Remanufacture of B-1B Surface Sensor Gearboxes
ID: FA811825R0055Type: Solicitation
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

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of B-1B Surface Sensor Gearboxes under solicitation number FA8118-25-R-0055. This contract, designated as a Total Small Business Set-Aside, aims to restore the gearboxes to a "like-new" condition, encompassing all necessary materials, labor, and equipment for the remanufacturing process. The remanufactured gearboxes are critical for maintaining the operational readiness of the B-1B aircraft, ensuring compliance with military standards and enhancing accountability in asset management. Interested contractors should direct inquiries to Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil, with the contract expected to span five years and include specific quality assurance and documentation requirements.

    Files
    Title
    Posted
    The CAV AF Reporting Requirements document outlines the contractual obligations for contractors regarding the management and reporting of Government-owned assets within the Commercial Asset Visibility (CAV AF) system. It details daily reporting responsibilities to ensure accurate records of assets at contractor facilities, including inventory control points and the requirement for timely updates post-maintenance actions. Contractors must submit authorization requests and comply with cybersecurity training mandates. Responsibilities include keeping asset records current in CAV AF, managing discrepancies, and ensuring accurate use of shipping documents like the DD Form 1348-1A. The report specifies that contractors must resolve any shipping discrepancies through designated channels promptly. Furthermore, it prohibits the induction of at-risk items on repair contracts and mandates reporting for Nuclear Weapon Related Materiel. The document serves as a guide for compliance with government procurement and maintenance practices, emphasizing the need for accurate data reporting to ensure effective inventory management. Adherence to these requirements is critical to avoid systemic issues in government reporting systems.
    The document outlines the Commercial Asset Visibility (CAV) Reporting Data Item Description (DI-MGMT-81838), which detailing an automated web-based method for managing government-owned reparable assets as they progress through repair cycles at contractor facilities. The CAV system allows contractors to report transactions in real time, ensuring the database remains updated. Key functionalities required from contractors include various asset-related transactions such as receipt, inductions, completions, and reporting on discrepancies. A structured format is defined in the accompanying Contract Statement of Work. The primary aim of the CAV application is to facilitate effective inventory management of reparable assets at commercial repair vendors, enhancing accountability and oversight in the asset repair process. This document is vital for contractors involved in the federal procurement and asset management system, ensuring compliance with government standards for asset tracking and reporting.
    The document pertains to a government solicitation numbered FA8118-25-R-0055, issued by the Department of the Air Force for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on remanufacturing B-1B Surface Sensor Gearboxes. This acquisition is designated for small business participation, with special considerations for women-owned and economically disadvantaged businesses. It outlines key contract specifics, including the delivery schedule, inspection protocols, and quality assurance requirements. The contractor is responsible for restoring the gearboxes to a "like-new" condition, which includes materials, labor, and equipment necessary for the remanufacturing process. An emphasis is placed on adhering to strict documentation requirements, including the use of DD1348-1 forms and compliance with supplier risk assessments. Additionally, the document outlines necessary submission processes for contractor inquiries and technical data requests and highlights that the government retains discretion in final award decisions based on budgetary considerations and document compliance. Overall, the solicitation sets forth a structured framework for ensuring contract deliverables meet military standards and support operational readiness.
    The Government Property (GP) Inventory Report, designated as DI-MGMT-80441D, serves as a framework for contractors to submit inventory details of Government Furnished Property (GFP) and Contractor Acquired Property (CAP) to the Department of Defense (DoD). Applicable to contracts involving government property, this report specifies the required format, which must be in electronic .xls or .xlsx format, and outlines mandatory content. The report must include various data fields such as contract numbers, asset identification, descriptions, quantities, and classification of government property. It ensures proper tracking and management of governmental assets, improving accountability within federal procurement processes. This report supersedes DI-MGMT-80441C and intends to enhance the oversight of government property across contracts, supporting compliance with federal guidelines.
    The statement of work (SOW) for PR Number FD2030-25-00297 outlines requirements for the remanufacture of B-1B Surface Sensor Gearboxes by the Department of the Air Force at Tinker Air Force Base. It details the contractor's responsibilities, including adhering to quality control measures, conducting initial production evaluations, and complying with safety regulations. Key sections cover definitions of terms, pre-award survey requirements, specific work procedures, quality assurance protocols, and documentation obligations. The contractor must ensure all consumable parts are replaced during remanufacture, maintain records of replaced components, and adhere to a parts control program. Additionally, cybersecurity measures must be implemented to safeguard supply chain information. The SOW emphasizes the contractor's obligation to report discrepancies, follow technical orders, and provide updates on any changes in operational capacity or foreign influences. This SOW serves as a framework ensuring remanufactured gearboxes meet operational standards while mitigating risks associated with supply chain disruptions or compliance violations, thus supporting the Air Force's operational mission and readiness.
