Medium Pressure Pump Module Motor Test, Teardown, and Evaluate (TT&E)
ID: FA812626Q0003Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8126 AFSC PZIMBTINKER AFB, OK, 73145-3305, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT (J049)
Timeline
    Description

    The Department of Defense, through the Air Force Sustainment Center (AFSC/PZIMB) at Tinker Air Force Base, is seeking proposals for a Firm-Fixed-Price contract for the Test, Teardown, and Evaluation (TT&E) of five 75 HP Medium Pressure Pump Module Motors. The contractor will be responsible for providing all necessary labor, tools, equipment, and materials to perform the TT&E services, which must comply with the specifications outlined in the attached Performance Work Statement (PWS). This procurement is critical for maintaining the operational readiness of equipment used by the Oklahoma City–Air Logistics Complex (OC-ALC). Interested vendors must submit their proposals by November 20, 2025, at 3:00 PM CDT, and can contact Shanita Manuel or Bryce Cornish via email for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This document, dated July 22, 2025, is an equipment list, specifically Appendix B, for an item identified as "PUMP, UNIT MEDIUM PRESSURE R146NWL OC11893." It details five components of a "Medium Pressure Pump Module Primary 75 hp motor," all manufactured by Baldor-Reliance with the model number 365TC Frame. Each component is identified with a unique serial number. The document serves as an inventory of these specific pump components, likely for procurement, maintenance, or asset management purposes within a government context such as an RFP or grant, which often require detailed equipment breakdowns. A note indicates that additional charts are to be completed if the equipment includes batteries, filters, hazardous materials, or miscellaneous items.
    This Performance Work Statement (PWS) outlines requirements for Test, Teardown, and Evaluation (TT&E) services on five 75 hp pump motors for the Oklahoma City–Air Logistics Complex (OC-ALC). The contractor must provide all labor, tools, equipment, and materials for disassembly, inspection, cleaning, reassembly, and testing. Key deliverables include detailed evaluation reports within two business days and final service reports within five business days, outlining repair recommendations, costs, and labor breakdowns. The contractor must comply with strict environmental and safety regulations, including certifications for hazardous materials and waste, spill reporting, and environmental training. Special qualifications include EASA AR100 certification and proximity to Tinker AFB. Government-furnished property (GFP) will be provided for off-base repair, with strict tracking and handling protocols. The PWS emphasizes safety, quality assurance, and adherence to federal acquisition regulations.
    This document is a combined synopsis/solicitation (FA8126-26-Q-0003) issued by the Air Force Sustainment Center (AFSC/PZIMB) at Tinker Air Force Base, Oklahoma. It is a Request for Quote (RFQ) for commercial services to acquire a Firm-Fixed-Price contract for the Test, Teardown, and Evaluate (TT&E) of five 75 HP Medium Pressure Pump Module Motors. The contract is for a one-time service for a one-year base period. Vendors must be registered in SAM, provide commercial product literature showing OEM authorization, and ensure quoted services meet the Performance Work Statement specifications. Quotes are due by October 31, 2025, 3:00 PM CST, and award will be based on technical acceptability and the lowest evaluated price. The document also details specific requirements for invoicing via Wide Area WorkFlow (WAWF), contractor ID badges, delivery instructions for Tinker AFB, and various FAR and DFARS clauses governing the contract, including those related to small business programs, labor standards, and environmental regulations. It also specifies an Ombudsman for unresolved concerns.
    This document is Amendment 0002 to Solicitation FA812626Q0003, issued by FA8126 AFSC PZIMB at Tinker AFB, OK. The primary purpose of this amendment is to extend the response due date for the solicitation from November 7, 2025, to November 20, 2025. It also provides contact information for Bryce Cornish and Shanita Manuel. The amendment specifies that offers must acknowledge receipt by returning copies of the amendment, acknowledging it on each offer, or by separate communication. Failure to acknowledge may result in the rejection of the offer. All other terms and conditions of the original solicitation remain unchanged.
    This government document is an amendment to Solicitation Number FA812626Q0003, extending the response due date to November 7, 2025, at 3:00 PM CDT. The amendment clarifies that offers must acknowledge receipt by completing items 8 and 15 and returning copies, acknowledging on each offer copy, or sending a separate letter or electronic communication. Failure to acknowledge may result in rejection. It also changes the response due time zone from Central Standard Time (UTC -6) to Central Daylight Time (UTC -5). The document is a Standard Form 30, used for amendments of solicitations and modifications of contracts, issued by FA8126 AFSC PZIMB at Tinker AFB, OK.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Tinker Base Supply and Munitions
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a contract to provide Base Supply and Munitions services at Tinker Air Force Base (TAFB) in Oklahoma. The contractor will be responsible for managing personnel, equipment, and services related to supply operations, inventory control, customer support, and munitions management, ensuring compliance with Air Force regulations and maintaining war readiness. This procurement is particularly significant as it supports the logistics readiness of the 72 Logistics Readiness Squadron and includes a total estimated award amount of $47 million, with a base performance period starting in April 2026 and extending through March 2033. Interested parties should direct inquiries to Robert Kipler or Samuel Nemargut via email, and proposals must be submitted electronically by the specified deadline.
