- 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
Remanufacture PBG Oxygen Regulator Field Tester
Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: OK. Response deadline: Mar 05, 2026. Industry: NAICS 336413 • PSC 4920.
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.
Incumbent & Expiration Tracking
Competitive Heat Score
Competition likely above baseline. Prioritize compliance speed and win themes early.
- Deadline pressure: Closes in 6 days.
- Set-aside: Scoped as NONE.
- Market crowding: 6 nearby NAICS matches found.
Point of Contact
Agency & Office
More in NAICS 336413
Description
Remanufacture PBG Oxygen Regulator Field Tester
NSN(s) / P/N(s): 4920016966577BO/ 3300223-6004
INTERESTED SOURCES MUST SELECT “ADD ME TO INTERESTED VENDORS” BUTTON ABOVE OR BELOW TO BE CONSIDERED PARTICIPANTS IN THIS MARKET RESEARCH EFFORT BY THE “CLOSING DATE” OF THIS NOTICE.
THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE.
PURPOSE
This Sources Sought Synopsis (SSS) is in support of market research being conducted by the United States Air Force (USAF). This market research is being conducted to notify potential sources of the upcoming requirement and to re-advertise the qualification requirements for the subject item. Additionally, this notice will gauge small business interest. The determination to make this acquisition a Small Business Set-Aside is dependent on the number of small businesses approved to satisfy this requirement.
The Government will use the information gathered through publication of this SSS to determine the best acquisition strategy for this requirement. The Government is interested in all potential sources including Small Businesses, Small Disadvantaged Businesses, 8(a) businesses, Service-Disabled Veteran-Owned Small Businesses, HUBZone Small Businesses, Women-Owned Small Businesses, etc.
Potential sources shall be capable of furnishing all labor, materials, facilities and equipment required to accomplish the remanufacture of the item(s) listed below. Generally, the work to be accomplished includes disassembly, cleaning, inspection, assembly, testing, preservation, and packaging to return an unserviceable asset to a like-new condition. Additionally, potential sources may be responsible for supply chain management, logistics planning, forecasting production requirements, long-lead time parts procurement, and shipping serviceable assets.
Potential sources may be responsible for nonrecurring engineering costs associated with becoming an approved source.
DESCRIPTION
North American Industry Classification System (NAICS) Code: 336413 (Other Aircraft Parts and Auxiliary Equipment Manufacturing)
SBA Size Standard: 1,250 employees
Requirement Information: Remanufacture PBG Oxygen Regulator Field Tester
PRODUCTION INFORMATION
P/N NSN Noun Est. Requirement
3300223-6004 4920016966577BO TEST STAND,DEMAND O 5yr Total
(3yr Basic + Two 1yr Options)
Min: 10 Max: 50 per year
NOTE: This item can be repaired on its own or it can be made from either:
NSN 4920-01-321-1839 P/N 3300223-6002 or 4920-01-521-3685 P/N 3300223-6003 .
ESTIMATED SOLICITATION INFORMATION
Estimated Solicitation Date: June 2026
Estimated Solicitation Closing/Response Date: August 2026
CONTRACTOR CAPABILITY SURVEY & TECHNICAL DATA
Potential sources wishing to be qualified to perform the requirement specified above are REQUIRED to complete a Source Approval Request (SAR) package as specified in the Qualification Requirements for this item. QRs and Repair Data List (RDL), if applicable, are attached to this notice. The QR attached to this document is for reference only. The official synopsis of the QRs for this item can be found by searching www.sam.gov/ for the keyword “Repair/Remanufacture Qualification Requirements RQR-848”. Changes to the item list or QRs will be published to the official solicitation, not this notice.
Government provided data is annotated on the RDL attached to this posting. Absence of an RDL indicates the Government cannot provide technical data and that potential sources are required to independently acquire the necessary technical data to satisfy this requirement. Requests for technical data in response to this SSS posting should be submitted to the Tinker TO Public Sales Office at AFLCMC.LZP.PubSales@us.af.mil. Please see TO Public Sales Fact Sheet.
SAR packages and SAR-process questions should be submitted to the AFSC Small Business Office at:
AFSC/SB
3001 Staff Drive, Suite 1AG 85A
Tinker AFB, OK 73145-3009
Email: afsc.sb.workflow@us.af.mil
Website: https://www.afsc.af.mil/units/sbo/index.asp
Due to COVID-19 and the increase in teleworking (social distancing) we ask that all SAR packages be submitted electronically through DoD SAFE https://safe.apps.mil/. DoD SAFE is a safe option for large files. If you have a PKI certificate you can send directly to the POCs below; if you do not then “request a drop-off” by sending an emails message to:
429SCMS.SASPO.Workflow@us.af.mil or stacy.cochran@us.af.mil.
NOTE: Potential sources should only submit SAR related questions to the above contact. Inquiries of a technical nature should be submitted to the cognizant engineering activity at 423SCMS.FedBizOps.Inquiries@us.af.mil.
Disclaimer:
This SSS is issued solely for informational and planning purposes. It does not constitute a solicitation (Request for Information, Request for Proposal, or Request for Quotation) or a promise to issue a solicitation in the future.
The information in this notice is based on current information as of the publication date. The information in this notice is subject to change and is not binding to the Government. If changes are made, updated information will be provided in future notices and will be posted on the Systems for Award Management (SAM) website at www.sam.gov/ . Responses to this SSS may or may not be returned. Contractors not responding to this SSS will not be precluded from participation in any future solicitation.
INTERESTED SOURCES MUST SELECT “ADD ME TO INTERESTED VENDORS” BUTTON ABOVE OR BELOW TO BE CONSIDERED PARTICIPANTS IN THIS MARKET RESEARCH EFFORT BY THE “CLOSING DATE” OF THIS NOTICE.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.