Remanufacture of the Electro- Mechanical Actuator for B-2 Aircraft
ID: FA811825Q0005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8118 AFSC PZABBTINKER AFB, OK, 73145-3303, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS (1680)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of five Electro-Mechanical Actuators for the B-2 Aircraft under a fixed-price contract. The procurement aims to restore these critical components to like-new condition, ensuring compliance with stringent technical and quality assurance requirements, including the use of approved parts and adherence to safety regulations. This opportunity is vital for maintaining the operational readiness of the B-2 fleet, reflecting the government's commitment to effective asset management and oversight. Interested vendors must submit their quotations by March 10, 2025, and can direct inquiries to Mayona Presley at mayona.presley@us.af.mil or Amy Gil at amy.gil@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Commercial Asset Visibility Air Force (CAV AF) Reporting Requirements document outlines the responsibilities and reporting protocols for contractors involved in the management of government-owned assets at contractor repair facilities. CAV AF serves as the primary system for tracking asset statuses, including both items under repair and those stored at contractor Inventory Control Points (ICPs). Contractors must report daily on asset statuses, and they are required to complete training and digital documentation processes to access the system. Key responsibilities include maintaining accurate asset records, completing necessary forms such as the System Authorization Access Request, and filing Supply Discrepancy Reports for discrepancies. Contractors must also ensure compliance with specific reporting requirements relating to nuclear materials and adhere to shipping and disposition instructions from the government. The guidelines stress the importance of timely and accurate reporting to avoid systemic data issues that can affect inventory management, with specific procedures detailed for various transaction types and discrepancies. Overall, this document reinforces the need for rigorous accountability and clarity in asset management within military contracting processes.
    The Government Property (GP) Inventory Report (DI-MGMT-80441D) serves as a critical tool for contractors to document and report both Government Furnished Property (GFP) and Contractor Acquired Property (CAP) in their possession to the Department of Defense (DoD). The report is applicable to all contracts involving GP, detailing requirements for content and format. The inventory report must be submitted electronically in .xls or .xlsx format and include essential data fields such as Contract Number, Asset Identification Numbers, item descriptions, manufacturer details, quantity, and classification of the property. This report supersedes a previous version and standardizes the information required from contractors regarding assets used in contract performance. In the broader context of government RFPs and grants, this document underscores the importance of effective property management and accountability, ensuring transparency and compliance in the use of government resources. Overall, the GP Inventory Report reflects the federal government's commitment to maintaining oversight over property used in support of contracts.
    The Commercial Asset Visibility (CAV) Reporting Data Item Description (DI-MGMT-81838) outlines a web-based system for tracking government-owned reparable assets during repair processes at commercial facilities. Approved on September 14, 2011, this document specifies the CAV's purpose of providing an automated inventory management approach and enabling contractors to report transactions in real-time, updating the CAV database automatically. The report details the required format and content for the system's transactions, aligned with the contract's Statement of Work. Key reporting requirements include tracking the receipt, induction, status changes, shipment, and maintenance of assets, as well as various reporting outputs such as reports of discrepancies and repair histories. By detailing these procedures and standards, the CAV reporting system aims to enhance the efficiency and accuracy of asset management within the defense contracting framework.
    The Contract Depot Maintenance (CDM) Monthly Production Report serves as an essential deliverable for depot level maintenance contracts, delivering monthly metrics on maintenance production, asset status, schedule adherence, and unresolved issues. This document outlines the necessary format and content requirements for the report, divided into two main parts. Part I requests critical information from both the Production Management Specialist (PMS) and the contractor, including contact details, contract specifics, item identification, quantity metrics for reparable items, serviceables, and production forecasts. Part II mandates a Production Summary if there are discrepancies between previous forecasts, scheduled quantities, or anticipated production issues. The report is crafted to enhance government oversight and facilitate accurate contractor accountability by standardizing the reporting process, thereby ensuring effective performance monitoring in line with federal contract requirements. This documentation reflects the government’s commitment to maintaining transparency and efficiency in its procurement processes.
