Closed Solicitation · DEPT OF DEFENSE

    REMANUFACTURE AND UPGRADE OF B-52 WING FLAP PDU NSN: 1680-00-605-9700FG, P/N 5-48705-54 AND UPGRADE NSN: 1680-00-605-9700FG, P/N 5-48705-54

    Sol. FD20302501644PresolicitationTINKER AFB, OK
    Closed
    STATUS
    Closed
    closed Apr 22, 2026
    POSTED
    Apr 7, 2026
    Publication date
    NAICS CODE
    336413
    Primary industry classification
    PSC CODE
    1680
    Product & service classification

    AI Summary

    The U.S. Air Force is seeking contractors for a 5-year requirements contract for the remanufacture and upgrade of B-52 wing flap PDUs. The contract includes disassembly, inspection, and testing to restore parts to like-new condition. Interested vendors must submit a Source Approval Request if not previously qualified. The solicitation is expected to be issued on April 24, 2026.

    Contract details

    Solicitation No.
    FD20302501644
    Notice Type
    Presolicitation
    Posted Date
    April 7, 2026
    Response Deadline
    April 22, 2026
    NAICS Code
    336413AI guide
    PSC / Class Code
    1680
    Issuing Office
    FA8118 AFSC PZABB
    Primary Contact
    Aczavius Smith
    State
    OK
    ZIP Code
    73145-3303
    AI Product/Service
    service

    Description

    The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating a 5-year Requirements type contract with a 3-year Basic and One 2-year Option for Remanufacture and Upgrade of B-52 Wing Flap 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 all material to accomplish remanufacture.  The work encompasses the 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 set forth 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 x78.0” l and weighs 210 lbs.

    Material: Steel and aluminum

    LI 0001 Deliver 1 unit(s) 5ea/60days ARO Reps. Early delivery is acceptable

    LI 0002 Deliver 1 unit(s) TBD/ 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 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 in order 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 in order 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 approve sources. 

    This is a competitive requirement to approved Small Businesses.

    In order to receive any technical data related to this acquisition, offerors must send an email request to matthew.churchwell.2@us.af.mil Release of any data is subject to applicable data rights. The request shall be on company letterhead and include the applicable solicitation number, the specific data needed (including TO and/or drawing numbers), and a copy of the current, approved DD Form 2345. The form, including instructions for completing the form, is 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 by the Contractor, prior to determination that such equipment is beyond repairable limits, shall be included in the unit price(s) of the listed item(s). Condemned units will not be counted as production.

    Export Control: N/A

    The RMC is R1/C. 

    Set-aside: N/A

    The Government intends to issue a solicitation on or about 24 April 2026 with a closing response date of 24 June 2026 and estimated award date of on or about 27 August 2026.  This notice does not in itself represent the issuance of a formal request for proposal and is not intended to be taken as such.

    Based upon market research, the Government will not be using policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services.  However, interested parties may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. 

    All questions regarding this notice are to be submitted in writing via E-mail.  All questions submitted to this office are subject to be posted in this notice along with the appropriate response(s).  Vendor identities will not be disclosed.  Prospective offerors must comply with all the requirements of the solicitation and any attachments thereto to be considered responsive.  All offerors are to specify in their response whether they are a large business, small business, small-disadvantaged business, 8(a) concern, women-owned small business, HUBZone small business, veteran-owned small business or service-disabled veteran-owned small business.  Also, offerors must specify whether they are a U.S. or foreign-owned firm.

    APPLICABLE TECHNICAL ORDERS

    Specific Technical Orders

    PART NUMBER            REMANUFACTURE MANUAL/    TITLE/REVISION AND/OR OTHER

    TO NUMBER                                DIRECTIVES (AFTO FORM 252)

    5-48705-53 or 5-          16A1-13-7-3                             Overhaul Instructions, 1NOVEMBER 2014

    48705-54                       16A1-13-7-4                            Illustrated Parts Breakdown, 1 JANUARY 2015

    General Technical Orders

    TO NUMBER     DATE                                        TITLE     

    00-5-1               19 NOVEMBER 2024                 AF TECHNICAL ORDER SYSTEM           

    00-5-3               20 JANUARY 2025                    AF TECHNICAL ORDER LIFE CYCLE MANAGEMENT

    00-26-260          10 MAY 2022                              METHODS AND PROCEDURES

                                                                                  MANUAL -- UNIQUE IDENTIFICATION ASSET   

                                                                                  MARKING AND TRACKING                      

    00-35D-54         15 FEBRUARY 2024                  USAF DEFICIENCY REPORTING, INVESTIGATION

    *Publication dates are current as of the date of this Appendix A form revision.                                                                              AND RESOLUTION

    OTHER PUBLICATIONS FOR INFORMATION PURPOSES ONLY

    NOTE:  These publications are for information purposes only.

    Air Force Manuals

    DOCUMENT NUMBER              DATE                            TITLE

    AFI 23-101                                21 OCTOBER 2020       MATERIAL MANAGEMENT POLICY

    AFMAN 23-122                          26 OCTOBER 2020       MATERIAL MANAGEMENT PROCEDURES

    *Publication dates are current as of the date of this Appendix A form revision.

    DoD/GSA/Air Force Forms

    FORM NUMBER                       TITLE

    SF 328                                      CERTIFICATE PERTAINING TO FOREIGN INTERESTS

    SF 364                                      REPORT OF DISCREPANCY

    SF 368                                      QUALITY DEFICIENCY REPORT

    DD1348-1A                               ISSUE RELEASE/RECEIPT DOCUMENT

    DD1423                                    CONTRACT DATA REQUIREMENTS LIST (CDRL)

    DD1694                                    REQUEST FOR VARIANCE (RFV)

    DD250                                      MATERIAL INSPECTION AND RECEIVING REPORT

    DD254                                       DOD CONTRACT SECURITY CLASSIFICATION SPECIFICATION

    DD1574                                     SERVICEABLE TAG – MATERIEL

    DD1574-1                                  SERVICEABLE LABEL – MATERIEL

    DD1577-2                                  UNSERVICEABLE (REPAIRABLE) TAG – MATERIEL

    DD1577-3                                  UNSERVICEABLE (REPAIRABLE) LABEL – MATERIEL

    DD1577                                     UNSERVICEABLE (CONDEMNED) TAG – MATERIEL

    DD1577-1                                  UNSERVICEABLE (CONDEMNED) LABEL – MATERIEL

    DD1575                                     SUSPENDED TAG – MATERIEL

    DD1575-1                                  SUSPENDED LABEL – MATERIEL

    AFMC FORM 158                      PACKAGING REQUIREMENTS

    Other Government Publications

    PUBLICATION NUMBER            TITLE

    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 AND CONSIDERATIONS FOR CYBERSECURITY RISK MANAGEMENT

    NIST SP 800-161 Rev. 1         CYBERSECURITY SUPPLY CHAIN RISK MANAGEMENT PRACTICES FOR SYSTEMS AND ORGANIZATIONS

    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                                           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.

    Key dates

    1. April 7, 2026Posted Date
    2. April 22, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    REMANUFACTURE AND UPGRADE OF B-52 WING FLAP PDU NSN: 1680-00-605-9700FG, P/N 5-48705-54 AND UPGRADE NSN: 1680-00-605-9700FG, P/N 5-48705-54 is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.