Remanufacture/Re-core of the C-130 HX NSN: 1660-01-150-9084/PN 191390-2-2 and F-15 HX NSN:1660-00-273-8669/PN 189320-3-1
ID: FA8118-25-R-0026Type: 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

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the remanufacture and re-core of C-130 and F-15 heat exchangers, identified by NSNs 1660-01-150-9084 and 1660-00-273-8669, respectively. The procurement aims to restore these critical aerospace components to "like-new" condition through a comprehensive remanufacturing process that includes disassembly, cleaning, inspection, and testing, adhering to applicable technical orders and quality assurance measures. This initiative is vital for maintaining the operational readiness of military aircraft, ensuring that they meet stringent performance and safety standards. Interested small businesses must submit their proposals by March 10, 2025, with a firm fixed-price contract anticipated over a five-year period, including a three-year basic term and a two-year optional extension. For further inquiries, potential bidders can contact Morgan Mcgarity at morgan.mcgarity@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The CAV AF Reporting Requirements document outlines the responsibilities of contractors involved in Contract Depot Maintenance (CDM) for the Commercial Asset Visibility Air Force (CAV AF) system. CAV AF serves as the primary record system for tracking all government-owned assets at contractor repair facilities. Key responsibilities include maintaining accurate asset records, submitting access requests, and completing required training for information assurance. Contractors must report on maintenance actions within one business day and ensure compliance with established guidelines for reporting asset status. Specific reporting requirements address discrepancies in shipments, inventory controls, and the handling of Nuclear Weapon Related Materiel (NWRM). Contractors must utilize approved documentation, ensuring adherence to proper procedures to mitigate data discrepancies. Communication with designated support contacts at relevant Air Force bases is vital for resolving access issues and receiving guidance. Overall, the document emphasizes the importance of timely and accurate reporting to maintain effective inventory management, thereby ensuring accountability and compliance with federal standards in the government's asset management processes.
    The document outlines the Contract Data Requirements List (CDRL) for Contract No. FD20302302178, detailing specific reporting and submission requirements from the contractor to the U.S. Air Force. It includes five key data items: 1) Commercial Asset Visibility Reporting, 2) Contract Depot Maintenance Monthly Production Report, 3) Government Property Inventory Report, 4) Report of Shipping and Packaging Discrepancies, and 5) Production Surge Plan. Each data item specifies the title, frequency of reports, required information, and delivery mechanisms, ensuring timely and accurate communication regarding inventory management, production status, government property, discrepancies, and surge capabilities. The CDRL emphasizes the necessity of submitting reports in English, adhering to specified timelines (e.g., daily submissions for asset visibility, monthly for production reports), and the importance of electronic formats (e.g., via CAV AF website or appropriate email addresses). Moreover, the document outlines strict distribution statements, export control requirements, and destruction notices for sensitive data, signifying compliance with federal guidelines. Overall, this CDRL serves as a crucial framework for contractors to ensure accountability and transparency in fulfilling their commitments to the U.S. Department of Defense.
    The Government Property (GP) Inventory Report, designated DI-MGMT-80441D, serves to enable contractors to submit inventory listings of Government Furnished Property (GFP) and Contractor Acquired Property (CAP) to the Department of Defense (DoD). This report is applicable to all contracts involving GP and describes the format and content required for the data deliverable, making it essential for managing government property efficiently. The report must be submitted electronically in .xls or .xlsx format and contains specific headers including but not limited to: Contract Number, Item Description, Manufacturer Details, Quantity, Unit of Measure, and Asset Classification. It requires information regarding inventory management, such as the last physical inventory date and federal condition codes. This document updates and replaces its predecessor, DI-MGMT-80441C, and reinforces the systematic tracking and reporting of government property by contractors to ensure accountability and effective management of resources allocated in various federal projects. By standardizing data submission, the report aims to improve oversight and facilitate compliance among contractors working with government assets.
    The Commercial Asset Visibility (CAV) Reporting document outlines the requirements for a web-based system designed to track government-owned reparable assets during their repair cycle at contractor facilities. The CAV application enables contractors to report transactions in real time, automatically updating a relational database accessible to repair vendors for generating necessary reports. The document specifies the format and content of transaction reporting, which includes various asset statuses and activities such as receipts, inductions, completions, and shipments. Additionally, it details the types of reports that must be produced, such as repair history and discrepancies. Overall, the CAV Reporting System serves to improve inventory management and enhance transparency in asset handling by reducing inefficiencies in communication and reporting between government and commercial entities.
