SOLICITATION NOTICE
49 -- REPAIR OF BLOWER ASSEMBLY NSN 4920011116824RN
- Notice Date
- 4/3/2026 8:12:20 AM
- Notice Type
- Solicitation
- NAICS
- 811210
—
- Contracting Office
- FA8517 AFSC PZAAC ROBINS AFB GA 31098-1670 USA
- ZIP Code
- 31098-1670
- Solicitation Number
- FA851726Q0002
- Response Due
- 5/3/2026 9:00:00 AM
- Archive Date
- 05/18/2026
- Point of Contact
- Teresa Morris, Steve Renfroe
- E-Mail Address
-
teresa.morris.2@us.af.mil, Carlos.renfroe.1@us.af.mil
(teresa.morris.2@us.af.mil, Carlos.renfroe.1@us.af.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- This requirement is for the Teardown/Test/Evaluation (TT&E) and repair of NSN 4920-01-111-6824RN, P/N 89162-204 Blower Assembly. This component is a single stage lobe blower with a positive displacement type unit whose pumping capacity is determined by size, operating speed and pressure conditions. It employs a single-lobe impeller within a cylinder closed at the ends by headplates. As the impellers rotate, air is drawn into one side of the cylinder and forced out the opposite side against the existing pressures. The Cabin Pressurized Leakage Tester unit is a self-contained portable diesel-powered unit seal compressor driven by a 12 VDC electric motor, used to furnish air at various pressures and flows to measure aircraft cabin leakage. This component is a single stage lobe blower, a positive displacement type unit, whose pumping capacity is determined by size, operating speed and pressure conditions. It employs a single-lobe impeller within a cylinder closed at the ends by headplates. As the impellers rotate, air is drawn into one side of the cylinder and forced out the opposite side against the existing pressures. The Cabin Pressurized Leakage Tester unit is a self-contained portable diesel-powered unit seal compressor driven by a 12 VDC electric motor used to furnish air at various pressures and flows to measure aircraft cabin leakage. The contractor shall perform all actions necessary to return reparable items to a serviceable condition. The contractor shall perform TT&E first. Once TT&E is completed, the contractor shall then perform the repair and return of each item in a serviceable condition. Repairs shall be completed within the Turnaround Time (TAT) while also providing quality repair with low to no Product Quality Deficiency Reports (PQDR). On time delivery is required due to critical mission operations. If or when deficiencies occur, which should be low to none, the contractor shall expedite all efforts to rectify the errors with minimal delay or compromise of quality outcome. The delivery is a pertinent requirement due to critical mission operations. The repair is required to provide a serviceable component part that can efficiently serve its intended purpose. The repair will be conducted IAW applicable OCM specifications. Contractor personnel will perform maintenance IAW applicable OCM standards and directives. The repair is required to provide a serviceable component part that can efficiently serve its intended purpose. The TT&E and repair will be conducted in accordance with (IAW) applicable Original Component Manufacturer (OCM) standards. Contractor personnel will perform maintenance IAW applicable OCM standards and directives.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/7b09923b9c854b6584d3cf36abb0a15d/view)
- Place of Performance
- Address: Warner Robins, GA, USA
- Country: USA
- Country: USA
- Record
- SN07767992-F 20260405/260403230038 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |