F-15 Pitch and Roll Channel Assembly and Aileron Rudder Interconnect
Sources Sought from DEFENSE LOGISTICS AGENCY • DEPT OF DEFENSE. Place of performance: UT. Response deadline: Mar 26, 2026. Industry: NAICS 336413 • PSC 1650.
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.
Point of Contact
Agency & Office
More in NAICS 336413
Description
This announcement constitutes an official Request for Industry Comments (RFIC). This is not a Request for Proposal (RFP) or an Invitation for Bid (IFB), nor is it to be construed as a commitment by the government.
- INTRODUCTION & PURPOSE
The 423rd F-15 Supply Chain Management Squadron (423 SCMS), in conjunction with the Enterprise Hill Commodity Council (EHCC) and Defense Logistics Agency (DLA), is conducting market research to inform the development of a requirements-based Performance-Based Logistics (PBL) contract. The Government anticipates a contract structure consisting of one (1) five (5) year base ordering period and one (1) five (5) year option period. This effort is in support of the Air Force Sustainment Center (AFSC) at Tinker Air Force Base (TAFB), Oklahoma.
Initial market research indicates that Moog Inc. is the Original Equipment Manufacturer (OEM) for the systems contemplated herein, and that the Government does not possess a complete and unrestricted technical data package for these items.
2.0 SCOPE
The Government is seeking to establish a strategic and adaptable PBL contracting vehicle. The scope is envisioned in two parts: the Base Requirement, which will form the initial scope of the contract, and the Potential Future Requirements, which may be incorporated at a later date through in-scope contract modifications or as separately priced and exercised options.
2.1 Base Requirement: F-15 Pitch and Roll Channel Assembly (PRCA) and Aileron Rudder Interconnect (ARI)
The primary requirement of this PBL is to ensure the sustained availability of serviceable F-15 PRCA and ARI assets, including selected sub-components. The contractor shall be responsible for the full, integrated lifecycle management necessary to meet warfighter demand. This includes, but is not limited to, the manufacture and remanufacture of all field-requisitionable assets, comprehensive supply management, material support, and sustaining engineering functions.
Performance will be measured against Government-defined Key Performance Indicators (KPIs) to incentivize the achievement of critical availability and support goals. The National Stock Numbers (NSNs) currently under consideration for the Base Requirement are listed in TABLE 1. This list is subject to modification prior to the release of a formal solicitation.
TABLE 1:
Noun
NSN
P/N
Pitch & Roll Channel Assy (PRCA-E)
1650-01-398-0036
A71500-4
Pitch & Roll Channel Assy (PRCA-E)
1650-01-446-0599
A71500-5
PRCA-E Upgrade
6615-01-702-6785
A71500-007
Pitch & Roll Channel Assy (PRCA-C/D)
1650-01-173-9697
010-63055-22
Pitch & Roll Channel Assy (PRCA-C/D)
1650-01-446-2029
010-63055-24
A-D PRCA Upgrade
1650NCF624975
010-63055-028
Emergency Pressurization Assy (EPA-C/D/E)
1650-00-000-0129
010-65234-1
Mode Select Assy (MSA-C/D)
1650-01-104-9424
010-59751-3
Mode Select Assy (MSA-E)
4810-01-251-8480
A71503-2
Roll Ratio Controller (C/D/E)
1650-01-020-8689
010-63078-7
Roll Ratio Controller (C/D/E)
1650-01-346-6328
010-63078-8
Pitch Ratio Controller (PRC-C/D/E)
1650-00-535-7662
010-63077-7
Pitch Trim Controller (PTC) (F-15C/D)
1650-01-008-7314
010-63089-9
Pitch Trim Controller (PTC) (F-15E)
4810-01-396-3097
A71504-6
Ratio Changer and Booster Assy (F-15E)
1650-01-446-2426
A71502-4
Ratio Changer and Booster Assy (C/D)
1650-01-174-5735
029-69733-3
Ratio Changer and Booster Assy (C/D)
1650-01-446-2030
029-69733-5
Aileron Rudder Interconnect (ARI-C/D/E)
1650-01-050-3491
010-63058-19
Yaw Ratio Controller (F-15C/D/E)
1650-01-015-7858
010-33769-2
Pitch Booster Upgrade
1650-01-702-6827
010-73251-007
Roll Booster Upgrade
1650-01-702-7511
010-70623-003
PRCA Upgrade Kit
1560-01-693-6367
CC12023-001
ARI Upgrade
1650-01-698-8844
010-63058-021
Roll Boost Act Upgrade
1650-01-703-3833
A01791-003
Ratio Changer Upgrade
1650-01-698-9765
010-33778-006
Lock Actuator Upgrade
1650-01-702-3985
029-67722-003
ARI Upgrade kit
1560-01-693-6368
CC12024-001
2.2 Potential Future Requirements: Expanded Workload
The Government is highly interested in structuring this PBL contract to accommodate the on-ramping of additional sole-sourced components for which Moog Inc. is the OEM. This framework is intended to provide a flexible and efficient mechanism to add workload as depot activation strategies are finalized or as other sustainment needs are identified.
These potential future items may be added to the contract vehicle at a later point in time, with distinct performance metrics and pricing structures as appropriate. Items currently in consideration for future inclusion are listed in TABLE 2 and may fall into one of two categories:
- Items pending Depot-level maintenance activation.
- Items currently repaired under separate contract by the OEM.
This list is not exhaustive, and the Government is interested in industry feedback on the most effective contractual methods to incorporate this and other potential future work.
TABLE 2:
Noun
NSN
P/N
Notes
F-15EX RUDDER ACTUATOR
1680016289363SA
CB06349-007
Depot Activation processes have begun by the F-15EX System Program Office (SPO)
KC-46 ACTUATOR, ELEVATOR
1650016961146
CB61135-003
424 SCMS activation goal FY31
KC-46 ELEVATOR FEEL COMP
1560016537583
CB23710-001
424 SCMS activation goal FY29
KC-46 TELESCOPE ACTUATOR
1680016856454
CC24576-004
424 SCMS activation goal TBD
KC-46 STAB TRIM CON MOD
1560016541161
160201-103
424 SCMS activation goal FY31
KC-46 RUDDER ACTUATOR
1650016618031
CB61131-001
No current activation goal
KC-46 AUTOPILOT SERVO
1680016535500
A28321-18
424 SCMS activation goal FY31
KC-46 VALVE ASSEMBLY
4820016535507
A28320-15
No current activation goal
KC-46 ACTUATOR,MECHANICAL
1680016536230
A28640-12
424 SCMS activation goal FY28
KC-46 SERVOVALVE,HYDRAULI
1650015892453
A71882-003
No current activation goal
KC-46 VALVE ASSEMBLY
4820016612199
920129-300
No current activation goal
KC-46 VALVE ASSEMBLY
4810016233340
401-09772-03
424 SCMS activation goal FY32
KC-46 BRAKE ASSEMBLY,STAB
1630015210581
160500-101
No current activation goal
F-16 Power Drive Unit, Hydro-Mechanical (PDU)
1650013061268
C36909-001
5-year repair contract with Moog awarded August 2025
F-16 Power Drive Unit, Hydro-Mechanical (PDU)
1650013406328
C36909-002
5-year repair contract with Moog awarded August 2025
3.0 Background
In its passive state, the PRCA serves as a link between the pilot’s control stick and the control surface power servos of the primary flight control system pitch and roll channels. When activated by pilot selection, it provides hydraulic force boost to the unit outputs and modifies the control linkage ratios as a function of a predetermined air data program. In the roll channel, it serves as a function of the pitch channel output. It also introduces a trim displacement. The rate of displacement is proportional to the difference between commanded and measured normal acceleration as determined by stick displacement.
The ARI accepts mechanical roll and yaw commands from the control stick and rudder pedals. The unit adds to the yaw command a series input proportional to the roll command. This input is dependent in size and sign (direction) upon the position of the pitch output from the PRCA. The resulting output is then passed to the rudder servo-actuators via the aircraft mechanical control system.
4.0 Issues and Constraints
Worldwide PRCA, components and ARI availability are consistently below 448 Supply Chain Management Wing established targets, driving backorders and Mission Capability (MICAPs). Several root causes contribute to low levels of serviceable availability worldwide. It has been determined that the OO-ALC Depot is constrained by material shortages, the absence of engineering services/technical assistance from the OEM, and the obsolescence of test and support equipment. Additionally, the government is requiring kitting support. Improving end item PRCA, ARI, and subcomponent availability is the primary objective of this PBL effort.
5.0 Developing Strategy
The Contractor’s performance shall include utilizing the Air Force overhaul facility at Hill AFB through a Public Private Partnership (PPP) and Direct Sales Agreement (DSA), through which utilization shall result in maintaining Government core capability IAW Title 10 of the U.S. Code (10 USC 2464) and Department of Defense (DoD)/Air Force Instructions. The touch labor for overhaul/repair of PRCA, ARI, and selected subcomponents shall remain organic to the maximum extent possible.
Intent of RFIC:
- Identify potential sources that are capable, experienced, and qualified in satisfying the requirement.
- Enhance competition by identifying contracting and sub-contracting opportunities.
- Request suggestions from Industry regarding the development of this contract.
Responses to this Sources Sought should address the following questions:
- Please provide the following business information for your company and for any teaming and joint venture programs:
- Company Name
- Address
- Point of Contact
- Cage Code
- Unique Entity ID
- Business Unit
- Phone Number
- E-mail Address
- Web Page URL
- Size of Business and North American Industry Classification (NAICS) Code
- Describe your experience executing relevant performance-based logistics & supply chain management programs in support of USAF requirements and worldwide aviation customers.
- What do you envision as the risks associated with this effort and how would you mitigate them?
- Describe your company’s ability and experience in sourcing F-15 PRCA and ARI spare parts from Moog and other aviation suppliers.
- Does your company possess, or have unassisted access to all necessary technical data to perform under this performance-based supply chain management contract?
- Are you qualified to manufacture and/or repair any of the components listed in this announcement?
- Describe your test facilities, warehousing, transportation, manufacturing, and workforce capabilities and capacity and inventory management relating to the scope of this project.
- Describe your current repair/remanufacture capabilities for the F-15 PRCA and ARI assemblies.
- How much transition time would your company require to perform on this contract?
- What quality control measures do you currently have in place (ISO 9000, 9001, AS9100, NADCAP (National Aerospace and Defense Contractors Accreditation Program)?
- Describe your experience with Government Source Inspection, Hardness Critical Items, and other OSHA standards.
- Are you currently registered in the System for Award Management and Wide Area Workflow?
- The current F-15 A-D PRCA DSOR (11-256) workload is approved for a workload split of 87% OO-ALC and 13% contract repair. Does your company have any capacity constraints, and if so, what are your mitigation plans?
The government is accepting responses to this request for information via email only. Please provide written responses to the Contracting Officer and Program Managers. The responses are due 30 days after the RFI is posted to the following email addresses:
Michelle Mihu
Contracting Officer
Michelle.mihu@us.af.mil
Anna Bassett
Program Manager
Anna.bassett@us.af.mil
Camilla Zampedri
Program Manager
Camilla.zampedri@us.af.mil
DIBBS / DLA Details
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.