Remanufacture B-1 Horizontal Stabilizer Servo-Cylinder
ID: FA811825R0084Type: 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

AIRCRAFT HYDRAULIC, VACUUM, AND DE-ICING SYSTEM COMPONENTS (1650)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The CAV AF Reporting Requirements document outlines contractor responsibilities for reporting government-owned assets within contractor repair facilities and Inventory Control Points (ICPs) using the Commercial Asset Visibility Air Force (CAV AF) system. Contractors must ensure daily, accurate asset record reflection in CAV AF, including initial and annual DoD Information Assurance CyberAwareness Challenge training for reporters and submission of DD Form 2875. The document details specific transactional reporting for "Not-on-Contract" and "On-Contract" items, emphasizing proper use of DD Form 1348-1A for receipt and shipping, and prohibiting certain practices like "Induction-at-Risk." It also addresses reporting for Nuclear Weapon Related Materiel (NWRM), contract closure procedures, and handling discrepancies incident to shipment. Non-compliance with timely and accurate reporting is subject to Program Management Review, highlighting the critical role of CAV AF in government inventory management.
    This government file, FD20302501335, outlines the Contract Data Requirements List (CDRL) for the B-1 Horizontal Stabilizer Servo-Cylinder, covering various data items. It mandates daily Commercial Asset Visibility (CAV) Reporting for end items, requiring submissions within 24 hours of supply or maintenance transactions, and electronic reporting via CAV AF or CICA XML. The contract also requires monthly Contract Depot Maintenance (CDM) Production Reports, due within five business days of the previous month's end, reflecting inventory at all repair locations. An annual Government Property (GP) Inventory Report is required within seven calendar days of the reporting period, or upon government request. Additionally, a Production Surge Plan (Capability Analysis Plan) must be submitted 30 days post-award, detailing the contractor's maximum sustainable delivery rate and surge capacity. Lastly, the contractor must submit a Report of Shipping and Packaging Discrepancy (SF-364) via WEBSDR within 48 hours of discovery for issues like overage, damage, or misdirected shipments. All reports must be in English and adhere to specified distribution statements, including export control warnings for sensitive technical data. Shane Kiddie is the primary contact for submissions.
    The provided file consists solely of repetitive disclaimers stating "Source: http://assist.dla.mil -- Downloaded: 2020-08-20T18:47Z Check the source to verify that this is the current version before use." The main purpose of the document is to advise users to verify the currency of the information by checking the source. It contains no substantive content, key ideas, or supporting details beyond this repeated warning. Therefore, the file's essence is to emphasize the importance of ensuring that the version of the document being used is the most up-to-date by consulting the original source.
    DI-PSSS-81995A outlines the requirements for the Contract Depot Maintenance (CDM) Monthly Production Report, a crucial data item for government oversight of depot-level maintenance contracts. The report, superseding DI-PSSS-81995, provides monthly production figures, asset status, performance against schedule, anticipated production, and unresolved issues at contractor facilities. It mandates a specific Table I format and content, divided into two parts. Part I requires detailed administrative information from both the Production Management Specialist (PMS) and the Contractor, including contact details, contract specifics, item identification, and quantities related to received reparables, miscellaneous assets, reparables on hand, items inducted, awaiting parts, produced, serviceables on hand, serviceables shipped, condemned items, and a next-month production forecast. Part II, the Production Summary, is conditional, required only if production forecasts are missed, current forecasts don't match contracted quantities, or future production problems are anticipated. This DID ensures comprehensive reporting for effective management of federal maintenance contracts.
    DI-MGMT-80441D, titled "Government Property (GP) Inventory Report," is a Data Item Description (DID) approved on June 9, 2020. It mandates contractors to periodically provide the Department of Defense (DoD) Service or Agency with an inventory of all Government Property (GP) in their possession, including both Government Furnished Property (GFP) and Contractor Acquired Property (CAP), as well as property held by subcontractors, organized by contract. This DID applies to all contracts involving GP. The report must be submitted electronically in .xls or .xlsx format and include specific data fields such as Contract Number, Asset Identification Numbers (both agency/service and contractor), Item Description, Manufacturer Part/Model/Serial Numbers, National Stock Number, Quantity, Unit of Measure, Unit Acquisition Cost, Unique Item Identifier (for IUID-registered GFP), Asset Location/Sub-Location, Type of Government Property (GFP or CAP), Classification of Government Property (e.g., COMSEC, Equipment, Material), Date of Last Physical Inventory, and Federal Condition Code.
