Overhaul of B-1 Electro-Mechanical Actuator NSN 1680015097158RK
ID: FA811826R0002Type: 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

No Set aside used (NONE)
Timeline
    Description

    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.

    Files
    Title
    Posted
    This government Performance Work Statement (PWS) outlines the overhaul of B-1 Electro-Mechanical Actuators for the Department of the Air Force. Key requirements include pre-award surveys, initial production evaluations, and strict quality control measures. Contractors must establish parts control programs, manage special tools and test equipment, and adhere to technical order maintenance. The document details procedures for identifying and marking end items, handling shipping, and managing government property. Critical sections cover supply chain risk management, continuity of operations, foreign influence restrictions, and robust cybersecurity protocols. Performance objectives emphasize defect-free delivery and adherence to schedules, with provisions for surge requirements and reverse engineering of obsolete parts.
    DI-MGMT-81838, titled "Commercial Asset Visibility (CAV) Reporting," outlines the requirements for contractors to track Government-owned reparable assets within their repair facilities. The CAV application is a web-based system designed to provide inventory management for these assets throughout the repair cycle. Contractors are required to report transactions as they occur, which automatically updates the CAV database. The document specifies that input formats and methodologies are defined in the Contract Statement of Work. Key reporting content includes asset receipt, inductions, items awaiting parts, completions, shipments, proof of shipment, items beyond economic repair, survey/scrap items, reversals, report of discrepancies, and various printable reports such as inventory labels and repair history. The DID ensures consistent reporting for effective asset visibility and management.
    The DI-PSSS-81995A document outlines the requirements for the Contract Depot Maintenance (CDM) Monthly Production Report, a crucial deliverable for federal depot-level maintenance contracts. This report provides the government with essential monthly data on maintenance production, asset status at contractor facilities, schedule performance, and anticipated production. It also summarizes any unresolved issues. The document details the precise format and content required, including information from both the Production Management Specialist (PMS) and the contractor, covering item identification, quantities on contract, received reparables, items awaiting parts, produced quantities, and serviceables shipped or condemned. A Production Summary is mandatory under specific conditions, ensuring transparency and accountability in government maintenance operations.
    The Government Property (GP) Inventory Report (DI-MGMT-80441D) is a Data Item Description (DID) requiring contractors to periodically submit an inventory of all government property in their possession, including both Government Furnished Property (GFP) and Contractor Acquired Property (CAP). This supersedes DI-MGMT-80441C and applies to all contracts involving GP. The report, submitted electronically in .xls or .xlsx format, must include specific data fields such as Contract Number, Asset Identification Numbers, Item Description, Manufacturer details, Quantity, Unit Acquisition Cost, Unique Item Identifier (if applicable), Asset Location, Type and Classification of Government Property, Date of Last Physical Inventory, and Federal Condition Code. This DID ensures accountability and tracking of government assets across federal contracts.
    The DI-SESS-80776B document outlines the requirements for a Technical Data Package (TDP), an authoritative technical description of an item for acquisition, production, inspection, engineering, and logistics. This document, superseding DI-SESS-80776A, defines the format, content, and use of the TDP deliverable. A TDP must be clear, complete, and accurate, including models, drawings, specifications, performance requirements, and quality assurance provisions. It details various engineering design data types, such as conceptual, developmental, product, and commercial, along with special inspection equipment, tooling, specifications, software documentation, special packaging instructions, and quality assurance provisions. All content must conform to MIL-STD-31000B, paragraph 5.4, covering elements like critical manufacturing processes, performance ratings, and quality assurance.
    Amendment FA8118-26-R-0002-0001 modifies solicitation FA811826R0002 from the Department of the Air Force, AFSC PZABB, extending the deadline for offer submissions. The original due date of December 1, 2025, at 1:00 P.M. has been moved to January 7, 2026, at 1:00 P.M. This amendment, dated October 16, 2025, requires all offerors to acknowledge the change through specified methods to ensure their proposals are considered. All other terms and conditions of the original solicitation remain unchanged.
    The Department of the Air Force (AFSC PZABB) has issued Solicitation Number FA8118-26-R-0002 for a 5-year, firm-fixed-price requirements contract for the overhaul of B-1 Electro-Mechanical Actuators (NSN 1680015097158RK). The contract includes a three-year basic period (2025-2028) and two one-year option periods (2028-2030). Offers are due by December 1, 2025, at 1:00 PM. This acquisition is unrestricted, with a NAICS code of 336413 and a size standard of 1,250 employees. Key requirements include a minimum SPRS assessment score of 110, with a corrective action plan required for lower scores. The contract emphasizes detailed clauses for inspection, acceptance, delivery, contract administration, and adherence to various FAR and DFARS clauses, particularly regarding cybersecurity and supply chain security. Award will be based on the lowest total evaluated price (TEP) among approved sources, with the government reserving the right to award without discussions.
    This Department of the Air Force memorandum from January 27, 2025, details the minimum personnel skills and grades required for the proposed contract FD20302402691-00. Key roles include Drafter/CAD Operator II (GS-7), Production Control Clerk (GS-6), Supply Technician (GS-7), Shipping/Receiving Clerk (WG-4), Engineering Technician VI (GS-11), and Computer Programmer II (GS-7). The document specifies the organizational origin as 423 SCMS/GUME and directs inquiries to David Deaton. This outlines essential staffing for the contract, vital for federal government RFPs and grants.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Remanufacture of Electro-Mechanical Actuator
