 for further details.
    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.
    F-16 Test Set, Pneumatic
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting quotations for the procurement of two Pneumatic Test Sets (NSN: 4920-99-575-1342) specifically designed for F-16 aircraft. This opportunity is open to qualified sources, including BAE Systems and Druck Limited, and requires compliance with various standards, including ISO 9001:2000, as well as adherence to specific packaging and marking requirements outlined in military standards. The procurement is critical for maintaining the operational readiness of F-16 aircraft, ensuring that the necessary equipment is available for maintenance and repair. Quotations are due by January 16, 2026, and interested parties should direct inquiries to April Blakeley at april.blakeley@us.af.mil for further information.
    Pump, Fuel, Metering
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of metering fuel pumps, specifically NSNs 2915-01-454-6663 and 2915-01-041-8639. The contract requires the delivery of a total of 196 units, with quantities ranging from 49 to 294 units, to be shipped to DLA Distribution Depot Oklahoma, with initial deliveries due by May 31, 2027. These pumps are critical components for the F-16 aircraft, ensuring efficient fuel supply to the engines. Interested vendors must submit their proposals by January 30, 2026, and can direct inquiries to Chrissy Turnage at christine.turnage@us.af.mil. The solicitation is available for download at www.sam.gov, and all proposals will be evaluated based on price and past performance factors.
    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.
    1560-01-224-0803 (26-R-0080)
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the acquisition of F-16 aircraft fuel cells, specifically identified by NSN 1560-01-224-0803. This procurement is restricted to qualified sources, namely Axillon Aerospace (Rockmart) Inc. and Lockheed Martin Corporation, and includes stringent requirements such as on-time delivery, a mandatory first article approval process, and adherence to detailed packaging and marking specifications in accordance with military standards. The fuel cells are critical components for the F-16 aircraft, emphasizing the importance of compliance with safety and quality standards in defense operations. Interested contractors must submit their proposals by January 12, 2026, at 2:00 PM, and can contact Johnny Wakefield at johnny.wakefield.2@us.af.mil or by phone at 385-591-3547 for further information.
    SPRTA125R00168 (NSN:2915-01-310-2141)
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting bids for the procurement of 14 units of Fuel Control (NSN: 2915-01-310-2141) and associated CEMS data. This opportunity is aimed at acquiring new manufacture spares, emphasizing the need for accelerated and consolidated deliveries, with specific requirements against surplus materials. The contract is unrestricted under NAICS code 336412, and offers are due by October 30, 2025, at 3:00 PM, with delivery deadlines set for September 9, 2026, for the fuel controls and September 1, 2026, for the CEMS data. Interested contractors should direct inquiries to the primary contact, Alson Dacalio, at alson.dacalio@us.af.mil or by phone at 405-739-8448, and must comply with various federal regulations regarding labor, environmental protection, and payment submissions.
    NOUN:TEST SET,FUEL CONTR NSN: 4920-01-592-7332 P/N: 08-0819-02
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking to acquire a minimum of 23 units of the TEST SET, FUEL CONTR, with NSN: 4920-01-592-7332 and Part Number: 08-0819-02, specifically for BLACKHAWK aircraft, through a five-year Indefinite Delivery Requirements (IDR) contract. This procurement is restricted to ULTRAX AEROSPACE, INC (CAGE CODE: 07PR7) and ECI DEFENSE GROUP, INC (CAGE CODE: 3SDB5) due to the unavailability of competitive data, and the production lead time is set at 180 days after contract award for deliveries to Tobyhanna, PA. The acquisition involves export-restricted technical data, necessitating that offerors possess current United States/Canada Joint Certification Program (JCP) certification to access this data, with foreign firms required to process requests through their respective embassies. Interested parties should direct inquiries to Josh Evan Long at josh.long@dla.mil or Kiera Cross at Kiera.Cross@dla.mil for further information.
    F-16 TANK, FUEL, AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the procurement of 15 F-16 aircraft fuel tanks, identified by National Stock Number (NSN) 1560-01-102-6385 WF. The selected contractor must comply with stringent manufacturing qualification requirements, including the submission of a detailed qualification test plan and a pre-contract award qualification article for evaluation, with an estimated qualification cost of $40,000 and a completion timeline of 720 days. These fuel tanks are critical components for the F-16 aircraft, emphasizing the importance of quality and compliance with military standards in their production and delivery. Interested parties should contact Kody Quayle at kody.quayle@us.af.mil for further details, with a proposed delivery date set for September 30, 2027.