Opportunity
SAM #FD20302501644
Remanufacture and Upgrade of B-52 Wing Flap Power Drive Units for Air Force Sustainment Center
Buyer
Fa8118 AFSC Pzabb
Posted
April 07, 2026
Respond By
April 22, 2026
Identifier
FD20302501644
NAICS
336413
This opportunity involves the Air Force Sustainment Center at Tinker Air Force Base seeking a contractor for a 5-year contract to remanufacture and upgrade B-52 Wing Flap Power Drive Units (PDUs): - Government Buyer: - United States Air Force, Air Force Sustainment Center (AFSC), Tinker Air Force Base - Managed by FA8118 AFSC PZABB - Products/Services Requested: - Remanufacture of B-52 Wing Flap PDU (NSN: 1680-00-605-9700FG, P/N 5-48705-54) - 33 units (basic period), 22 units (option period) - Upgrade of B-52 Wing Flap PDU (Input P/N 5-48705-53, Output P/N 5-48705-54) - 3 units (basic period), 2 units (option period) - Over and above work for units beyond repairable limits - Data deliverables (not separately priced) - Unique/Notable Requirements: - Full disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing to like-new condition - Qualification requirements: Only approved sources or those submitting a Source Approval Request (SAR) will be considered - Engineering source approval by the design control activity is required to maintain part quality - Place of Performance/Delivery: - Tinker Air Force Base, Oklahoma - No specific OEMs are named; the solicitation is open to qualified remanufacturers or those able to obtain approval.
Description
The United States Air Force, through the Air Force Sustainment Center (AFSC) at Tinker AFB 73145, is considering a 5-year Requirements-type contract with a 3-year Basic period and one 2-year option for Remanufacture and Upgrade of B-52 Wing Flap Power Drive Units (PDU) NSN: 1680-00-605-9700FG, P/N 5-48705-54 and Upgrade NSN: 1680-00-605-9700FG, P/N 5-48705-54. The contractor shall provide all labor, facilities, equipment, and materials necessary to accomplish remanufacture. The work includes disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing actions required to return the item to a like-new condition, in accordance with the solicitation requirements and all attachments.
The requirements outlined in this notice are defined per Purchase Request FD20302501644 as follows:
Written response is required.
Item 0001: NSN: 1680-00-605-9700FG, P/N 5-48705-54 3 Year Basic: BEQ 33 EA One – 2 Year Option: BEQ 22 EA
Item 0002: Upgrade NSN: 1680-00-605-9700FG, Input P/N 5-48705-53, Output P/N 5-48705-54 3 Year Basic: BEQ 3 EA One – 2 Year Option: BEQ 2 EA
Item 0003: Over and Above. To be negotiated.
Item 0004: Data (Not Separately Priced)
NSN: 1680-00-605-9700 Function: Flap drive actuator positions the flaps on the B-52 aircraft. Dimensions: 30.0” h x 27.0” w x 78.0” l and weighs 210 lbs. Material: Steel and aluminum
Delivery and Shipping: LI 0001: Deliver 1 unit (5 each) within 60 days ARO. Early delivery is acceptable. LI 0002: Deliver 1 unit as needed. Early delivery is acceptable. Ship To: SW3211 Duration of Contract Period: 5 Year Requirements Contract (3 Year Basic with One – 2 Year Option)
Qualification Requirements: Qualification requirements apply. Interested vendors not previously qualified must submit a Source Approval Request (SAR) package to the Source Development, Small Business Office at 405-739-7243. As per FAR 9.202(e), the contracting officer need not delay a proposed award to allow a potential offeror to demonstrate qualification standards. The part requires engineering source approval by the design control activity to maintain quality. Existing unique design capabilities, engineering skills, and manufacturing knowledge by qualified sources necessitate acquisition from approved sources.
This is a competitive requirement open to approved Small Businesses.
Data Requests: To receive technical data related to this acquisition, offerors must email a request to matthew.churchwell.2@us.af.mil. Data release is subject to applicable rights. Requests should be on company letterhead, include the solicitation number, specific data needed (including TO and/or drawing numbers), and a copy of the current, approved DD Form 2345. Instructions and the form are available at http://www.dtic.mil/whs/directives/infomgt/forms/forminfo/forminfopage2220.html. The government is not responsible for incomplete, misdirected, or untimely requests.
Additional Information: Some units listed in Section B may be deemed beyond repair upon disassembly or inspection. Any costs incurred prior to such determination shall be included in the unit price. Condemned units will not be counted as production. Export Control: N/A The RMC is R1/C. Set-aside: N/A
The government plans to issue a solicitation around 24 April 2026, with responses due by 24 June 2026, and an estimated award date around 27 August 2026. This notice does not constitute a formal RFP. Based on market research, the government will not apply policies from Part 12, Acquisition of Commercial Items, but interested parties may express their interest and capability within 15 days.
Questions should be submitted in writing via email. All questions may be posted publicly with responses. Vendor identities will remain confidential. Offerors must comply with all solicitation requirements and specify their business type (e.g., small, large, disadvantaged, women-owned, HUBZone, veteran-owned, service-disabled veteran-owned, U.S. or foreign-owned).
Applicable Technical Orders Specific Technical Orders: Part Number 5-48705-53 or 5-16A1-13-7-3: Overhaul Instructions, 1 November 2014 Part Number 48705-54: Illustrated Parts Breakdown, 1 January 2015 General Technical Orders: TO 00-5-1: AF Technical Order System, 19 November 2024 TO 00-5-3: AF Technical Order Life Cycle Management, 20 January 2025 TO 00-26-260: Methods and Procedures, 10 May 2022 TO 00-35D-54: USAF Deficiency Reporting, Investigation, and Resolution, 15 February 2024
Other Publications for Information: Publications: MIL-STD-130: Identification Marking of U.S. Military Property NIST SP 800-53 Rev. 5: Security and Privacy Controls for Information Systems and Organizations NIST SP 800-61 Rev. 3: Incident Response Recommendations for Cybersecurity Risk Management NIST SP 800-161 Rev. 1: Cybersecurity Supply Chain Risk Management Practices NIST SP 800-171 Rev. 3: Protecting Controlled Unclassified Information in Nonfederal Systems and Organizations
Contractor Documents Part Number, Drawing Number, Title, and Date: N/A: N/A Ombudsman (August 2005): An appointed ombudsman will hear concerns from offerors or potential offerors during proposal development. The ombudsman's role is to communicate concerns, issues, disagreements, and recommendations confidentially to appropriate government personnel. The ombudsman does not participate in proposal evaluation or source selection. Interested parties may call 405-736-3273. Do not call this number for solicitation requests.
Electronic procedures will be used for this solicitation. No telephone requests are accepted; only written or email requests from the requestor are valid.