Repair of B-1B Torque Motor
ID: FA811726R0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8117 AFSC PZABATINKER AFB, OK, 73145-3303, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES (J016)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    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.

    Files
    Title
    Posted
    This Performance Work Statement (PWS) from the Department of the Air Force outlines the requirements for the repair of torque motors, specifically National Stock Numbers 6105-01-232-8318 and 6105-01-232-8319. It details comprehensive contractor responsibilities including pre-award surveys, initial production evaluations, and maintaining a quality management system compliant with ISO 9001:2015. Key aspects covered are supply chain risk management, foreign influence, obsolescence mitigation, and robust cybersecurity measures, including protection against counterfeit parts and adherence to NIST standards. The document also addresses condemnation procedures for uneconomical repairs, support equipment requirements, configuration management, and the proper handling of precious metals and ozone-depleting substances. Contractors must comply with extensive safety, health, and environmental regulations, and be prepared for production surges and mission-essential services. Reporting requirements, including Commercial Asset Visibility Air Force (CAV AF) and Government Furnished Property (GFP) inventory, are clearly defined, ensuring a quality serviceable product and the effective continuation of essential DoD services.
    The provided government file outlines various administrative and operational procedures, likely within the context of federal or state government functions. It details specific codes and corresponding descriptions across several categories, including but not limited to, different types of applications, reports, and operational guidelines. The document appears to be a structured list or index, with each entry comprising a unique identifier and a brief description of its purpose or content. Key areas touched upon include general administrative processes, detailed procedures for various reports and applications, and guidelines for specific operational aspects. The repetitive numerical and alphanumeric patterns suggest a systematic classification of government activities. The file emphasizes compliance and systematic record-keeping, crucial for maintaining transparency and accountability in government operations.
    This government file, identified by Purchase Instrument Number FD20302501984-00 and initiated on August 8, 2025, outlines transportation data and instructions for solicitations. It details F.O.B. terms (Origin and Destination) and relevant FAR citations (52.247-29, 52.247-52, 52.247-53). A critical instruction mandates contacting DCMA Transportation via their SIR eTool System for shipping instructions on all "DCMA Administered" contracts, particularly for FOB Origin, Foreign Military Sales, and FOB Destination OCONUS/Export movements, to obtain necessary DOD regulatory clearances and documentation. Failure to comply may lead to additional vendor expenditures and freight frustration. The document also provides specific transportation funds information, including a Purchase Instrument Line LOA and First/Second Destination Transportation Account Codes. It lists multiple line items (0001-0007) for commodities with NSN/Pseudo NSNs, all designated to be shipped to DLA Distribution Depot Oklahoma at Tinker AFB, with specific DoDAAC/MAPAC (SW3211) and "Mark For: ACCOUNT 09" instructions. The contact for this procurement is Darrick D. Hogan from 406 SCMS / GULAA.
    This government file, FD20302501984-00, outlines packaging and marking requirements for various items, primarily focusing on compliance with military standards and international regulations for wood packaging material (WPM). A key directive mandates that all WPM must be constructed from debarked, heat-treated wood (56 degrees Celsius/133 degrees Fahrenheit for 30 minutes) and certified by an ALSC-recognized agency, adhering to ISPM No. 15 to prevent invasive species like the pinewood nematode. The document specifies packaging requirements for different item categories (PACRN AAA, AAB, AAC, AAD), with PACRN AAB requiring "MIL Long Line Packaging" in accordance with MIL-STD-2073-1 and MIL-STD-129 for military packaging and marking, including additional markings like ESD and reusable container notations. Other PACRNs (AAA, AAC, AAD) indicate "No Packaging Data Required." The file emphasizes adherence to MIL-STD-129 for shipping container markings, with provisions for additional barcoding and OEM information. The document concludes with contact details for the packaging specialist.