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the remanufacture of Electro-Mechanical Actuators under a two-year Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract. The primary objective is to restore the actuators, identified by NSN 1680-01-267-9557RK, to a like-new condition through a comprehensive process that includes disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing, adhering to military standards and quality control measures. This procurement is critical for maintaining operational readiness and ensuring the reliability of aircraft systems. Interested vendors should note that the solicitation anticipates a sole-source award to Whippany Actuation Systems LLC, but other vendors may submit Source Approval Request (SAR) packages. For further inquiries, potential bidders can contact Nonika Allen at nonika.allen.1@us.af.mil or Morgan Mcgarity at morgan.mcgarity@us.af.mil.
    ActuatorElectroMechanicalLinear
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of 388 electro-mechanical linear actuators, specifically designed to control the angle of inlet guide vanes for the J85 engine. This presolicitation notice indicates that the items are critical for military applications, with a required delivery date starting on or before August 30, 2026, and the solicitation is expected to be issued on November 25, 2025. Interested vendors should note that the procurement will be conducted electronically, and all responsible sources are encouraged to submit their capability statements or proposals by December 10, 2025, to the primary contact, James Headington, at james.headington.1@us.af.mil. The contract will be awarded contingent upon the availability of appropriated funds, and the government intends to negotiate with a limited number of sources based on the unique requirements of the actuators.
    Acuator, Mechanical
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency at DLA Aviation in Oklahoma City, is seeking proposals for the acquisition of mechanical actuators, specifically identified by NSN 3040-01-478-8903NZ and part number 4086388. The procurement requires a total of seven units, with a minimum order of two and a maximum of eleven, emphasizing the critical safety nature of these items and the necessity for compliance with safety and quality standards. This procurement is vital for ensuring the availability of necessary mechanical actuators for federal operations, with an estimated RFP issue date of December 20, 2024, and a projected close date of January 23, 2024. Interested parties can contact David Todd Isaac at david.isaac.4@us.af.mil or by phone at 405-855-3000 for further details.
    AIRCRAFT EAGLE F-15, SCREW, ACTUATING, ACTUATOR
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of the Aircraft Eagle F-15 Actuating Screw Actuator, identified by NSN 1560-00-298-8901. This opportunity involves an Indefinite Quantity Contract with a duration of five years, requiring an estimated annual quantity of 10 units, with a total delivery schedule of 365 days for production. The actuator is a critical component for the F-15 aircraft, and the procurement is classified as unrestricted, allowing all responsible sources to submit offers. Interested parties should submit their proposals to the provided fax number and can access the solicitation on the DLA Internet Bid Board System, with the issue date expected around November 22, 2026. For further inquiries, contact Jenier Mitchell at jenier.mitchell@dla.mil or by phone at 804-659-6388.
    Manufacture of Trailing Edge for the B-1 Aircraft
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the manufacture of trailing edge components for the B-1 aircraft under a total small business set-aside contract. This procurement involves a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for specific airframe structural components, with an estimated total quantity of 75 units and minimum order quantities set at 12. The selected contractor must comply with various requirements, including export-controlled certification, First Article Government Testing, and adherence to ISO 9001-2015 standards. Interested parties should note that the closing date for offers has been extended to December 15, 2025, and must acknowledge receipt of the amendment to ensure consideration. For further inquiries, contact Dana Craun at dana.craun@us.af.mil or call 405-426-9405.
    B-1B Interface Unit, Comm
    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 new manufacture of the B-1B Interface Unit, Comm, identified by NSN: 5895-01-589-9678 EK. This firm-fixed-price contract is for an initial quantity of four units, with the possibility of quantity adjustments at the government's discretion, and is categorized under NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. The delivery of the units is required by March 31, 2026, and interested vendors must submit their offers electronically by January 2, 2026, at 3:00 PM. For further inquiries, potential bidders can contact Lori Lumsden at lori.lumsden.1@us.af.mil.
    ACTUATOR, ELECTRO-MECHANICAL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of electro-mechanical actuators specifically designed for F-16 A/B canopies. This Request for Proposal (RFP), identified as SPRTA1-26-R-0033, seeks to acquire between 4 to 24 units of new manufactured material under firm-fixed-price terms, with a delivery deadline set for February 11, 2027. The procurement is critical for maintaining operational readiness of the F-16 aircraft, emphasizing compliance with federal acquisition regulations, including cybersecurity standards and restrictions on foreign purchases. Interested vendors must submit their proposals by December 8, 2025, at 3:00 PM, and can direct inquiries to James Maynard at james.maynard.6@us.af.mil or by phone at 730-321-2262.
    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.
    ACTUATOR,ELECTRO-ME
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the manufacture of an electro-mechanical actuator, designated as a Critical Safety Item (NSN: 3010-01-493-1637, PN: 1274M83P28). The procurement requires a total of 11 units, with a minimum delivery of 3 and a maximum of 17 units, to be delivered by January 1, 2026, to DLA Distribution Depot Oklahoma. This actuator is crucial for aircraft engine operations, emphasizing the importance of compliance with ISO 9001-2015 standards, IUID marking, and adherence to the Buy American Act. Interested vendors must submit their proposals by December 18, 2025, at 3:00 PM, and can contact Aric Harmon at aric.harmon.1@us.af.mil or James Headington at James.Headington.1@us.af.mil for further information.