    FD20302600008 - Remanufacture of KC-135 Valves & Pumps; NSN: 2915-01-452-5123RK, 2915-01-452-5126RK, 2915-01-527-8152RK, 2915-01-510-1161RK
    Buyer not available
    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.
    Fuel System Component Test Stand
    Buyer not available
    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.
    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.
    B-1 Pump, Axial Pistons
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of 75 units of new manufacture axial piston pumps, specifically NSN 4320-01-148-0387. This unrestricted acquisition, outlined in solicitation SPRTA1-26-R-0097, requires compliance with ISO 9001-2015 standards, and contractors must provide pricing for various quantity ranges while suggesting Economic Purchase Quantities. The pumps are critical components in aircraft engine systems, emphasizing the importance of domestic sourcing and supply chain security. Proposals are due by December 26, 2025, at 3:00 PM, and interested parties can contact Lori Lumsden at lori.lumsden.1@us.af.mil for further information.
    F-15E Radar Modernization Program (RMP) Non-Radar Depot Activation – F-15E Liquid Coolant System - Pump (PN UA544602-4)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking capabilities packages from qualified firms to support the depot activation and sustainment of the F-15E Liquid Coolant System Pump (part number UA544602-4). The procurement aims to identify sources capable of delivering technical orders, engineering support, necessary spare parts, and training for USAF technicians, ensuring compliance with cybersecurity regulations and effective management of Government-Furnished Property. This initiative is critical for maintaining the operational readiness of the F-15E aircraft, with responses due by 4 PM EST on January 16, 2026, to Valerie Neff at valerie.neff@us.af.mil. Interested firms must provide detailed documentation of their capabilities, including business information and relevant experience, as part of their submission.
    PUMP UNIT,CENTRIFUG
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of the PUMP UNIT, CENTRIFUG, under a sole source Advanced Equipment Repair Program (AERP). Contractors are required to submit a Firm-Fixed Price (FFP) proposal that includes comprehensive costs associated with the repair of potentially damaged or incomplete units, along with specific metrics such as teardown and evaluation rates, repair turnaround times, and any capacity constraints. This procurement is critical for maintaining operational readiness and ensuring the reliability of naval equipment, with a requested repair turnaround time of 365 days. Interested parties must have a valid U.S. Security Clearance of CONFIDENTIAL or higher to respond, and proposals should be directed to Kathryn Shutt at KATHRYN.E.SHUTT.CIV@US.NAVY.MIL or by phone at 717-605-2430.
    PUMP UNIT. CTFGL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of the PUMP UNIT. CTFGL, categorized under the NAICS code 333914 for Measuring, Dispensing, and Other Pumping Equipment Manufacturing. The procurement aims to ensure the operational readiness of critical pumping equipment, with a required Repair Turnaround Time (RTAT) of 229 days and Government Source Inspection (GSI) mandated for all repairs. Interested contractors must submit their quotes, including pricing and RTAT, by the extended deadline of December 12, 2025. For further inquiries, potential bidders can contact Valentino P. Arena at 717-605-2498 or via email at VALENTINO.P.ARENA.CIV@US.NAVY.MIL.
    Pump, Fuel, Metering
    Buyer not available
    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.
    Pratt & Whitney Canada (P&WC) PT6C-67C turboshaft engine Maintenance
    Buyer not available
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is seeking qualified contractors to provide maintenance services for three Pratt & Whitney Canada (P&WC) PT6C-67C turboshaft engines. The primary objective is to inspect, overhaul, repair, and upgrade these engines to the PT6C-67C1 configuration, ensuring they are returned to airworthy status for use as spares in the MH-139A fleet, which supports critical military operations. These engines, currently shelved and non-operational, require comprehensive maintenance and FAA certification to meet military standards. Interested parties must submit their responses by 3:00 PM Eastern time on October 20, 2025, to the designated contacts, Leighton Smith and Jeremy D. Perry, via email, and should include detailed technical capabilities and compliance information as part of their submission.