    This government solicitation, FA811726R0001, concerns the repair of 81 Torque Motors. The solicitation details two line items for provisioned GFP (Government Furnished Property) attachments. Attachment Number 2, dated 2025-08-07, lists Torque Motors B-1 with NSN 610501232831 and CAGE Code 97424. Line item 0001 specifies 200 units with part number 8541W32G700, each costing $11,500.00. Line item 0002 details 240 units with part number 8541W32G701, also at $11,500.00 each. Both items are classified for 'Use As-Is' property usage, are not serially managed, and are not upgradable.
    The document outlines the Contract Data Requirements List (CDRL) for the repair of B-1B Torque Motors (FA8117-26-R-0001), detailing seven data items (A001-A007). These include annual Government Property Inventory Reports, Production Surge Plans, daily Commercial Asset Visibility (CAV) Reporting, a Counterfeit Prevention Plan, annual Bill of Materials for Logistics and Supply Chain Risk Management, Engineering Change Proposals as required, and monthly Contract Depot Maintenance Production Reports. Each item specifies reporting frequency, format, content requirements, and distribution. Key aspects include strict export control warnings, destruction notices for sensitive data, and compliance with various Department of Defense (DoD) directives and standards. The overall purpose is to ensure comprehensive oversight, accountability, and risk management throughout the contract's lifecycle, addressing property, production, supply chain integrity, and maintenance performance.
    This document is a Request for Proposal (RFP) from the Department of the Air Force for the repair of torque motors (-8318 and -8319) and related services, including
    This government Request for Proposal (RFP) FA8117-26-R-0001, issued by the Department of the Air Force, AFSC PZABA, outlines the acquisition of repair services for specific Torque Motors (NSN: 6105-01-232-8318 NT and NSN: 6105-01-232-8319 NT), along with provisions for "No Fault Found" items, "Over & Above" work, "Surge Expedite Fees," and data. The solicitation, issued on October 31, 2025, with an offer due date of December 1, 2025, is for an unrestricted acquisition under NAICS code 336413 with a size standard of 1,250 employees. The contract includes a base year (December 10, 2026 – December 9, 2027) and three option years, with an estimated total value of $4,149,750.00. Key requirements include the provision of a DD1348-1 with shipped assets and adherence to Item Unique Identification and Valuation (IUID) for applicable items. Various FAR and DFARS clauses are incorporated, covering areas like prohibitions on certain foreign equipment, subcontractor sales, executive compensation reporting, and labor standards.
    Amendment FA8117-26-R-0001-0001 modifies the solicitation FA811726R0001, issued by the Department of the Air Force, AFSC PZABA, to extend the offer response date. The original solicitation, dated October 31, 2025, now has a new deadline of January 30, 2026, at 3:00 PM. This amendment ensures that all other terms and conditions of the initial solicitation remain unchanged. Offerors must acknowledge receipt of this amendment through specified methods to ensure their bids are considered.
    Lifecycle
    Title
    Type
    Solicitation
    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.
    Remanufacture B-1 Horizontal Stabilizer Servo-Cylinder
    Buyer not available
    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.
    F108 Stage 1 Fan Blade Repair 005-010 (please respond by 24 February 2025 at 4:00 PM CST)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the finishing repairs of the F-108/CFM 56-2A/B Stage 1 Fan Blade, with a focus on parts associated with NSN 2840-01-196-6053PN. The procurement will be executed through a Firm-Fixed-Price Blanket Purchase Agreement, and interested parties are encouraged to demonstrate their capabilities, experience, and qualifications related to the repair process by submitting documentation by February 24, 2025. This opportunity is critical for maintaining the operational readiness of aerospace components, and potential contractors must comply with established technical and quality assurance standards as outlined in the associated Repair Data List and Repair Qualification Requirements. For further inquiries, interested businesses can contact Jaqueline Hughes at jaqueline.hughes@us.af.mil or Bridgette Miles at bridgette.miles@us.af.mil.
