Skip to content
Department of Defense

Overhaul of Magnetic Powder Clutch 1680-01-544-4848RK

Solicitation: FD20302600419
Notice ID: ab4c95866f534775a4211cfff18e3eec
TypePresolicitationNAICS 336413PSCJ016DepartmentDepartment of DefenseAgencyDept Of The Air ForceStateOKPostedMar 11, 2026, 12:00 AM UTCDueMar 26, 2026, 05:00 PM UTCCloses in 13 days

Presolicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: OK. Response deadline: Mar 26, 2026. Industry: NAICS 336413 • PSC J016.

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: FD20302600419. 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
$477,902,846
Sector total $24,338,979,447 • Share 2.0%
Live
Median
$114,311
P10–P90
$34,815$969,364
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
2.0%
share
Momentum (last 3 vs prior 3 buckets)
+129%($187,674,849)
Deal sizing
$114,311 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
S Coffeyville, Oklahoma • United States
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
OK20260049 (Rev 1)
Match signal: state matchOpen WD
Published Jan 23, 2026Oklahoma • Oklahoma
Rate
BRICKLAYER
Base $26.92Fringe $13.09
Rate
MILLWRIGHT
Base $32.75Fringe $11.91
+40 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 40 more rate previews.
Davis-BaconBest fitstate match
OK20260049 (Rev 1)
Open WD
Published Jan 23, 2026Oklahoma • Oklahoma
Rate
BRICKLAYER
Base $26.92Fringe $13.09
Rate
MILLWRIGHT
Base $32.75Fringe $11.91
Rate
CARPENTER (Form Work Only)
Base $27.79Fringe $10.05
+39 more occupation rates in this WD
Davis-Baconstate match
OK20260041 (Rev 1)
Open WD
Published Jan 23, 2026Oklahoma • Canadian
Rate
BRICKLAYER
Base $26.92Fringe $13.09
Rate
MILLWRIGHT
Base $32.75Fringe $11.91
Rate
CARPENTER (Form Work Only)
Base $27.79Fringe $10.05
+39 more occupation rates in this WD
Davis-Baconstate match
OK20260046 (Rev 1)
Open WD
Published Jan 23, 2026Oklahoma • Lincoln
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

Point of Contact

Name
Aczavius Smith
Email
aczavius.smith@us.af.mil
Phone
Not available
Name
Matthew Churchwell
Email
matthew.churchwell.2@us.af.mil
Phone
4057394809

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

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.

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.