Solicitation for FD20302501098: Overhaul of Control Column, Airc_NSN: 1680-01-527-8154FG & 1680-01-527-8153FG
Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: OK. Response deadline: Feb 26, 2026. Industry: NAICS 336413 • PSC J016.
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
SOLICITATION for FD20302501098: Overhaul of Control Column, Airc_NSN: 1680-01-527-8154FG & 1680-01-527-8153FG
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
The Air Force Sustainment Center (AFSC) has released Solicitation FA811826R0018 for FD20302501098 to overhaul aircraft control column items tied to NSNs 1680-01-527-8154FG and 1680-01-527-8153FG (PSC J016). This is an aircraft component overhaul requirement under NAICS 336413, with the notice posted 2025-12-23 and proposals due by 2026-02-26 18:00 UTC. The opportunity includes a substantial attachment set (12 files) that likely contains the technical/QA, pricing, and proposal instructions—downselecting bid/no-bid should start with those documents. If you are a qualified aviation component repair/overhaul provider with demonstrated capability on control columns and the ability to meet Air Force sustainment QA and traceability expectations, this is a relevant bid target.
Source an overhaul capability for aircraft control column components associated with NSNs 1680-01-527-8154FG and 1680-01-527-8153FG under an Air Force sustainment solicitation (FD20302501098), using Solicitation FA811826R0018.
- Review all solicitation attachments linked in SAM.gov for FA811826R0018 (12 files) to identify: scope of overhaul, inspection/repair steps, required deliverables, packaging/marking, data requirements, and acceptance criteria.
- Confirm technical capability to overhaul control columns corresponding to NSNs 1680-01-527-8154FG and 1680-01-527-8153FG, including any required tooling, test capability, and qualified technicians.
- Build a compliance matrix keyed to the solicitation instructions (L/M sections if present in attachments), including representations, certifications, and any required past performance forms.
- Develop an overhaul process plan aligned to Air Force sustainment expectations (incoming inspection, teardown, repair/replace, reassembly, functional checks, QA release, preservation/pack).
- Identify supply chain needs for any replaceable components/consumables required for overhaul; validate traceability approach.
- Prepare pricing for overhaul services for both NSNs (and any CLIN structure found in attachments), including any separate prices for evaluation, repair, parts, or turnaround options if specified.
- Finalize and submit proposal in accordance with FA811826R0018 instructions by 2026-02-26 18:00 UTC.
- Completed technical proposal responding to the overhaul requirement for NSNs 1680-01-527-8154FG and 1680-01-527-8153FG, formatted per FA811826R0018 instructions found in attachments.
- Pricing proposal aligned to the solicitation’s CLIN/line-item structure (to be extracted from the attachments).
- Compliance matrix mapping each solicitation requirement/instruction to your response location.
- Past performance package per solicitation instructions (forms/templates may be in the attachments).
- Quality/inspection approach and documentation deliverables for an overhaul (certifications, inspection records, conformity/acceptance documentation) as required by the solicitation.
- Completed representations/certifications and any required contractual attachments referenced in FA811826R0018.
- Submission confirmation plan (portal upload steps, file naming, and required signatures) per SAM/solicitation instructions.
Source coverage notes
Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.
- Contents of the 12 SAM.gov attachments (scope details, CLINs, quantities, delivery/turnaround, evaluation factors, and mandatory clauses)
- Place of performance, ship-to/repair location requirements, and any government-furnished property/material details
- Period of performance or delivery schedule requirements for each NSN
- Set-aside/competition type and any source approval/qualification prerequisites
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.