Opportunity

SAM #FD20302601976

Remanufacture of F-16 Air Heat Exchanger and Technical Data Package for Air Force Sustainment Center

Buyer

Fa8118 AFSC Pzabb

Posted

May 12, 2026

Respond By

May 27, 2026

Identifier

FD20302601976

NAICS

336413, 332410

This opportunity seeks small business vendors to remanufacture the F-16 Air Heat Exchanger for the Air Force Sustainment Center at Tinker Air Force Base. - Government Buyer: - United States Air Force, Air Force Sustainment Center (AFSC), FA8118 AFSC PZABB at Tinker AFB - OEMs and Vendors: - No specific OEMs named; engineering source approval by the design control activity is required - Products/Services Requested: - Remanufacturing of F-16 Air Heat Exchanger (NSN 1660-01-050-5847, Part Number 764962-2) - Estimated 108 units over a 3-year basic period - Estimated 72 units over a 2-year option period - Delivery: 4 units every 30 days after order - Preparation and delivery of a Technical Data Package (TDP) per DI-SESS-80776B and MIL-STD-31000B - Unique or Notable Requirements: - Contract is a 5-year requirements type, firm fixed price - Set aside for approved small businesses - Vendors must meet qualification requirements and submit a Source Approval Request if not previously qualified - Compliance with Air Force technical orders, DoD forms, and standards is mandatory - TDP must include comprehensive design, engineering, QA, and support data - Over-and-above work and data items are included but not separately priced

Description

The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145, is contemplating the remanufacturing of the F-16 Air Heat Exchanger. The contractor shall provide all labor, facilities, equipment, and materials to accomplish remanufacturing. Remanufacturing the F-16 Air Heat Exchanger shall meet all requirements defined by the Statement of Work (SOW). This item has qualification requirements which a prospective vendor must satisfy. A firm fixed price, 5-year Requirements type contract is contemplated, consisting of one three-year basic ordering period and one two-year option period.

The requirements set forth in this notice are defined per Purchase Request FD20302601976 as follows: Written response is required. Item 0001: Remanufacture of NSN 1660-01-050-5847 / Part Number: 764962-2 3-Year Basic Estimated Quantity: 108 each 2-Year Option Estimated Quantity: 72 each Item 0002 - Over and Above: To Be Negotiated (TBN) Item 0004 - Data: Not Separately Priced (NSP)

Function: RECTANGULAR UNIT PROVIDING ADDITIONAL COOLING OF THE HIGH-PRESSURE BLEED AIR LEAVING THE PRIMARY AND SECONDARY HEAT EXCHANGER.

Dimensions: 20.40” L x 6.00” W x 7.00” H and weighs 15 lbs. Material: Stainless steel.

Delivery: Deliver 4 each every 30 days ARO. Early delivery is not acceptable.

Ship To: SW3211

Duration of Contract Period: 5 years (1 three-year basic ordering period and 1 two-year option period).

Qualification Requirements: Qualification requirements apply. Interested vendors that have not been previously qualified for this acquisition must submit a Source Approval Request (SAR) package to the Source Development, Small Business Office at 405-739-7243. As prescribed in FAR 9.202(e), the contracting officer need not delay a proposed award to provide a potential offeror with an opportunity to demonstrate its ability to meet the standards specified for qualification.

Part requires engineering source approval by the design control activity to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing knowledge by the qualified source(s) require acquisition of the part from approved sources.

To receive any technical data related to this acquisition, offerors must send an email request to Nonika Allen at Nonika.allen.1@us.af.mil. The request shall include the solicitation number, specific data needed (including TO and/or drawing numbers), and a current, approved DD Form 2345. The form and instructions 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.

Some units of items listed in Section B may, upon disassembly and/or inspection, be determined to be beyond repairable limits specified in the Work Specification and/or Technical Orders. Any cost for work performed prior to such determination shall be included in the unit price(s). Condemned units will not be counted as production.

Export Control: N/A

This is a competitive requirement set aside for approved Small Businesses.

Set-aside: Set-Aside to approved Small Business

NAICS: 336413

PSC/FSC: 1660

The government intends to issue the solicitation around 28 May 2026, with a closing response date around 30 June 2026. This notice does not constitute a formal request for proposal.

Based on market research, the government will not be using policies in Part 12, Acquisition of Commercial Items, in its solicitation. Interested parties may express their interest and capability within 15 days of this notice.

Questions should be submitted in writing via email. All questions may be posted in this notice with responses. Vendor identities will not be disclosed. Offerors must specify their business size and ownership status in their response.

Applicable Technical Orders

Specific Technical Orders

Part NumberReman Manual/TO NumberTitle/Rev. and/or Other Directives (AFTO Form 252) 764962-215A4-84-3Technical Manual

General Technical Orders

TO NumberDateTitle 00-5-119 Nov 2024AF Technical Order System 00-5-323 Apr 2025AF Technical Order Life Cycle Management 00-25-26010 May 2022Methods and Procedures Manual—Unique Identification Asset Marking and Tracking 00-35D-5415 Apr 2021USAF Deficiency Reporting, Investigation, and Resolution

Other Publications for Information Purposes Only

Note: These publications are for information purposes only.

Air Force Manuals

Document NumberDateTitle AFI 23-101_AFMCSUP10 Dec 2021Material Management Policy AFMAN 23-122_AFMCSUP25 Jun 2025Material Management Procedures

DoD/Air Force Forms

Form NumberTitle SF 328Certificate Pertaining to Foreign Interests SF 364Report of Discrepancy SF 368Product Quality Deficiency Report (PQDR) DD250Material Inspection and Receiving Report DD254DOD Contract Security Classification Specification DD1348-1AIssue Release/Receipt Document DD1423Contract Data Requirements List (CDRL) DD1574Serviceable Tag – Material DD1574-1Serviceable Label – Material DD1577-2Unserviceable (Repairable) Tag – Material DD1577-3Unserviceable (Repairable) Label – Material DD1577Unserviceable (Condemned) Tag – Material DD1577-1Unserviceable (Condemned) Label – Material DD1575Suspended Tag – Material DD1575-1Suspended Label – Material DD1694Request for Variance (RFV) AFMC FORM 158Packaging Requirements

Other Government Publications

Publication NumberTitle MIL-STD-130Identification Marking of U.S. Military Property NIST SP 800-53 REV. 5.2.0Security and Privacy Controls for Information Systems and Organizations NIST SP 800-61 REV. 3Incident Response Recommendations and Considerations for Cybersecurity Risk Management NIST SP 800-161 REV. 1Cybersecurity Supply Chain Risk Management Practices for Systems and Organizations UPDATE 1 NIST SP 800-171 REV. 3Protecting Controlled Unclassified Information in Nonfederal Systems and Organizations

Contractor Documents

Part Number                      Drawing Number                      Title and Date

N/A                      N/A                      N/A

Ombudsman (Aug 2005): An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at 405-736-3273. Do not call this number for solicitation requests.

Electronic procedures will be used for this solicitation. No telephone requests. Only written or emailed requests received directly from the requestor are acceptable.

Point of Contact: Nonika Allen, Contract Specialist, Nonika.allen.1@us.af.mil

Shannon Reed, Contracting Officer, Shannon.Reed.8@us.af.mil

View original listing