Skip to content
Department 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

Solicitation: FD20302501644
Notice ID: 4267336468744df5b806b3553011a1c7
TypePresolicitationNAICS 336413PSC1680Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The Air ForceStateOKPostedApr 07, 2026, 12:00 AM UTCDueApr 22, 2026, 05:00 PM UTCCloses in 9 days

Presolicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: OK. Response deadline: Apr 22, 2026. Industry: NAICS 336413 • PSC 1680.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

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.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • 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
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: FD20302501644. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 336413 (last 12 months), benchmarked to sector 33.

12-month awarded value
$1,487,417,145
Sector total $52,555,775,462 • Share 2.8%
Live
Median
$89,214
P10–P90
$29,921$2,053,289
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
2.8%
share
Momentum (last 3 vs prior 3 buckets)
+349%($945,911,222)
Deal sizing
$89,214 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for OK
Live POP
Place of performance
S Coffeyville, Oklahoma • United States
State: OK
Contracting office
Tinker Afb, OK • 73145-3303 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
OK20260041 (Rev 1)
Match signal: state matchOpen WD
Published Jan 23, 2026Oklahoma • Canadian
Rate
BRICKLAYER
Base $26.92Fringe $13.09
Rate
MILLWRIGHT
Base $32.75Fringe $11.91
+40 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 40 more rate previews.
Davis-BaconBest fitstate match
OK20260041 (Rev 1)
Open WD
Published Jan 23, 2026Oklahoma • Canadian
Rate
BRICKLAYER
Base $26.92Fringe $13.09
Rate
MILLWRIGHT
Base $32.75Fringe $11.91
Rate
CARPENTER (Form Work Only)
Base $27.79Fringe $10.05
+39 more occupation rates in this WD
Davis-Baconstate match
OK20260049 (Rev 1)
Open WD
Published Jan 23, 2026Oklahoma • Oklahoma
Rate
BRICKLAYER
Base $26.92Fringe $13.09
Rate
MILLWRIGHT
Base $32.75Fringe $11.91
Rate
CARPENTER (Form Work Only)
Base $27.79Fringe $10.05
+39 more occupation rates in this WD
Davis-Baconstate match
OK20260048 (Rev 1)
Open WD
Published Jan 23, 2026Oklahoma • McClain
Rate
BRICKLAYER
Base $26.92Fringe $13.09
Rate
MILLWRIGHT
Base $32.75Fringe $11.91
Rate
CARPENTER (Form Work Only)
Base $27.79Fringe $10.05
+38 more occupation rates in this WD
Davis-Baconstate match
OK20260046 (Rev 1)
Open WD
Published Jan 23, 2026Oklahoma • Lincoln
Rate
BRICKLAYER
Base $26.92Fringe $13.09
Rate
MILLWRIGHT
Base $32.75Fringe $11.91
Rate
CARPENTER (Form Work Only)
Base $27.79Fringe $10.05
+38 more occupation rates in this WD

Point of Contact

Name
Aczavius Smith
Email
aczavius.smith@us.af.mil
Phone
Not available
Name
Matthew Churchwell
Email
matthew.churchwell.2@us.af.mil
Phone
4057394809

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE MATERIEL COMMAND
Office
AIR FORCE SUSTAINMENT CENTER • FA8118 AFSC PZABB
Contracting Office Address
Tinker Afb, OK
73145-3303 USA

More in NAICS 336413

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.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

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.