Closed Solicitation · DEPT OF DEFENSE
AI Summary
The United States Air Force is seeking contractors for the remanufacture of the C-5 Dual Boost Fuel Pump, NSN: 2915-00-489-9215RK. This opportunity involves providing all necessary labor and materials to restore the pump to like-new condition. A firm-fixed price contract is anticipated, with a three-year duration and specific qualification requirements for bidders.
The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating the Remanufacture of the C-5 Dual Fuel Boost Pump, NSN: 2915-00-489-9215RK, Part Number 271700-4. The contractor shall provide all labor, facilities, equipment, tools, 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. This acquisition is military unique. A firm-fixed price Requirements type contract is contemplated with a three-year basic period.
The requirements set forth in this notice are defined per Purchase Request FD20302600450 as follows:
Item 0001: Remanufacture of C-5 Dual Boost Fuel Pump; NSN: 2915-00-489-9215RK, P/N 271700-4; Best Estimated Quantity (BEQ): Minimum 15 EA / Maximum 50 EA
Description/Function: The boost pump is used to pump fuel from the wing tanks on the C-5 aircraft to the engines. It consists of a 3-phase AC motor powering a centrifugal pump.
Item 0002: Over and Above. To be negotiated
Item 0003: Data (Not Separately Priced)
Estimated Issue Date: 26 January 2026
Estimated Closing/Response Date: 31 March 2026
** These dates are subject to change. Solicitation will be posted to beta.Sam.gov and attached to this synopsis when it is issued. Closing/Response date will be noted on the Solicitation. **
Solicitation Number: TBD
Nomenclature/Noun: Dual Fuel Boost Pump
NSN: 2915-00-489-9215RK
Manufacturer / PN: 271700-4
Tech Order: 6J10-3-130-3
RMC/RMSC: R1/C
Delivery: 15 each every 60 days/ ARO/REP. Early delivery is acceptable
Mark For: Acct 09
Ship To:
DLA Distribution Depot Oklahoma
3301 F AVE. CEN REC BLDG 506 DR 22
TINKER AFB, OK 73145-8000
Duration of Contract Period: 3-Year Requirements Contract (3-Year Basic Period)
Qualification Requirements: Qualification requirements DO 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.
In order to receive any technical data related to this acquisition during the pre-solicitation phase, offerors must send an email request to the Public Sales Office AFLCMC.LZP.PUBSALES@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.Set Aside: Competitive Small Business Set Aside
Current Approved /Potential Sources:
Airtronics, Inc., Cage Code: 58078
Texas Aerospace Services, Inc., Cage Code: 29242
Thomas Instruments, Cage Code: 5H860
Sherwood Avionics and Accessories, Cage Code: 3EM37
Eaton, Cage Code: 59875
Able Engineering, Cage Code: 1QCB8
Export Control: Not Applicable.
Initial Production Evaluation (IPE) is required.
UID Note to Contractor: If unit price exceeds $5,000, then UID requirements will apply.
Applicable Tech Orders: The Government does possess a T.O. of remanufacture procedures for this item.
Based upon market research, the Government is not using policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. This requirement is considered military unique and cannot be satisfied with a commercial product or process. Additionally, this requirement cannot be modified to be satisfied with a commercial product or process, nor can the commercial product or process be modified to meet the requirement.
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.
Government is not responsible for misdirected or untimely requests.
Note: 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 the 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 Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICATION REQUESTS.
Electronic procedures will be used for this solicitation. No telephone requests. Only written or emailed requests received directly from the requestor are acceptable.
REMANUFACTURE OF C-5 DUAL BOOST FUEL PUMP; NSN: 2915-00-489-9215RK 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
AI-powered intelligence for the right opportunities, the right leads, and the right time.