    FD2030-26-00211
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation Oklahoma City, is seeking suppliers for the procurement of a Torque Tube Assembly, identified by NSN 1680-01-143-5429RK. This assembly is critical for aircraft operations and maintenance, ensuring the reliability and safety of various aircraft systems. The procurement is based on the top drawing NF53602-01B, with an expected delivery timeline aligned with the EDL revision dated September 23, 2025. Interested vendors should refer to the solicitation information for further details and contact Brittany R. Caffey for inquiries once the solicitation is approved for quotes.
    New Manufacture: B-52 COMPRESSOR UNIT, ROT / NSN 4310-01-711-1684FG
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of new manufactured Compressor Units, Rotors (NSN: 4310-01-711-1684 FG) as outlined in solicitation SPRTA126R1820. The procurement aims to acquire an estimated 75 units, with delivery phased at 15 units per month from January to May 2027, highlighting the importance of these components in supporting military aircraft operations. Interested vendors must adhere to specific requirements, including Unique Item Identification for items over $5,000 and submission of inspection reports via Wide Area WorkFlow, with proposals due by January 5, 2026, at 3:00 PM. For further inquiries, potential bidders can contact Kevin Howe at kevin.howe.1@us.af.mil.
    Repair of Transmission Assemblies Applicable to the UH-1N Helicopters
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the repair of transmission assemblies applicable to UH-1N helicopters under solicitation FA8524-26-R-0001. This procurement involves a five-year, Firm Fixed Price Requirements contract, requiring offerors to be Bell certified OEM, Air Force qualified, or possess an approved Source Approval Request (SAR). The services are critical for maintaining operational readiness of military helicopters, ensuring they meet stringent quality and safety standards. Proposals are now due by December 14, 2025, at 3:00 PM EST, and interested parties should direct inquiries to Leigh Ann Taylor at leigh.taylor.3@us.af.mil or Jessica Cobb at jessica.cobb.3@us.af.mil.
    Repair of B-2 Fuel pumps
    Buyer not available
    The Department of Defense, through the Air Force's 423rd Supply Chain Management Squadron, is conducting market research to identify potential sources for the repair of specific fuel pumps associated with National Stock Numbers (NSNs): 2915-01-374-9764FW, 2915-01-380-1687FW, and 2915-01-363-5097FW. The objective is to assess whether the repair requirements can be fulfilled competitively or potentially set aside for small businesses, with considerations for breaking out the requirement by airframe. These fuel pumps are critical components for aircraft operations, necessitating reliable repair services that encompass labor, materials, testing, and logistics management. Interested contractors are encouraged to submit their capabilities and business information to Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil, as the government seeks responses from all business sizes, including small business classifications, by an unspecified deadline.
    Support, Turbine NOZ
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is seeking proposals for the procurement of a Turbine NOZ support item, identified by National Stock Number 2840-01-307-6359PR. This Request for Proposal (RFP), scheduled for issuance on March 27, 2025, requires the delivery of one unit, which includes two non-destructive tests and one destructive test of the first articles, with a critical delivery date of October 10, 2025. The item is classified as a critical safety component, underscoring the importance of reliable suppliers in the aerospace and defense sectors, particularly for safety-critical components. Interested parties should note that there are no small business set-asides for this opportunity, and they can contact David Todd Isaac at david.isaac.4@us.af.mil or by phone at 405-855-3000 for further information.
    30--TORQUE LIMITER ASSE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 40 units of the Torque Limiter Assembly (NSN 3010015403812). This solicitation is part of a potential Indefinite Delivery Contract (IDC) with a one-year term, allowing for a maximum aggregate order total of $350,000, and a guaranteed minimum quantity of 6 units, with an estimated 12 orders per year. The Torque Limiter Assembly is a source-controlled item critical for mechanical power transmission applications, and all items must conform to the specified military drawings and standards. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    GEARBOX,LANDING
    Buyer not available
    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.