    The document, sourced from http://assist.dla.mil, serves as a disclaimer for users to verify that the version they are using is the most current before proceeding. This is crucial for government RFPs, federal grants, and state/local RFPs where up-to-date information is paramount for compliance and accurate submissions. The repeated emphasis on checking the source highlights the dynamic nature of government documents and the necessity of ensuring that all information is current to avoid issues with proposals, grants, or other official processes.
    DI-MGMT-81838 is a Data Item Description (DID) outlining the requirements for Commercial Asset Visibility (CAV) Reporting. This document specifies the format and content for contractors to report on government-owned reparable assets undergoing repair at their facilities. The CAV application is a web-based system designed to track these assets throughout the repair cycle, acting as an inventory management system. Contractors are required to report transactions such as asset receipt, inductions, completions, shipments, and various status changes, including items awaiting parts or deemed beyond economic repair. Additionally, the DID lists various reports and forms that contractors must be able to generate or perform, such as printing material movement documents and conducting item maintenance. The reporting methodology and input formats are defined in the Contract Statement of Work.
    This government solicitation, FA8118-25-R-0084, issued by the Department of the Air Force, AFSC PZABB, outlines a five-year firm-fixed-price requirements contract for the remanufacture of B-1 Horizontal Stabilizer Servo-Cylinders. The solicitation details the need for remanufacturing various servocylinder models (NSNs: 1650-01-543-4395, 1650-01-253-7848, 1650-01-543-3024, 1650-01-249-1788) made of steel alloy, aluminum, steel, and rubber, crucial for aircraft flight control surfaces. The contract includes multiple ordering periods, each with estimated quantities and specific delivery requirements of typically 2-5 units every 30 calendar days. Key requirements for contractors include compliance with ISO 9001-2015 standards, a minimum SPRS assessment score of 110 (or a plan to achieve it), and mandatory IUID markings per MIL-STD-130. Proposals are due by January 15, 2026, at 1:00 PM. Payment is contingent upon the availability of appropriated funds.
    The GFP Attachment provides details on government-furnished property, specifically multiple servocylinders, for a contract awarded on March 20, 2025. The attachment lists various models of servocylinders, each with unique NSN, CAGE Code, and Part Number. Each line item specifies the quantity, unit of measure (Each), unit acquisition cost, and indicates that the items are to be used "As-Is." The document includes both non-serially managed and requisitioned items, all detailing different configurations of servocylinders with varying quantities and individual acquisition costs. This document is crucial for tracking and managing government property designated for use in a federal contract.
    This government file details a servocylinder, identified by NSN 1650012491788 and CAGE 43999, which is critical for aircraft flight control. The document provides comprehensive data, including physical dimensions (38.38 inches length, 7.60 inches width, 14.50 inches height) and a weight of 170.00 pounds. Constructed from aluminum, steel, and rubber, the servocylinder's primary function is to ensure precise movement and placement of aircraft flight control surfaces. The file also notes specific codes such as TCTO Number 9H2-4-277-3, a Criticality Code H, and Demilitarization Code D, indicating its importance and handling requirements. Initiated by 423 SCMS / GUMB, the item lacks available technical data but specifies material content. This detailed description is crucial for procurement, maintenance, and operational planning within government contexts, likely supporting federal RFPs related to aerospace components.
    This government file describes a servocylinder, identified by NSN 1650015433024, with reference number L5873400-072 and CAGE 43999. The servocylinder is critical (H) and made of steel, weighing 170 lbs with dimensions of 45.3000 in (length), 7.6000 in (width), and 14.5000 in (height). Its function is to convert hydraulic power into linear motion to activate the horizontal stabilizer of an aircraft, as indicated by TCTO number 9H2-4-277-3. The document also notes the item's demilitarization code (B) and security code (U), and that it has no helium content or precious metals. This detailed item description is likely part of a federal government RFP or procurement process for aerospace components, providing essential specifications for potential suppliers.
