- 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
P90 Stage 2 Servo-Valve Refurbishment
Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: UT. Response deadline: Apr 22, 2026. Industry: NAICS 332912 • PSC 1420.
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 332912 (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 48 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 332912
Description
Notice Type: Sources Sought Synopsis
Requirement Title: P90 Stage 2 Servo-Valve Refurbishment
This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only.
The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) is 332912, which has a corresponding Size standard of 1,000 employees. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran- Owned, HUBZone, and Women-Owned small business concerns.
The government requests that interested parties respond to this notice if applicable and identify your business size status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. Responsible sources may submit a capability statement which shall be considered by the agency.
Program Details:
Repair of flight control system servo-valves (P/N C80950-001, NSN 1420-01-505-2521) within the Minuteman III Weapon System.
NSN: 1420-01-505-2521
PSC:
1420
Manufacturer and Part Number: Manufacturer: Moog
Part Number: C80950-001
Description of the Part/Work: The P90 Stage 2 flight control system servo-valves (P/N C80950-001, NSN 1420-01-505-2521) are critical components within the Minuteman III weapon system. Manufactured by Moog, these servo-valves precisely regulate hydraulic fluid direction and flow within the flight control unit actuators, directly impacting system performance.
Currently, the government faces limitations in its ability to independently refurbish these complex components. This includes a lack of complete technical data rights, limited overhaul experience, and insufficient specialized equipment for comprehensive testing.
The selected contractor will undertake the refurbishment of the P90 Stage 2 servo-valves. This comprehensive process encompasses receiving, disassembling, inspecting, testing, and repairing each unit and its subcomponents as needed. The objective is to restore each servo-valve to a serviceable, like-new condition, strictly adhering to the technical data outlined in the contract and Moog specifications.
The contractor will also be responsible for determining the Beyond Economical Repair (BER) status of each servo-valve. In instances where a servo-valve is deemed BER, the government will provide a replacement unit for refurbishment, subject to availability.
Specification and Qualification Requirements: The offeror is responsible for meeting all test and specification requirements detailed in the OEM technical data. It is important to note that the government currently relies on the offeror's compliance, as we do not possess the necessary data or testing facilities for independent verification.
Quantity and Delivery Requirements:
Quantity: 40 assets required.
•
P90 Stage 2 Servo-Valve Refurbishment
Mar 20, 2026 04:15:40 PM GMT 2
Unit of Issue: Each
•
Destination: Hill AFB, UT 84056.
•
Delivery Schedule (On or Before):
•
Qty 3, OCT 2026
Qty 3, NOV 2026
Qty 3, DEC 2026
Qty 3, JAN 2027
Qty 3, FEB 2027
Qty 3, MAR 2027
Qty 3, APR 2027
Qty 3, MAY 2027
Qty 3, JUN 2027
Qty 3, JUL 2027
Qty 3, AUG 2027
Qty 3, SEP 2027
QTY 2, OCT 2027
QTY 2, NOV 2027
Contract Period: 1 year
Technical Data Availability: The technical data required to respond to this solicitation must be obtained from the Original Equipment Manufacturer. Moog.
Restrictions on Foreign Participation: Drawings are export controlled.
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.