- 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
Overhaul of Magnetic Powder Clutch 1680-01-544-4848RK
Presolicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: OK. Response deadline: Mar 26, 2026. Industry: NAICS 336413 • PSC J016.
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.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 40 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 336413
Description
The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating the Overhaul of Magnetic Powder Clutch. 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. A Firm Fixed Price IDIQ type contract is contemplated.
The requirements set forth in this notice are defined per Purchase Request FD20302600419 as follows:
Written response is required.
Item 0001: Overhaul of 1680015444848RK, PN 126570-01
3 Year IDIQ type contract with one 3-year Period of Performance
Minimum 10ea and Maximum 75ea
Item 0002: Over and Above. To be negotiated.
Item 0003: Data (Not Separately Priced)
NSN: 1680015444848RK
Function: Clutch, Used to engage areas of a drive system.
Dimensions: 4.0000” h x 4.0000” w x 4.0000” l and weighs 2.0000 lbs. Material: Aluminum/ Steel
Delivery: Deliver 1 unit(s) 2ea every 30 days ARO. Early delivery is acceptable
Ship To: DLA DISTRIBUTION DEPOT OKLAHOMA
3301 F AVE CEN REC BLDG 506 DR 22
TINKER AFB OK 73145-8000
TINKER AFB OK, OK
73145-8000
USA
Duration of Contract Period: 3 Year IDIQ Contract
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.
In order to receive any technical data related to this acquisition during the pre-solicitation phase, offerors must send an email request to the Public Sales Office AFLCMC.LZP.PUBSALES@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
There is one approved source.
IAW 762 Approved Sources, an Other Than Full and Open Solicitation is contemplated for this requirement.
The RMC is R3 / D.
The Government intends to issue solicitation on or about 20 March 2026 with a closing response date of 20 May 2026 and estimated award date of on or about 25 September 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)
126570-01 N/A OEM Specifications
General Technical Orders
TO NUMBER DATE TITLE
00-5-1 19 NOV 2024 AF TECHNICAL ORDER SYSTEM
00-5-3 20 JAN 2025 AF TECHNICAL ORDER LIFE CYCLE MANAGEMENT
00-25-260 10 MAY 2022 METHODS AND PROCEDURES
MANUAL -- UNIQUE IDENTIFICATION ASSET
MARKING AND TRACKING
00-35D-54 15 FEB 2024 USAF DEFICIENCY REPORTING, INVESTIGATION
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 OCT 2020 MATERIAL MANAGEMENT POLICY
AFMAN 23-122 26 OCT 2020 MATERIAL MANAGEMENT PROCEDURES
DoD/Air Force Forms
FORM NUMBER TITLE
AFMC FORM 158 PACKAGING, HANDLING, STORAGE, AND TRANSPORTATION
ACQUISITION AND SUSTAINMENT PRODUCT SUPPORT INSTRUCTION
DD250 MATERIAL INSPECTION AND RECEIVING REPORT
DD254 DOD CONTRACT SECURITY CLASSIFICATION SPECIFICATION
DD1348-1A ISSUE RELEASE/RECEIPT DOCUMENT
DD1423 CONTRACT DATA REQUIREMENTS LIST (CDRL)
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
DD1694 REQUEST FOR VARIANCE (RFV)
SF 328 CERTIFICATE PERTAINING TO FOREIGN INTERESTS
SF 364 REPORT OF DISCREPANCY
SF 368 PRODUCT QUALITY DEFICIENCY REPORT (PQDR)
CONTRACTOR DOCUMENTS
PART NUMBER DRAWING NUMBER TITLE AND DATE
N/A N/A OEM Specifications
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.
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.