Remanufacture of Electro-Mechanical Actuator
ID: FD20302502293Type: Presolicitation
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, through the Air Force Sustainment Center at Tinker AFB, is seeking contractors for the remanufacture of Electro-Mechanical Actuators (P/N R16115, NSN 1680-01-267-9557RK). The contractor will be responsible for providing all necessary labor, facilities, equipment, and materials to meet the specifications outlined in the Statement of Work, which includes managing special tools, parts control, and compliance with safety and quality standards. These actuators are critical components used to maintain wing functionality in aircraft, emphasizing the importance of reliability and performance in military operations. Interested vendors must submit a Source Approval Request if not previously qualified, with a firm fixed price, two-year IDIQ contract anticipated to be awarded following the solicitation release on or about November 19, 2025, and closing on January 6, 2026. For inquiries, contact Nonika Allen at nonika.allen.1@us.af.mil or Morgan Mcgarity at morgan.mcgarity@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Commercial Asset Visibility Air Force (CAV AF) system is the mandated primary system for tracking government-owned assets at contractor repair facilities and inventory control points. Contractors are responsible for daily reporting to ensure asset records accurately reflect physical assets. Key responsibilities include assigning two CAV AF reporters, submitting DD Form 2875, completing annual DoD CyberAwareness Challenge training, and utilizing current Contractor User Guides. Training and assistance can be obtained through ICP CAV AF system administrators. Contractors must manage Government Furnished Property (GFP) within their ERP/COTS systems, accurately reflecting it in CAV AF. Specific transactional reporting requirements cover "Not-on-Contract" items, Contract Line Item Number (CLIN) repairable assets, and the proper use of DD Form 1348-1A for shipping and receipt actions, even during system downtime. Non-compliance with timely and accurate reporting is subject to Program Management Review, emphasizing the importance of precise data to avoid systemic issues. Discrepancies incident to shipment, such as misidentified items or quantity variations, must be reported via WebSDR or manual forms and coordinated with DCMA and ACO.
    DI-MGMT-81838 describes the Commercial Asset Visibility (CAV) Reporting system, a web-based application for tracking government-owned reparable assets within contractor repair facilities. Its primary purpose is to provide an inventory management system for these assets. The document outlines the required format and content for contractor reporting, which includes various transactions and status changes such as receipt of assets, inductions, completions, shipments, and items beyond economic repair. Additionally, it specifies numerous report types that contractors must generate, including item action reports, repair history reports, and proof of shipment reports. The CAV system aims to automate and integrate the tracking of reparable assets throughout the repair cycle, ensuring comprehensive visibility and management.
    The Contract Depot Maintenance (CDM) Monthly Production Report (DI-PSSS-81995A) outlines the required format and content for contractors to report monthly maintenance production figures to the government. This report is crucial for tracking asset status, accountability, performance against schedules, anticipated future production, and unresolved issues in depot-level maintenance contracts. It supersedes DI-PSSS-81995 and is applicable to any depot-level maintenance agreement. The report is divided into two main parts: Part I details identification information from both the Production Management Specialist (PMS) and the contractor, including contact details, contract specifics, and item identification (Federal Supply Class, National Item Identification Number). It also provides detailed quantitative data on contract quantities, reparables received, miscellaneous assets, reparables on hand, inducted into work, awaiting parts, quantities produced, serviceables on hand and shipped, condemned items, and a forecast for next month's production. Part II, the Production Summary, is only required if there are discrepancies in previously reported forecasts, current forecasts do not meet scheduled quantities, or production problems are anticipated. The report ensures transparency and effective oversight of 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 government property in their possession, including both Government Furnished Property (GFP) and Contractor Acquired Property (CAP), to the Department of Defense (DoD) Service or Agency. This DID applies to all contracts involving GP. The report must be in an electronic .xls or .xlsx format and include specific data fields such as Contract Number, Asset Identification Numbers, Item Description, Manufacturer details, Quantity, Unit Acquisition Cost, Asset Location, Type and Classification of Government Property, Date of Last Physical Inventory, and Federal Condition Code. This document supersedes DI-MGMT-80441C and ensures consistent reporting of government assets held by contractors.