    This Request for Quotation (RFQ), numbered FA8118-25-Q-0005, is issued by the Department of the Air Force for the remanufacture of five B-2 Electro-Mechanical Actuators under a fixed-price contract. It is not a small business set-aside, and the anticipated award will be to Eaton Corporation based on adequate price competition. Vendors interested in bidding must submit a quotation by March 10, 2025, and undergo a Source Approval Request (SAR) if they have not been previously qualified for this acquisition. The contractor will bear the responsibility for all materials and labor required for the remanufacture, maintaining compliance with specified technical requirements. The RFQ emphasizes the necessity of proper documentation and compliance with government regulations such as item unique identification and protection of government information systems. Moreover, the government reserves the right to terminate the contract for convenience or cause, in accordance with specified clauses. The document outlines several requirements across various sections, including delivery schedules, inspection standards, and quality assurance measures, showing the structured approach of this federal procurement process.
    The Statement of Work (SOW) for PR Number FD20302401784 details the remanufacture requirements for the B-2 Actuator, Electro-mechanical, Rotary at Tinker Air Force Base. The document outlines general and specific work requirements, including definitions, pre-award survey criteria, initial production evaluations, and strict reporting and quality assurance protocols. It emphasizes that all work performed must ensure the item is restored to like-new condition through various means, such as replacement of consumable parts, cleaning, inspection, and testing. The contractor is required to maintain meticulous records of all processes, utilize approved parts, and comply with safety and health regulations. Supply chain risk management and cybersecurity measures must be established to mitigate potential threats to product integrity and maintain the continuity of operations. The SOW lays out documentation and approval processes for any deviations or requests for over-and-above work. It emphasizes adherence to technical orders and quality standards across the entire contract period. Overall, this SOW serves to ensure that the contractors meet the stringent requirements set forth by the Air Force in pursuit of reliable remanufacture of critical defense components, reflecting the government's overarching goal of maintaining operational readiness and safety.
    Lifecycle
    Title
    Type
    Similar Opportunities
    B-2 Cylinder Assembly
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of B-2 Cylinder Assemblies, specifically designed to activate the main landing gear doors of aircraft. The solicitation requests a 20% reduction in cost and a 25% reduction in production lead time for a total quantity of eight units, which are made from aluminum/alloy materials. This procurement is critical for maintaining the operational readiness of military aircraft, with a delivery deadline set for August 12, 2025. Interested vendors should submit their capability statements or proposals to Dana Craun at dana.craun@us.af.mil or call 405-426-9405, as electronic procedures will be utilized for this solicitation.
    Remanufacture Upgrade of B-52 Stabilizer Trim Actuator
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is soliciting proposals for the remanufacture and upgrade of B-52 stabilizer trim actuators under solicitation FA8118-25-R-0015. Contractors are required to restore the actuators to a like-new condition, which includes complete disassembly, cleaning, inspection, and reassembly, while adhering to stringent quality assurance standards and military specifications. This procurement is critical for maintaining the operational readiness of the B-52 fleet, ensuring that vital military equipment meets high performance and reliability standards. Proposals are due by March 10, 2025, and interested parties can contact Morgan Mcgarity at morgan.mcgarity@us.af.mil for further information.
    Remanufacture of Electro-Mechanical Actuator NSN: 1680-01-289-2958RK PN: Y56A
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of B-1B Electro-Mechanical Actuators, identified by NSN 1680-01-289-2958RK and part number Y56A. This procurement involves a five-year firm-fixed price Requirements type contract, which includes a three-year basic ordering period and a two-year option, aimed at restoring the actuators to like-new condition while adhering to stringent quality standards and regulatory requirements. The actuators are critical components for aircraft rudder positioning, enhancing aviation safety and operational effectiveness. Interested small businesses are encouraged to submit proposals, with the contract award anticipated on May 7, 2024. For further inquiries, Matthew Churchwell can be contacted at matthew.churchwell.2@us.af.mil or by phone at 405-582-4184.
    ACTUATOR, ELECTRO-MECHANICAL; NSN 1680-00-822-0170
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of an electro-mechanical actuator, identified by NSN 1680-00-822-0170. This component is crucial for various aircraft applications, ensuring operational efficiency and reliability in military operations. Interested vendors must submit their proposals by the deadline of February 24, 2025, and can direct inquiries to Asaycia Clayton at asaycia.clayton.1@us.af.mil for further information regarding the solicitation.