    The Contract Depot Maintenance (CDM) Monthly Production Report is designed to provide the government with critical monthly maintenance production data related to depot-level maintenance contracts. It includes details such as maintenance figures, asset status, performance against the schedule, anticipated production, and unresolved issues. The document outlines the required format and content for the report, which is to be completed by the Production Management Specialist (PMS) and the contractor. The report is structured into two main parts. Part I includes essential contractor and PMS information, contract details, and various blocks detailing item identification, quantities of parts received and produced, and forecasts for next month's production. Part II offers a production summary that is required under specific conditions, such as discrepancies in production forecasts or anticipated production problems. Ultimately, the CDM Monthly Production Report facilitates accountability and oversight by consolidating and standardizing maintenance production information, enabling the government to monitor contractor performance effectively.
    The document outlines a Request for Proposal (RFP) FA8118-25-R-0026 issued by the Department of the Air Force, aimed at procuring remanufacturing services for F-15 and C-130 heat exchangers. This acquisition is designated as a total small business set-aside, promoting participation from a diverse range of contractors, particularly those categorized as women-owned and service-disabled veteran-owned businesses. The RFP stipulates a firm fixed-price requirements type contract over a five-year period, including a three-year basic period and an optional two-year extension. Bidders must submit their proposals by March 10, 2025, with prices guaranteed for 120 days from solicitation. Specific quality assurance, pricing structure, and compliance requirements—including submission of DD1348-1 documentation—are detailed. The proposal further emphasizes the necessity for contractors to meet inspection and acceptance criteria outlined in the contract clauses. This RFP exemplifies the government's strategy to acquire essential aerospace components while ensuring adherence to competitive contracting guidelines and support for small businesses. The structured format reinforces clarity on submission requirements, evaluation criteria, and contract terms, enhancing transparency in the procurement process.
    The Statement of Work (SOW) outlines the remanufacturing requirements for C-130 and F-15 Heat Exchangers by the Department of the Air Force at Tinker Air Force Base. It details processes such as disassembly, cleaning, inspection, and testing to restore equipment to “like-new” condition, adhering to applicable technical orders. Key sections include pre-award survey requirements, initial production evaluations, and quality assurance measures. The contractor is responsible for maintaining documentation and compliance, including item unique identification and supply chain risk management. Contractors must provide necessary special tools and equipment along with a parts control program to ensure integrity in sourcing materials. The SOW emphasizes the importance of quality acceptance audits and the necessity for compliance with federal safety and health regulations. Moreover, it specifies the government's property management and utilization policies, clearly stating that Government Furnished Equipment (GFE) will not be provided. The document culminates in a comprehensive delivery schedule, requiring 100% compliance with timelines for remanufactured items. This SOW serves as a guiding framework to ensure efficient and compliant remanufacturing processes, promoting national defense readiness through proper equipment maintenance.
    Similar Opportunities
    1660 - FMS Repair of HEAT EXCHANGER (2 units)
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking contractors to repair two units of HEAT EXCHANGER for the country of Taiwan. The procurement involves providing labor, materials, and facilities necessary to restore the specified items to operational condition, particularly focusing on the HEAT EXCHANGER with part number 123SCEC5150-5 and NSN 7R1660012539510, which is utilized in the E-2 aircraft. The government intends to solicit only one source, NORTHROP GRUMMAN, under FAR 6.302-1, due to the lack of available data for repairs; however, all responsible sources may submit capability statements within five days of the notice. Interested parties should contact Liem Phan at 215-697-5722 or via email at liem.m.phan.civ@us.navy.mil for further information.
    AIRCRAFT HEAT EXCHANGER / CXN, V-22A OSPREY AIRCRAFT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for an indefinite quantity contract (IQC) for the Aircraft Heat Exchanger, specifically for the V-22A Osprey aircraft. The procurement involves the acquisition of 8 units annually of the heat exchanger, which is critical for maintaining the operational efficiency of the aircraft, and will be manufactured by Limco Airepair Inc. under part number 10738250. The solicitation is expected to be issued on or about January 28, 2025, with delivery required 255 days after the date of order, and interested parties can access the solicitation via the DLA Internet Bid Board System (DIBBS). For further inquiries, potential bidders can contact Gladys Brown at gladys.brown@dla.mil or by phone at 804-279-1561.
