ContractSolicitation

Repair Rate of Flow Transmitter of E-3 Weapon System

DEPT OF DEFENSE FA811726RB004
Response Deadline
Apr 6, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
No Set aside used
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of E-3 Rate of Flow Transmitters (NSN 6680-01-016-1309) at Tinker Air Force Base in Oklahoma. The procurement aims to ensure the operational readiness of the E-3 Weapon System by providing essential repair services, including handling No Fault Found (NFF) units and Over and Above (O&A) work, with a focus on maintaining high-quality standards and compliance with various regulatory requirements. This contract is a total small business set-aside, with a base period from May 2027 to May 2032 and an option period extending to May 2037, and proposals are due by April 6, 2026, at 3:00 PM CST. Interested parties should contact Amy Schmitz at amy.schmitz.1@us.af.mil or David Herrig at david.herrig.1@us.af.mil for further information.

Classification Codes

NAICS Code
336413
Other Aircraft Parts and Auxiliary Equipment Manufacturing
PSC Code
J016
MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES

Solicitation Documents

8 Files
Solicitation - FA811726RB004.pdf
PDF466 KBMar 10, 2026
AI Summary
This government solicitation, FA811726RB004, is for a Firm Fixed Price contract to repair E-3 Rate of Flow Transmitters (NSN 6680-01-016-1309) for the Department of Defense. It is a total small business set-aside with a NAICS code of 336413 and a size standard of 1250 employees. The contract includes a base period from May 2027 to May 2032 and an option period from May 2032 to May 2037. Key services include the repair of the transmitters, handling No Fault Found (NFF) units, and provisions for Over and Above (O&A) work and a Surge Option. The solicitation also incorporates various FAR and DFARS clauses, including those for electronic payment via Wide Area WorkFlow (WAWF) and a clause on the Continuation of Essential Contractor Services, specifying that these repair services are mission-essential.
Exhibit A CDRLs.pdf
PDF1141 KBMar 10, 2026
AI Summary
This document, FA8117-26-R-B004, outlines the Contract Data Requirements List (CDRL) for the repair of an E-3 Rate of Flow Transmitter Indicator. It specifies eight data items with their respective descriptions, frequencies, and detailed requirements. Key deliverables include an annual Government Property (GP) Inventory Report (A001), a Production Surge Plan (A002) due 30 days after contract award, daily Commercial Asset Visibility (CAV) Reporting (A003), and a Counterfeit Prevention Plan (A004) due 90 days post-award. Other items are the Acquisition and Sustainment Data Package Teardown Deficiency Report (A005), an annual Bill Of Materials (BOM) for Logistics and Supply Chain Risk Management (A006), an as-required Engineering Change Proposal (ECP) (A007), and a monthly Contract Depot Maintenance (CDM) Production Report (A008). Each data item details format, content, and distribution, often including export control warnings and destruction notices, emphasizing compliance and timely reporting for federal government contracts.
Solicitation - FA811726RB004 Updated.pdf
PDF472 KBMar 10, 2026
AI Summary
This government solicitation, FA811726RB004, is a Request for Proposal (RFP) issued by AFSC PZABA at Tinker AFB, OK, for the repair of E-3 Rate of Flow Transmitters (NSN: 6680-01-016-1309). The acquisition is 100% set aside for small businesses, with a NAICS code of 336413 and a size standard of 1250 employees. Offers will be received until April 6, 2026, at 3:00 PM CST. The contract includes provisions for a basic period and an option period, with services like repair, no fault found (NFF), and over and above (O&A) work. Deliveries are scheduled to the DLA Distribution Depot Oklahoma at Tinker AFB, with specific lead times. The document details contract administration, electronic payment instructions via Wide Area WorkFlow (WAWF), and numerous FAR and DFARS clauses related to ethical conduct, small business utilization, labor standards, and essential contractor services. A surge option allows the government to increase quantities or accelerate deliveries. Attachments include a Performance Work Statement (PWS), Contract Data Requirements List (CDRL), and Government Furnished Property (GFP) list.
Attachment 1 PWS.pdf
PDF570 KBMar 10, 2026
AI Summary
This Performance Work Statement (PWS) defines the requirements for repairing Rate of Flow Transmitters (NSN 6680-01-016-1309, Part No. 9-196-01) for the Department of the Air Force. The contractor must possess the necessary repair capabilities, technical data, and licenses, ensuring the delivery of quality serviceable products. Key requirements include establishing an ISO 9001:2015 compliant quality system, implementing robust supply chain risk management and cybersecurity measures, and preventing counterfeit parts. The document outlines procedures for Initial Production Evaluation (IPE), handling condemnation candidates, managing support equipment calibration, and adhering to nuclear hardness and configuration management standards. Foreign contractor participation is restricted without National Interest Determination. The contractor is responsible for identifying and mitigating obsolescence issues and complying with environmental and safety regulations. Performance is measured by quality, delivery, and reporting. No Government Furnished Material or Equipment will be provided.
Attachment 2 GFP .pdf
PDF2 KBMar 10, 2026
AI Summary
This GFP Attachment details a federal government solicitation, FA811726RB004, for the repair of E-3 Rate of Flow Transmitters. The approved attachment specifies the provision of 250 units of the E-3 Rate of Flow Transmitter, identified by NSN 6680010161309 and Part Number 9-196-01. Each unit has an acquisition cost of $5326.00 and is designated for
Attachment 3 Wage Determination.pdf
PDF46 KBMar 10, 2026
AI Summary
This document is a wage determination for Service Contract Act (SCA) covered contracts in specific California counties (El Dorado, Placer, Sacramento, Yolo), valid as of December 3, 2025. It lists minimum hourly wage rates for various occupations across numerous categories, including Administrative Support, Automotive Service, Food Preparation, Health, Information Technology, and Maintenance. The document also outlines required fringe benefits, such as health and welfare (with different rates for EO 13706 covered contracts), vacation, and eleven paid holidays. Special conditions apply to computer employees and air traffic controllers/weather observers, including exemptions and night/Sunday pay differentials. Hazardous pay differentials for work with ordnance and uniform allowances are also detailed. The conformance process for unlisted occupations, using Standard Form 1444, is explained, emphasizing that job duties, not titles, determine classification.
Attachment 4 Transportation Data.pdf
PDF89 KBMar 10, 2026
AI Summary
This document, FD20302502103-00, initiated on November 19, 2025, outlines transportation data for solicitations, specifically focusing on
Attachment 5 Packaging.pdf
PDF68 KBMar 10, 2026
AI Summary
This government file outlines packaging requirements for federal procurements, specifically focusing on compliance with United Nations restrictions on wood packaging material (WPM) to prevent the spread of invasive species. It mandates that all wooden lumber, pallets, and containers made of WPM must be constructed from debarked, heat-treated wood (56 degrees Celsius/133 degrees Fahrenheit for 30 minutes). Certification and marking by an American Lumber Standards Committee (ALSC) recognized agency are required, referencing ISPM No. 15. The document details specific packaging levels (MIL Long Line Packaging, MIL-B), item numbers, and coded data for unit packs, including weight, dimensions, and cube. Additional instructions cover supplemental packaging text for items with residual fuel and military packaging and marking standards (MIL-STD-2073-1 and MIL-STD-129), with specific requirements for shipping container markings and potential barcoding exceeding MIL-STD-129. The document concludes with contact information for the packaging specialist.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMar 6, 2026
amendedLatest AmendmentMar 10, 2026
deadlineResponse DeadlineApr 6, 2026
expiryArchive DateApr 21, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA8117 AFSC PZABA

Point of Contact

Name
Amy Schmitz

Place of Performance

S Coffeyville, Oklahoma, UNITED STATES

Official Sources