Skip to content
Department of Defense

Remanufacture of B-52 Ballscrew Assembly

Solicitation: 1680015267829RK_1680015267830RK
Notice ID: 7b54e59cad6d485f97a4eab45f0bbf99
TypeSources SoughtNAICS 336413PSC1680DepartmentDepartment of DefenseAgencyDept Of The Air ForceStateOKPostedApr 09, 2026, 12:00 AM UTCDueMay 09, 2026, 06:00 PM UTCCloses in 27 days

Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: OK. Response deadline: May 09, 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: 1680015267829RK_1680015267830RK. 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
$1,477,419,495
Sector total $52,417,494,564 • Share 2.8%
Live
Median
$82,711
P10–P90
$31,006$1,586,331
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)
+346%($935,913,573)
Deal sizing
$82,711 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
Not listed
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
OK20260047 (Rev 1)
Match signal: state matchOpen WD
Published Jan 23, 2026Oklahoma • Logan
Rate
BRICKLAYER
Base $26.92Fringe $13.09
Rate
MILLWRIGHT
Base $32.75Fringe $11.91
+39 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 39 more rate previews.
Davis-BaconBest fitstate match
OK20260047 (Rev 1)
Open WD
Published Jan 23, 2026Oklahoma • Logan
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
OK20260042 (Rev 1)
Open WD
Published Jan 23, 2026Oklahoma • Cleveland
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
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
OK20260054 (Rev 1)
Open WD
Published Jan 23, 2026Oklahoma • Le Flore, Sequoyah
Rate
BRICKLAYER
Base $26.92Fringe $13.09
Rate
ELECTRICIAN
Base $30.03Fringe $14.03
Rate
POWER EQUIPMENT OPERATOR: Group 1
Base $38.09Fringe $19.05
+23 more occupation rates in this WD

Point of Contact

Name
Dessie Breslin
Email
dessie.breslin@us.af.mil
Phone
Not available
Name
Amy Gil
Email
amy.gil@us.af.mil
Phone
Not available

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

Remanufacture of B-52 Ballscrew Assembly

NSN(s) / P/N(s): 1680015267829RK & 1680015267830RK/ 7900832 & 7900831

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 overhaul 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 of B-52 Ballscrew Assembly

PRODUCTION INFORMATION

P/N                        NSN                             Noun                                             Est. Requirement

7900832                  1680015267829RK         BALLSCREW ASSEMBLY               BEQ: 45ea

7900831                  1680015267830RK         BALLSCREW ASSEMBLY               BEQ: 80ea

POP: 5 Year Requirements Contract (3-Year Basic plus One 2-Year Option)

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

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.

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.