    16--HEAT EXCHANGER,RIGH
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting proposals for the procurement of heat exchangers. These components are critical for aircraft air conditioning, heating, and pressurizing systems, ensuring optimal performance and safety in military aviation. The opportunity falls under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing, and is classified under the PSC code 1660. Interested vendors can reach out to Sarah R. Haley at 717-605-3550 or via email at SARAH.R.HALEY2.CIV@US.NAVY.MIL for further details regarding the solicitation process.
    16--HEAT EXCHANGER,AIR
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is preparing to solicit bids for the procurement of heat exchangers for aircraft air conditioning, heating, and pressurizing equipment. This presolicitation opportunity focuses on acquiring essential components that play a critical role in maintaining optimal environmental conditions within military aircraft. Interested vendors can reach out to Helen I. Carmelo at (215) 697-1138 or via email at HELEN.I.CARMELO.CIV@US.NAVY.MIL for further details regarding the procurement process. The timeline for this opportunity and additional specifics will be outlined in forthcoming announcements.
    F-100 Nozzle Augmenter Ex
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of 734 F-100 Nozzle Augmenter Ex units, which are critical safety components for military aircraft. The procurement requires adherence to specific specifications and includes first article and qualification assessments, with delivery timelines ranging from March 31, 2025, to June 30, 2026. This solicitation is significant due to the military application of the technology, and it is not set aside for small businesses, with restrictions on foreign participation. Interested vendors should submit proposals by the closing date of March 12, 2025, and may contact Jeremy Bryant at jeremy.bryant@us.af.mil or 405-855-7112 for further information.
    16--HEAT EXCHANGER,LEFT
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is soliciting bids for the procurement of a heat exchanger, designated as "LEFT." This component is critical for aircraft air conditioning, heating, and pressurizing systems, falling under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. The successful contractor will play a vital role in ensuring the operational efficiency and reliability of naval aircraft systems. Interested parties can reach out to Sarah R. Haley at 717-605-3550 or via email at SARAH.R.HALEY2.CIV@US.NAVY.MIL for further details regarding the solicitation process.
    1660 - PAO Heat Exchanger
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is seeking sources for the procurement of a heat exchanger, specifically under the title "1660 - PAO Heat Exchanger." This opportunity falls under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing, and involves the provision of aircraft air conditioning, heating, and pressurizing equipment. The heat exchanger is critical for maintaining operational efficiency and comfort in military aircraft. Interested parties are encouraged to reach out to Joseph Lewis at 215-737-9462 or via email at joseph.lewis@dla.mil for further details regarding this sources sought notice.
    16--HEAT EXCHANGER,AIR
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking suppliers for heat exchangers specifically designed for aircraft air conditioning, heating, and pressurizing equipment. This presolicitation opportunity focuses on acquiring essential components that play a critical role in maintaining optimal environmental conditions within military aircraft. Interested vendors can reach out to Joe H. Lewis Jr. at DLA Aviation in Philadelphia, PA, via phone at (215) 737-9462 or email at JOSEPH.LEWIS@DLA.MIL for further details and to express their interest in this procurement.
    2840, Remanufacture F100-220 Combustion Chamber
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of the F100-220 combustion chamber under solicitation FA8121-25-R-0002. This procurement aims to restore critical military aviation components to a serviceable condition, ensuring operational readiness and compliance with stringent quality assurance standards, including ISO 9001-2015. The contract will span five years with five one-year ordering periods, allowing for a maximum of 1,025 units to be procured, and requires adherence to specific shipping and documentation protocols. Interested contractors must submit their proposals by February 20, 2025, at 3:00 PM Central Time, and can direct inquiries to Ronald A(Tony) Redus at ronald.redus@us.af.mil or Jacob Stephens at jacob.stephens.5@us.af.mil.
    Repair of NSNs 4140015986406 and 4140015696113 for JTE Program
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of two National Stock Numbers (NSNs): 4140015986406 and 4140015696113, as part of the JTE Program. The procurement involves the evaluation and repair of cooling fans, with detailed requirements outlined in the Request for Quotation (RFQ) FA8250-25-Q-0257, which includes multiple contract line items and mandates adherence to quality assurance standards and federal regulations. These components are critical for maintaining operational efficiency within military applications, ensuring that essential equipment remains serviceable and compliant with established specifications. Interested contractors must submit their proposals by March 21, 2025, and can direct inquiries to Logan Drake or John Prather via the provided email addresses.