- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
Solicitation for FD20302501098: Overhaul of Control Column, Airc_NSN: 1680-01-527-8154FG & 1680-01-527-8153FG
Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: OK. Response deadline: Feb 26, 2026. Industry: NAICS 336413 • PSC J016.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 336413 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 39 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 336413
Description
SOLICITATION for FD20302501098: Overhaul of Control Column, Airc_NSN: 1680-01-527-8154FG & 1680-01-527-8153FG
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
The Air Force Sustainment Center (AFSC) has released Solicitation FA811826R0018 for FD20302501098 to overhaul aircraft control column items tied to NSNs 1680-01-527-8154FG and 1680-01-527-8153FG (PSC J016). This is an aircraft component overhaul requirement under NAICS 336413, with the notice posted 2025-12-23 and proposals due by 2026-02-26 18:00 UTC. The opportunity includes a substantial attachment set (12 files) that likely contains the technical/QA, pricing, and proposal instructions—downselecting bid/no-bid should start with those documents. If you are a qualified aviation component repair/overhaul provider with demonstrated capability on control columns and the ability to meet Air Force sustainment QA and traceability expectations, this is a relevant bid target.
Source an overhaul capability for aircraft control column components associated with NSNs 1680-01-527-8154FG and 1680-01-527-8153FG under an Air Force sustainment solicitation (FD20302501098), using Solicitation FA811826R0018.
- FAA/EASA/DoD-experienced aviation component MROs that perform mechanical flight-control related component overhaul (control columns) and can support NSN-based sustainment work.
- Shops with established QA systems for defense sustainment work and the ability to manage traceability and airworthiness-style documentation for overhauled items.
- Firms already familiar with AFSC procurement patterns or able to quickly interpret multi-attachment solicitations and produce a compliant package.
- Review all solicitation attachments linked in SAM.gov for FA811826R0018 (12 files) to identify: scope of overhaul, inspection/repair steps, required deliverables, packaging/marking, data requirements, and acceptance criteria.
- Confirm technical capability to overhaul control columns corresponding to NSNs 1680-01-527-8154FG and 1680-01-527-8153FG, including any required tooling, test capability, and qualified technicians.
- Build a compliance matrix keyed to the solicitation instructions (L/M sections if present in attachments), including representations, certifications, and any required past performance forms.
- Develop an overhaul process plan aligned to Air Force sustainment expectations (incoming inspection, teardown, repair/replace, reassembly, functional checks, QA release, preservation/pack).
- Identify supply chain needs for any replaceable components/consumables required for overhaul; validate traceability approach.
- Prepare pricing for overhaul services for both NSNs (and any CLIN structure found in attachments), including any separate prices for evaluation, repair, parts, or turnaround options if specified.
- Finalize and submit proposal in accordance with FA811826R0018 instructions by 2026-02-26 18:00 UTC.
- Completed technical proposal responding to the overhaul requirement for NSNs 1680-01-527-8154FG and 1680-01-527-8153FG, formatted per FA811826R0018 instructions found in attachments.
- Pricing proposal aligned to the solicitation’s CLIN/line-item structure (to be extracted from the attachments).
- Compliance matrix mapping each solicitation requirement/instruction to your response location.
- Past performance package per solicitation instructions (forms/templates may be in the attachments).
- Quality/inspection approach and documentation deliverables for an overhaul (certifications, inspection records, conformity/acceptance documentation) as required by the solicitation.
- Completed representations/certifications and any required contractual attachments referenced in FA811826R0018.
- Submission confirmation plan (portal upload steps, file naming, and required signatures) per SAM/solicitation instructions.
- PSC is J016 (repair/overhaul of aircraft components), and the solicitation is under DEPT OF THE AIR FORCE / AFSC—expect the controlling compliance details to be inside the 12 attached files; treat those attachments as the primary source of L/M instructions and mandatory clauses.
- Set-aside is not indicated in the notice data; do not assume small business eligibility or limitations—verify within the solicitation attachments.
- Response deadline is firm: 2026-02-26 18:00 UTC; ensure internal reviews and any subcontractor inputs are scheduled to hit this time zone and submission method.
- Price by NSN/CLIN exactly as structured in FA811826R0018; do not blend the two NSNs unless explicitly allowed in the pricing schedule.
- Given this is an overhaul, ensure your basis of estimate separates labor/overhead, expected parts replacement (if permitted), and any non-recurring setup/testing—then map those to the solicitation’s pricing model (fixed overhaul price vs. not-to-exceed repair vs. priced labor/parts) as defined in the attachments.
- If the attachments specify turnaround time expectations or expedite options, consider pricing alternates only if the solicitation permits them (otherwise keep to compliant single offer).
- If you can perform overhaul but lack specific test/inspection capability, consider subcontracting discrete operations (e.g., NDT/inspection) while retaining prime responsibility for the overhaul workflow and quality release—subject to solicitation allowances in attachments.
- If parts replacement is required/allowed, line up qualified sources with traceability for components associated with NSNs 1680-01-527-8154FG and 1680-01-527-8153FG; ensure your suppliers can meet any defense sustainment documentation requirements specified in the attachments.
- Key risk is incomplete reading of the 12 solicitation attachments—missing one required form, clause-driven requirement, or packaging/QA deliverable can make the offer noncompliant.
- Technical risk: control column overhaul may have specific acceptance criteria, inspections, or test steps; inability to demonstrate process control/documentation can jeopardize award.
- Schedule risk: proposal due 2026-02-26 18:00 UTC; the attachment volume suggests meaningful instruction density that can compress proposal development time.
- Commercial risk: the set-aside field is blank in the notice data—if the solicitation includes restrictions (or none), that changes competitive field and bid positioning; confirm in attachments.
- For FA811826R0018, what is the exact CLIN structure and pricing model for the overhaul of NSNs 1680-01-527-8154FG and 1680-01-527-8153FG (fixed price per unit vs. repair-as-necessary, etc.)?
- What are the required deliverables at shipment/acceptance for an overhauled control column (e.g., inspection/test records, certifications), as specified in the attachments?
- Are there required turnaround times or delivery schedules for each NSN, and are expedited deliveries evaluated or allowed?
- Does the solicitation specify approved sources, technical data packages, government-furnished material/equipment, or configuration constraints for these NSNs?
- Are there any mandatory quality standards or inspection methods (e.g., specific NDT, functional tests) called out for acceptance of the overhauled items?
Source coverage notes
Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.
- Contents of the 12 SAM.gov attachments (scope details, CLINs, quantities, delivery/turnaround, evaluation factors, and mandatory clauses)
- Place of performance, ship-to/repair location requirements, and any government-furnished property/material details
- Period of performance or delivery schedule requirements for each NSN
- Set-aside/competition type and any source approval/qualification prerequisites
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.