    DI-SESS-80776B defines the requirements for a Technical Data Package (TDP), an essential component for federal government acquisitions, grants, and RFPs. A TDP serves as the authoritative technical description of an item, crucial for its acquisition, production, inspection, engineering, and logistics. It outlines the design, configuration, performance, and procedures through various technical data like models, drawings, specifications, and software documentation. This document supersedes DI-SESS-80776A and outlines the content based on MIL-STD-31000B, encompassing conceptual, developmental, product, and commercial engineering design data. It also includes specific requirements for Special Inspection Equipment, Special Tooling, Specifications, Software Documentation, Special Packaging Instructions, and Quality Assurance Provisions. The TDP ensures clarity, completeness, and accuracy, making it adequate for its intended use across various federal government projects.
    The Department of the Air Force seeks a contractor for the remanufacture of electro-mechanical rotary actuators (P/N R16115, NSN 1680-01-267-9557RK), as detailed in PR No: FD2030-25-02293. This Statement of Work (SOW) outlines requirements for general information, work description, applicable documents, government property, consumable parts, and supply chain risk management. Key aspects include pre-award surveys, initial production evaluations, comprehensive reporting, quality control, and adherence to specific technical orders. The contractor must manage special tools, parts control, and potentially obsolete parts through reverse engineering, while also complying with safety, health, and Item Unique Identification (IUID) standards. Additionally, the SOW mandates a robust Supply Chain Risk Management (SCRM) plan, addressing continuity of operations, foreign influence, and cybersecurity measures to ensure mission effectiveness and supply chain integrity.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    FD2030-25-02139
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency Aviation in Oklahoma City, is seeking qualified suppliers for the procurement of an Electro-Mechanical Actuator, identified by NSN 1680-00-210-8808RK and drawing number 9-23897-2. This procurement is critical for maintaining operational capabilities in various military aircraft, emphasizing the importance of high-quality components that meet stringent defense standards. Interested vendors should be aware that the solicitation details will be made available once approved by the contracting officer, and they are encouraged to monitor for updates regarding submission timelines and requirements. For further inquiries, potential bidders should refer to the solicitation information as it becomes available.
    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.
    FD2030-25-02139
    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 an actuator, electro-mechanical, identified by NSN 1680-00-210-8808RK. This procurement is focused on acquiring specific aircraft parts and auxiliary equipment, which are critical for maintaining operational readiness and safety in military aviation. The actuator is detailed in the top drawing 9-23897-2, with an expected revision date of August 27, 2025. Interested vendors should refer to the solicitation information for further details, as the solicitation will be available for quotes once approved by the contracting officer.
    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.
    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.
    16--ACTUATOR,ROTARY,AIR, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of rotary air actuators, identified by NSN 1680-01-487-7367 and part number 123SCEC5172-21. The procurement involves the supply of nine units, which must be repaired, tested, and inspected in accordance with stringent military standards and procedures, ensuring compliance with quality requirements and the latest applicable repair publications. These actuators are critical components in various aircraft systems, underscoring their importance in maintaining operational readiness. Interested contractors must submit their quotes via email by the specified deadline, and for further inquiries, they can contact Karli D. Collins at 215-697-4313 or via email at KARLI.D.COLLINS.CIV@US.NAVY.MIL.
    FD2030-25-02498
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation in Oklahoma City, has issued a special notice for the procurement of an actuator, electro-me, identified by NSN 1680-01-077-3420RK. This procurement involves the acquisition of miscellaneous aircraft accessories and components, specifically related to the manufacturing of other aircraft parts, as outlined under NAICS code 336413. The actuator is critical for various aircraft operations, ensuring functionality and safety in aviation systems. Interested vendors should refer to the solicitation information for further details, as the solicitation will be available for quotes once approved by the contracting officer.
    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.
    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.
    FMS Repair Actuator-Electro-Me
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking a sole source contractor for the repair of the Actuator-Electro-Me, identified by NSN 7R1680013145838 and part number 70550-28903-103. This procurement involves a critical safety item, with a total quantity of three units required, and is necessary due to the government's lack of sufficient data to engage alternative sources. Interested vendors must be aware that government source approval is required prior to award, and proposals must include all necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure. For further inquiries, potential bidders can contact Lauren Phillips at lauren.n.phillips6.civ@us.navy.mil.