    This document is an item description for a "SERVOCYLINDER" with NSN 1650015434395, CAGE 43999, and reference number L5873400-071. It is a critical component for horizontal stabilizers, made of steel alloy, and has dimensions of 53.1000 in (L), 15.1000 in (W), 26.1000 in (H), and weighs 245.0000 lb. Key details include a criticality code of 'H', demilitarization code 'D', and security code '7'. The initiator is 423 SCMS / GUMB. This detailed description is crucial for procurement, maintenance, and logistical planning within government operations, likely for an RFP or inventory management, ensuring precise identification and handling of the item.
    The document details a servocylinder assembly (NSN 1650012537848) crucial for flight control systems, converting hydraulic power to linear motion. Key specifications include its CAGE code (43999), reference number (L5873400-06), and TCTO number (9H2-4-277-3). The assembly, made from aluminum, steel, and rubber, measures 45.3 inches in length, 7.6 inches in width, and 14.5 inches in height, weighing 170 pounds. It consists of a hydraulic operating cylinder and two mechanical operating servovalves. Its primary function is to control the horizontal stabilizer's position in the flight control system. The legacy description notes extended and retracted lengths of 45.225 inches and 38.380 inches, respectively. This item is identified as safety-critical with specific criticality (H) and demilitarization (B) codes.
    The "ITEM UNIQUE IDENTIFICATION (IUID) CHECKLIST" details the IUID marking requirements for a Servocylinder (NSN 1650012491788). In accordance with DFARS 252.211.7003, Section (c)(1)(ii), the item requires marking per MIL-STD-130, with the contractor determining the location and method. The checklist also addresses embedded items under Section (c)(1)(iii), noting that an unspecified item is embedded within the Servocylinder. This document ensures compliance with federal unique identification standards for government-procured items, crucial for asset tracking and management in defense and federal contracts.
    The IUID Checklist, Version 1, generated on May 7, 2025, details the unique identification marking requirements for a Servocylinder (NSN: 1650015433024) under DFARS 252.211.7003. Section (c)(1)(ii) mandates IUID marking in accordance with the latest MIL-STD-130, with the contractor determining the location and method. Section (c)(1)(iii) addresses embedded items, specifically noting that the Servocylinder is an embedded item for the same NSN. The document is a federal government RFP, focusing on federal procurement regulations and standards for item identification.
    This document is an Item Unique Identification (IUID) Checklist, specifically focusing on the IUID marking requirements as per DFARS 252.211.7003. It details the marking criteria for a specific item, a "SERVOCYLINDER" with NSN 1650015434395. The marking is to be performed according to MIL-STD-130, with the contractor determining the location and method. The checklist also addresses embedded items, noting that no additional embedded items require separate IUID marking beyond the main NSN 1650015434395. This document ensures compliance with federal unique identification mandates for government-contracted items.
    This document is an Item Unique Identification (IUID) Checklist, specifically focusing on the IUID marking requirements for a SERVOCYLINDER ASSEM with NSN 1650012537848. It details that DFARS 252.211.7003 Section (c)(1)(ii) applies, requiring the contractor to mark the item in accordance with the latest MIL-STD-130, with the location and method determined by the contractor. The checklist also includes a section for embedded items, though no specific embedded items are listed for this particular NSN. The purpose of this document is to ensure proper identification and tracking of government property.
    This government file outlines packaging requirements for items under purchase instrument number FD20302501335-00. It emphasizes compliance with MIL-STD 129 Revision R and MIL-STD 2073-1 Revision E, particularly regarding wood packaging material (WPM) to prevent invasive species in international shipments. All WPM, including pallets, boxes, and crates, must be constructed from debarked, heat-treated wood (56 degrees Celsius or 133 degrees Fahrenheit for 30 minutes) and certified by an ALSC-recognized agency, adhering to ISPM No. 15. The document details specific packaging instructions for PACRN AAA, requiring military packaging and marking per MIL-STD-2073-1 and MIL-STD-129, with additional marking criteria. For PACRNs AAB and AAC, no packaging data is required. The document concludes with contact information for the packaging specialist.
    The document outlines the Statement of Work (SOW) for the remanufacture and upgrade of B1B Horizontal Stabilizer Servo-Cylinders for the Department of the Air Force. It details general information, including definitions, pre-award survey, initial production evaluation, reporting, quality, special tools, precious metals recovery, nuclear hardness, parts control, ozone-depleting substances, technical order maintenance, contractor employees, safety, and item unique identification requirements. The SOW also covers specific work requirements, delivery schedules, and applicable documents. A significant section addresses Supply Chain Risk Management (SCRM), emphasizing continuity of operations, foreign influence, and cybersecurity measures to safeguard the integrity of products, services, and information throughout the supply chain.
    This document, likely an internal memo or a component of a larger federal procurement or grant application, briefly lists key entities and statuses related to a project. It identifies
    The document "TRANSPORTATION DATA FOR SOLICITATIONS" (Purchase Instrument Number: FD20302501335-00, initiated April 28, 2025) outlines transportation provisions and instructions for government procurements. It specifies F.O.B. terms as "Origin" and "Destination," referencing FAR clauses 52.247-29, 52.247-52, and 52.247-53. A critical instruction for vendors is to contact DCMA Transportation via the SIR eTool system for shipping instructions on all DCMA-administered contracts, especially for F.O.B. Origin, FMS, and F.O.B. Destination OCONUS/Export movements. Failure to do so can result in freight frustration and additional vendor expenditures. The file details various items (identified by NSN/Pseudo NSN) and their respective ship-to addresses at DLA Distribution Depot Oklahoma, Tinker AFB, OK. Transportation funding information, including TACRN and Purchase Instrument Line LOA, is also provided for multiple line items, indicating specific financial allocations for these shipments. The document concludes with contact information for Darrick D. Hogan from 406 SCMS / GULAA.
    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.
    Servocyclinder
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is preparing to issue a Request for Proposal (RFP) for the procurement of servocylinders specifically for the F110 system. The RFP is expected to be released on February 14, 2025, with a closing date of March 17, 2025, and it will require the delivery of four units by February 16, 2027, to the designated destination DGRQ00. This procurement is vital for maintaining operational readiness in military applications utilizing the F110 system, and while there are qualification requirements, it is not classified as a critical safety item. Interested parties can reach out to David Todd Isaac at david.isaac.4@us.af.mil or call 405-855-3000 for further information.
    PARTS KIT, SERVO CYL | 06F | C-130
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking qualified small businesses to provide a Parts Kit for the Servo Cylinder associated with the C-130 aircraft. This procurement involves an indefinite quantity contract (IQC) for a base period of five years, with an estimated annual requirement of 160 units, to be delivered within 300 days after receipt of order. The parts are critical for maintaining aircraft hydraulic systems, ensuring operational readiness and safety. Interested vendors must be certified by the Department of Defense to access the necessary technical data and can find the solicitation on the DLA Internet Bid Board System (DIBBS) around November 19, 2025; inquiries can be directed to Ryan Loeffelholz at ryan.loeffelholz@dla.mil or by phone at 804-279-1452.
    CYLINDER ASSEMBLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of a Cylinder Assembly (NSN: 1650-00-257-7934), specifically the Tandem Aileron Booster Actuator, which is crucial for aircraft hydraulic systems. The contract will be a firm-fixed-price agreement for a quantity of 15 units, with delivery required by July 21, 2027, to DLA Distribution Depot Hill, Utah. Compliance with ISO 9001-2015, the Buy American Act, and IUID marking is mandatory, and the procurement process will adhere to federal acquisition regulations, including cybersecurity requirements. Interested vendors should submit their proposals to the primary contact, Logan Hurtz, at logan.hurtz@us.af.mil, or reach out to Dana Craun at dana.craun@us.af.mil for further inquiries.
