Skip to content
Department of Defense

• Remanufacture – T-38 Aircraft Gearbox Assemblies

Solicitation: FA8252-26-SSS-_T-38_Gearbox
Notice ID: 74f67067649a473aacf17cc621cc1211
TypeSources SoughtNAICS 336413PSC1560Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The Air ForceStateUTPostedFeb 19, 2026, 12:00 AM UTCDueMar 11, 2026, 11:00 PM UTCCloses in 14 days

Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: UT. Response deadline: Mar 11, 2026. Industry: NAICS 336413 • PSC 1560.

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: FA8252-26-SSS-_T-38_GEARBOX. 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
$395,894,963
Sector total $20,895,143,149 • Share 1.9%
Live
Median
$97,013
P10–P90
$29,471$906,283
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
1.9%
share
Momentum (last 3 vs prior 3 buckets)
+3497%($374,476,883)
Deal sizing
$97,013 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 UT
Live POP
Place of performance
Hill Air Force Base, Utah • 84056 United States
State: UT
Contracting office
Hill Afb, UT • 84056-5825 USA

Point of Contact

Name
Ben Davies
Email
ben.davies@us.af.mil
Phone
8017776502
Name
ANGEL MCKENZIE
Email
ANGEL.MCKENZIE.2@US.AF.MIL
Phone
8015863426

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE MATERIEL COMMAND
Office
AIR FORCE SUSTAINMENT CENTER • FA8252 AFSC OL-H PZACB SCNDARY PWR
Contracting Office Address
Hill Afb, UT
84056-5825 USA

More in NAICS 336413

Description

Action: Sources Sought Synopsis

Purpose: This is a sources sought synopsis in accordance with FAR 5.201. This is not a Request for Proposal or Quote (RFP/RFQ) or an Invitation For Bid (IFB), nor is it construed as a commitment by the Government. 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 336413 which has a corresponding Size standard of 1250 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 small business 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.

Items:

  • Remanufacture – T-38 Aircraft Gearbox Assemblies –

NSN: 1680-01-440-5106

The T-38 Aircraft Gearbox Assemblies (Part Number 14-51100-501) are major end items/components within the T-38 aircraft Secondary Power Systems and are Critical Safety Items (CSI). The Gearbox Assemblies provides the necessary gearing and shifting mechanism to drive an AC Generator and Hydraulic System Pump within their respective operating limits of 6400 rpm - 9600 rpm and 2500 rpm - 3775 rpm from an aircraft engine input speed of 3600 rpm -7811 rpm. The work required for this contract should be by a qualified source which has experience in manufacturing, testing, and design of aircraft secondary power systems. They will also be required to have test capabilities, including but not limited to test stands and testing equipment, airworthiness certification experience, and a host of other aerospace related activities. The design of this hardware is very complex and the highest engineering standards will be sought.

The United States Air Force (USAF) and Defense Logistics Agency (DLA) are unable to provide any parts, test stands, or equipment needed to overhaul/remanufacture the gearbox.  Each contractor will need to establish their own supply chain.

Year: 2026

Product Code: 1560 - Supply

Subject: - T-38 Accessory Drive Gearbox (ADG) Remanufacture Contract

Proposed Solicitation Number: TBD

Closing Response Date: As documented on SAM.gov

Restricted to Qualified Sources: See FAR Part 52.209-1 The requirements of FAR 9.202(a) apply. Sources must be qualified prior to being considered for award. Interested vendors that have not been previously approved for this acquisition must submit a Source Approval Request (SAR) package to the Source Development Small Business Office or the Contracting Officer. 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 (see attached RQR). Respondents are requested to meet all requirements within the RQR and provide all associated documentation.

Restriction on Foreign Participation: Yes

Qualification Point of Contact (POC): Program Engineer – Cameron Swain, cameron.swain.1@us.af.mil.

     Description/CLINs:

CLIN - 0001, Unit - EA, Qty - 3, Description - In Process Evaluation Units

CLIN - 0002, Unit - LOT, Qty - 1, Description - Non-Recurring CDRL's

     OPTION 1

CLIN - 1003, Unit - EA, Qty - 17, Description - Remanufacture - T-38 Gearbox Assembly

CLIN - 1004, Unit - EA, Qty - TBD, Description - Beyond Economic Repair (BER)

CLIN - 1005, Unit - LOT, Qty - 1, Description - Recurring CDRL's

     OPTION 2

CLIN - 2003, Unit - EA, Qty - 20, Description - Remanufacture - T-38 Gearbox Assembly

CLIN - 2004, Unit - EA, Qty - TBD, Description - Beyond Economic Repair (BER)

CLIN - 2005, Unit - LOT, Qty - 1, Description - Recurring CDRL's

Services or Supplies: Remanufacture (Considered a supply and not a service)

Destination information: Hill AFB

Delivery schedule: TBN

Duration of the contract period: Estimated - 2 years

Contract Award Date: Estimated June 2026

Responses: Responses shall address whether the interested party can provide overhaul/remanufacture services for the T-38 Gearbox Assemblies in accordance with the Repair Qualification Requirements (RQR). When responding please include the following information:

  1. Have you provided this service previously to the Government or very similar services to commercial entities? If so please give some examples.
  2. What is your company name, CAGE code, and DUNS number?
  3. Would you be the prime or a sub-contractor?
  4. Who is your point of contact and what is their email address and telephone number?
  5. What capacity of repairs could you complete within one year?
  6. Are there other NAICS codes you suggest for this acquisition, which are more appropriate?
  7. Is your company a small business for this NAICS Code? If your company is a small business, is it also a women owned business, small, disadvantaged business, 8a business, HUB Zone business, service disabled veteran owned business, etc.
  8. If you are a small business, would your company provide services of its own or would it provide services via another small business?
  9. Discuss any concerns you may have with our requirement or how you would be able to provide the service.
  10. The government is unable to provide any parts needed for the repair of the gearbox. As a Critical Safety Item all sub-components and parts must be obtained from the Government’s approved sources.  Describe how you would obtain the parts needed to provide the required services.

THIS IS A REQUEST FOR INFORMATION ONLY. This sources sought synopsis is issued solely for informational and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotation) or a promise to issue a solicitation in the future. As stipulated in FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. This sources sought synopsis does not commit the Government to contract for any supply or service whatsoever; furthermore, the Government is not seeking proposals at this time. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this synopsis. All costs associated with responding to this synopsis will be solely at the responding party’s expense. The Government requests that non-proprietary information be submitted in response; however, should proprietary information be submitted, it should be marked “PROPRIETARY” and will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations.

Contact Point or Contracting Officer:

       Contracting Specialist: Angel McKenzie, angel.mckenzie.2@us.af.mil

       Contracting Officer: Ben Davies, ben.davies@us.af.mil

Contracting Office Address:

Department of the Air Force

Directorate of Contracting

AFSC OL H PZACB

6050 Gum Lane, BLDG 1215

Hill Air Force Base, UT  84056-5825

Attachments:

Sources Sought Synopsis 

Qualification Requirement: RQR

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.