    The United States Air Force, through the Air Force Sustainment Center at Tinker AFB, is seeking proposals for the remanufacturing of B-1B Surface Sensor Gearboxes. The contract will involve all aspects of remanufacturing, including disassembly, cleaning, inspection, maintenance, reassembly, testing, and finishing to restore the gearboxes to like-new condition. The procurement is outlined as a firm fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract over a five-year period, with specified minimum and maximum quantities. There are two distinct gearbox models listed, each with delivery requirements set for 15 units every 60 days. Interested vendors needing qualification must submit a Source Approval Request (SAR) package. Technical data requests must be formally submitted with appropriate documentation. The solicitation is expected to be issued around May 14, 2025, and is intended for small businesses, particularly those meeting specific design capability and engineering standards. An ombudsman is available for contractor concerns during the proposal phase, focusing on maintaining proposal confidentiality. This RFP exemplifies the government's approach to leveraging small business potential in fulfilling critical military component requirements while ensuring compliance with specific procurement regulations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Overhaul of B-1 Electro-Mechanical Actuator NSN 1680015097158RK
    Dept Of Defense
    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
    Dept Of Defense
    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
    Dept Of Defense
    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.
    GEARBOX,LANDING
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for three units of the Gearbox, Landing (NSN: 1620-00-617-9123) specifically for C-130 aircraft, primarily aimed at Foreign Military Sales (FMS) customers. The procurement emphasizes compliance with AS9100 quality standards, the Buy American Act, and various military standards for packaging and marking, including MIL-STD-130 and MIL-STD-2073-1E. This opportunity is critical for maintaining the operational readiness of military aircraft and ensuring compliance with national defense requirements. Interested contractors must submit their proposals by December 17, 2025, and can reach out to Richard Dunlap at richard.dunlap.2@us.af.mil or call 385-591-8306 for further information.
    F-110 Gearbox, Accessory D
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking to procure the F-110 Gearbox, Accessory D, which is critical for military or space applications. The contract will involve acquiring a total of 40 units, with a minimum order of 20 and a maximum of 60, to be delivered by January 21, 2026, highlighting the importance of this item as a Critical Safety Item. The government intends to solicit and negotiate with a limited number of sources, specifically General Electric Company, due to the limited availability of responsible sources, and all interested parties may submit capability statements within 45 days of the solicitation's release, which is expected on September 5, 2025. For further inquiries, interested vendors can contact Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112.
    Evaluation and repair of Gear Boxes
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking a contractor for the evaluation and repair of specific gearboxes, identified by part number BA22763-200 and serial numbers 0034, 0172, and 0174. This sole source procurement is aimed at ensuring the operational readiness of critical aircraft components, with the contractor required to provide labor, materials, and transportation to perform these services at NSWC Crane in Indiana. The contract includes multiple option years for additional evaluations and repairs, emphasizing the importance of maintaining high-quality standards in military equipment. Interested vendors must submit their capability statements by December 18, 2025, at 4:00 PM Eastern Time, and can direct inquiries to Trista Ray at trista.m.ray.civ@us.navy.mil.
    UH-60 GEARBOX, ASSEMBLY UPGRADE AND OVERHAUL
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command-Redstone Arsenal, is seeking potential sources for the inspection, overhaul, and upgrade of the UH-60 Gearbox, Assembly. This procurement aims to ensure the availability of services, facilities, labor, and materials necessary to return the gearbox to a condition code A, as defined by Army regulations, highlighting its critical safety status. Interested contractors must submit a capabilities statement by December 29, 2025, to the primary contact, Jason Howell, at jason.l.howell4.civ@army.mil, with the possibility of a single award contract structured as a Firm Fixed Price, Five Year Indefinite Delivery Indefinite Quantity (IDIQ) contract. The applicable NAICS code for this opportunity is 336413, and the government encourages responses from small businesses, with a minimum quantity of 30 and a maximum of 180 units anticipated.
    1680-01-450-6899 - GEARBOX ASSEMBLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 71 units of Gearbox Assembly, AI, specifically for the F-16 aircraft. This procurement is classified under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing, and will be conducted as a firm fixed-price contract with delivery expected within 550 days. The solicitation, identified as SPE4A726R0229, will be issued on or around July 29, 2025, and interested vendors can access the solicitation documents via the DLA Internet Bid Board System (DIBBS). For further inquiries, vendors may contact Calvin Peterson at calvin.peterson@dla.mil or by phone at (804) 659-8838, with a response deadline set for January 16, 2026, at 3:00 PM Eastern.
    NIINs to N00383-22-G-ZL01
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for specific gearbox assemblies from Bell Textron Inc on a sole source basis. The procurement involves the repair of various gearbox items, as detailed in the attached exhibit, which includes Main, Assembly, Intermediate, and Combing Gearboxes, with an estimated quantity of one unit for year five and zero units for the preceding years. This contract is critical for maintaining operational readiness and support for the Navy's aircraft systems. Interested parties must submit their capability statements to Jake Kucowski at jake.kucowski.civ@us.navy.mil within 15 days of the notice publication, as this procurement is not a Total Small Business Set-Aside and will not be delayed for Source Approval Requests.
    16--GEARBOX ASSY,TAIL,A, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of the Gearbox Assembly, Tail, A (NSN: 1680017336838, Part Number: 06381-05000-044). This sole-source requirement involves the repair of five units, with the contractor responsible for all necessary labor, materials, and testing to return the items to a Ready for Issue (RFI) condition, adhering to strict quality and inspection standards. The procurement is critical for maintaining operational readiness of naval aircraft, and interested contractors must provide required documentation for government source approval along with their proposals. For inquiries, contact Lauren Phillips at lauren.n.phillips6.civ@us.navy.mil or by phone at 215-697-6566.