    SPRRA1-26-R-0002/NSN: 1615-01-141-7532/ NOUN: COUPLING ASSY,SERVO
    Buyer not available
    The Defense Logistics Agency (DLA) is issuing a Request for Proposal (RFP) for the acquisition of 371 Coupling Assembly, Servo units (NSN 1615-01-141-7532, Part Number 70400-06100-042) as part of Solicitation Number SPRRA1-26-R-0002. This procurement includes critical requirements such as Contractor First Article Test, Production Lot Test, and compliance with The Army Maintenance Management System-Aviation (TAMMS-A), as the item is classified as a Critical Safety Item. Proposals must be submitted in writing by December 5, 2025, to the primary contacts, Stacy Hood and Christopher Butler, who can be reached at Stacy.Hood@dla.mil and CHRISTOPHER.BUTLER@DLA.MIL, respectively.
    16--TRIM SERVO ASSY,AIR, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Weapon Systems Support, is seeking proposals for the procurement of 26 units of the Trim Servo Assembly, Air, under a sole source solicitation. The specific item, identified by NSN 7R-1680-014967283 and part number 70400-02260-123, is critical for various aircraft operations, and the government currently lacks sufficient data to contract with sources other than the approved supplier. Interested vendors must ensure they are an approved source and submit the necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure, which is available online. For inquiries, potential bidders can contact Casey M. Brown at (215) 697-3752 or via email at casey.m.brown20.civ@us.navy.mil.
    TRUNNION, CYLINDER
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of trunnion cylinders for the KC-135 aircraft. This presolicitation opportunity is set aside for small businesses and involves an Indefinite Quantity Contract with an estimated maximum order quantity of 120 units over a five-year period, with a delivery schedule of 228 days after receipt of order. The goods are critical components used in aircraft hydraulic systems, emphasizing their importance in maintaining operational readiness. Interested vendors must submit their proposals by fax and are encouraged to download the Request for Proposal (RFP) from the DLA Internet Bid Board System, with the solicitation issue date set for December 19, 2025. For further inquiries, potential offerors can contact Cindy Hunt at (804) 971-7217 or via email at cindy.hunt@dla.mil.
    FD2030-25-00035
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation in Oklahoma City, is issuing a special notice for the procurement of a stabilizer, horizontal, identified by NSN 1560-00-969-4278FL. This procurement is focused on acquiring airframe structural components, specifically related to the top drawing KC3-10000-3, with an expected revision date of October 21, 2024. The stabilizer is a critical component in aircraft operations, ensuring stability and control during flight. Interested vendors should refer to the solicitation information for further details and await the approval of the contracting officer for submission of quotes, as no specific funding amount or deadline has been provided at this time.
    CYLINDER ASSEMBLY,R
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 262 units of Cylinder Assembly, R, under a total small business set-aside contract. This firm fixed-price contract is aimed at acquiring a specific item identified by NSN: 1680-002160958, which is crucial for various aircraft operations and maintenance. The solicitation is expected to be issued on or around November 20, 2025, with delivery of the production units required within 263 days, and all inspections and acceptance to occur at the origin. Interested vendors can access the solicitation via the DLA Internet Bid Board System (DIBBS) and should direct any inquiries to Shenita Tirado at Shenita.Tirado@dla.mil or Kylie Sturgeon at KYLIE.STURGEON@DLA.MIL.
    LINEAR ACTUATING CYLINDER ASSEMBLY / 19F, F-15 EAGLE AIRCRAFT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for the Linear Actuating Cylinder Assembly, a critical component for the F-15 Eagle aircraft. This procurement involves an indefinite quantity contract (IQC) for a base period of five years, with an estimated annual requirement of 40 units, and delivery is expected within 300 days after the order date. The item, identified by NSN 1650-01-014-5816 and manufactured by PTI Technologies Inc., is essential for aircraft hydraulic systems, ensuring operational readiness and safety. Interested vendors can access the solicitation on the DLA Internet Bid Board System (DIBBS) starting on or about November 18, 2025, and should direct inquiries to Gladys Brown at gladys.brown@dla.mil or by phone at 445-737-4113.