    Overhaul of B-1 Hydraulic Motors
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul of B-1 hydraulic motors under Solicitation FA8118-25-R-0025. This procurement involves a one-year firm fixed-price requirements contract, where the selected contractor will be responsible for disassembly, cleaning, inspection, reassembly, and testing of the hydraulic motors to restore them to a like-new condition. The overhaul is critical for maintaining operational readiness and ensuring the reliability of essential defense equipment. Proposals are due by March 3, 2025, at 3:00 PM, and interested parties should direct inquiries to Dessie Breslin at dessie.breslin@us.af.mil or Amy Gil at amy.gil@us.af.mil.
    C-5 ACTUATOR, ELECTROMEC, NSN: 4810-00-400-0300RK, PN: 107797A100
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of 42 Electromec Actuators (NSN: 4810-00-400-0300RK) intended for use on C-5 aircraft. The procurement is critical for maintaining the operational capabilities of the C-5 fleet, as these actuators are essential components in the aircraft's systems. The Request for Proposal (RFP) was issued on February 28, 2025, with a submission deadline of March 28, 2025, and delivery is scheduled in six batch shipments starting June 25, 2026. Interested parties should direct inquiries to John Nolan at john.nolan.8@us.af.mil or call 405-855-3542, noting that the contract execution is contingent upon the availability of appropriated funds.
    16--ACTUATOR,ELECTRO-ME
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure 26 units of the Actuator, Electro-Mechanical (NSN 7R-1680-014552537-QE, P/N 2741392-2-2) from limited sources, specifically MOOG INC and BOEING. This procurement is critical as the actuator is a key component in various aircraft systems, and the government does not possess the necessary data to source it from alternative manufacturers. Interested parties must submit their capability statements to the primary contact, Elise M. Anzini, via email at elise.anzini@navy.mil within 15 days of this notice, with the anticipated award date set for May 2025. This procurement will not be a Total Small Business Set-Aside and will follow the procedures outlined in FAR Part 13 and FAR Part 15.
    Repair of B-1B Rate of Flow Transmitter
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B-1B Rate of Flow Transmitter under solicitation number FA8117-25-R-0005. The procurement aims to secure comprehensive repair services, including inspections and data reporting, to ensure the operational readiness of this critical aircraft component, with a focus on quality control and compliance with military standards. This opportunity is open to various business types, including small and veteran-owned entities, and requires submissions by March 10, 2025. Interested contractors can reach out to primary contact Relijah Sherman at relijah.sherman@us.af.mil or secondary contact David Herrig at david.herrig.1@us.af.mil for further information.
    C-5 Visor Door Actuator Overhaul
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul of the C-5 Visor Door Actuator under solicitation number FA8538-25-R-0003. This Request for Proposal (RFP) seeks qualified vendors to provide depot-level overhaul services for a critical component of the C-5 Galaxy cargo aircraft, with the contract structured as a Firm-Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) type, anticipated to span five years with two ordering periods and three option years. The selected contractor will play a vital role in maintaining operational readiness for the C-5 aircraft, which is expected to remain in service until its retirement in 2040. Interested parties must submit their proposals by 5:00 PM EST on March 22, 2025, and can direct inquiries to Caiveon Thomas at caiveon.thomas@us.af.mil or Deborah Manly at deborah.manly@us.af.mil.
    ACTUATOR, ELECTRO_ME
    Buyer not available
    The Defense Logistics Agency (DLA) Aviation is soliciting proposals for the procurement of Electro-Mechanical Actuators, specifically the NSN: 1680012218261, P/N: RYLC51047, which is sole sourced to GE Aviation Systems. The solicitation seeks pricing and delivery information for a maximum of five units, including four units for operational use and one for evaluation, with adherence to stringent quality assurance standards such as AS 9100 and compliance with the Buy American Act. These components are critical for defense operations, ensuring the reliability and functionality of military aircraft systems. Interested vendors must submit their responses by March 3, 2025, to the contracting specialist, Molly Musgrove, at molly.musgrove@us.af.mil, with delivery expected by December 31, 2025, following specific shipping and packaging instructions.