Skip to content
Department of Defense

Solicitation for FD20302501098: Overhaul of Control Column, Airc_NSN: 1680-01-527-8154FG & 1680-01-527-8153FG

Solicitation: FA811826R0018
Notice ID: 087f72d10d1848229e041ea3b5bbf5eb
TypeSolicitationNAICS 336413PSCJ016DepartmentDepartment of DefenseAgencyDept Of The Air ForceStateOKPostedDec 23, 2025, 12:00 AM UTCDueFeb 26, 2026, 06:00 PM UTCCloses in 4 days

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.

12-month awarded value
$346,979,088
Sector total $20,341,046,444 • Share 1.7%
Live
Median
$101,075
P10–P90
$29,503$917,356
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
1.7%
share
Momentum (last 3 vs prior 3 buckets)
+3040%($325,561,008)
Deal sizing
$101,075 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 • 73145 United States
State: OK
Contracting office
Tinker Afb, OK • 73145-3303 USA

Point of Contact

Name
Amy Gil
Email
amy.gil@us.af.mil
Phone
4057394810

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

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.

Updated: Feb 14, 2026
Executive summary

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.

What the buyer is trying to do

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.

Work breakdown
  • 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.
Response package checklist
  • 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.
Suggested keywords
FA811826R0018FD20302501098AFSCAir Force Sustainment CenterJ016OverhaulControl ColumnNSN 1680-01-527-8154FGNSN 1680-01-527-8153FG336413
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.