2835-01-456-6509 (24-R-0245)
ID: SPRHA1-24-R-0245Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA AVIATION AT OGDEN, UTHILL AIR FORCE BASE, UT, 84056-5820, USA

NAICS

Turbine and Turbine Generator Set Units Manufacturing (333611)

PSC

GAS TURBINES AND JET ENGINES; NON-AIRCRAFT PRIME MOVER, AIRCRAFT NON-PRIME MOVER, AND COMPONENTS (2835)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the acquisition of turbine and turbine generator set units, specifically accessory gearboxes for the F-15 aircraft. The procurement involves a total of 28 units, including 18 units of part number 386704-4-1 and 10 units of part number 386706-4-1, with strict adherence to quality standards such as ISO 9001-2015 and AS9100. This opportunity is critical for maintaining operational readiness and support for military aviation systems. Interested vendors must submit their proposals by October 4, 2024, and can direct inquiries to Johnny Wakefield at 385-519-8310 or via email at johnny.wakefield.2@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document titled "Engineering Data List" outlines critical information regarding the supply and specifications of a component, specifically a gearbox (Accessory D), used in power systems manufactured by Honeywell International Inc. The data is managed under the 429 SCMS organization and is aimed at fulfilling contractual obligations associated with federal RFPs. It identifies the National Stock Number (NSN) and related official references such as a cage code and engineering drawing numbers, which ensure traceability and compliance. The document also emphasizes restrictions on foreign disclosure, asserting that any release of data to foreign entities requires approval from the relevant Foreign Disclosure Office. Additionally, it categorizes the document and notes whether information is classified, controlled, or related to vendor submissions. The designated responsible individual, Treg L. Troescher, has validated all entries as of November 21, 2023. This summary reflects the document's role in procurement processes and its importance in maintaining compliance and security within government material supply chains.
    The Statement of Work outlines the preservation, packaging, and marking requirements for contractors engaged in the development of military packaging for the Department of Defense (DoD). Key standards such as MIL-STD 2073-1 and MIL-STD 129 dictate the necessary practices for military packaging and labeling, ensuring efficient handling and identification of materials during shipment and storage. It covers the management of hazardous materials, stipulating compliance with applicable regulations such as the U.S. Code of Federal Regulations and International standards. Additionally, the document requires adherence to specific guidelines for reusable containers and the submission of discrepancy reports for improperly packed assets. It emphasizes the necessity for compliance with detailed protocols for hazardous material handling, safety data sheets preparation, and special packaging instructions retrieval via the SPIRES system. Overall, the Statement of Work provides a comprehensive framework intended to ensure that all aspects of military packaging and shipping meet established federal standards, thereby safeguarding materials and ensuring regulatory compliance throughout the process.
    The document primarily outlines packaging requirements established by the Department of Defense (DoD) for the handling and shipping of assets, specifically addressing packaging standards and compliance with international regulations related to wood packaging material (WPM). It details that any wooden materials used in packaging must be made from debarked wood and subjected to heat treatment per established standards to prevent the spread of invasive species, such as the pinewood nematode. Importantly, the document notes that all wood items must carry certification from a recognized agency, emphasizing compliance with the International Standards for Phytosanitary Measures (ISPM No. 15). Additional cautions include guidelines for asset packaging, stipulations for substituting materials without increasing costs, and directives for shipping specifications as it pertains to various classifications of packaging levels. Overall, this document serves as a regulatory framework for DoD contractors and associated personnel involved in the preparation and transport of defense-related assets, ensuring adherence to both national security and international trade standards.
    This document outlines the guidelines for packaging and handling wood packaging materials (WPM) in compliance with federal and international regulations. Specifically, it emphasizes the need for wooden pallets, containers, and other packaging to be constructed from debarked wood and treated to prevent the spread of invasive species, notably the pinewood nematode. The heat treatment must reach 56 degrees Celsius for 30 minutes, and certification from an accredited agency is required. Additionally, the document provides packaging protocols, noting that previous packaging methods remain valid as long as integrity is maintained, and materials can be substituted if they meet military specifications without added costs. Notices are included regarding international standards for phytosanitary measures, highlighting the importance of alignment with United Nations requirements for trade. Overall, this document serves to ensure compliance in government contracts and operations while advancing environmental protections against the spread of harmful species through trade.
    This document details an amendment to the solicitation SPRHA1-24-R-0245 concerning a contract managed by the Defense Logistics Agency (DLA) Aviation. The amendment, effective September 19, 2024, adds additional approved part numbers related to accessory gearboxes and extends the submission deadline for offers from May 24, 2024, to October 4, 2024. The document outlines the specifics of the items required, including quantities and delivery expectations, as well as the standards and quality requirements for contractors. The importance of compliance with various regulations, including the Buy American Act and Foreign Military Sales requirements, is emphasized. This modification indicates updates necessary for fulfilling the contract effectively and ensures that contractors are kept informed of changes that might affect their bids or performance. Overall, the amendment serves to provide clarity and detail in compliance with federal procurement regulations, emphasizing the structured process necessary for government procurement.
    The document outlines a federal Request for Proposal (RFP) for the acquisition of turbine and turbine generator set units from Honeywell International Inc. (CAGE 99193), issued by DLA Aviation - Ogden. The solicitation number is SPRHA1-24-R-0245, with a closing date for offers set on May 24, 2024. The RFP is designated as "unrestricted," promoting participation without limitations on business size. It includes firm fixed-price items, stating quantity and specifications for accessories like gearboxes, subject to compliance with quality standards (ISO 9001-2015, AS9100). Key points include requirements for supply chain traceability, inspection, and acceptance processes, and GSA guidelines regarding contract administration. It mandates retaining thorough documentation for items to ensure compliance with technical specifications and auditing. The document emphasizes accountability through inspections at various stages—from production to acceptance—and outlines packaging and labeling requirements per military specifications (MIL-STD). It serves to facilitate the procurement of essential components while ensuring adherence to quality and regulatory standards necessary for government contracts, showcasing procedural integrity in defense supply chain operations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    2835-01-459-6815 (24-R-0746)
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the procurement of nine units of Gearbox, Accessory D, under solicitation SPRHA124R0746. This procurement is critical for supporting the F-15 aircraft and aims to establish a firm price agreement for 120 days following the acceptance of offers, with an emphasis on compliance with the Buy American Act and sourcing from approved manufacturers. Interested contractors must adhere to stringent quality assurance standards, military packaging and marking requirements, and are encouraged to participate in the procurement process, which is open to all businesses but particularly targets small and disadvantaged enterprises. Proposals are due by October 4, 2024, and interested parties can contact Johnny Wakefield at johnny.wakefield.2@us.af.mil or by phone at 385-519-8310 for further information.
    Housing, Gearbox, Tur
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting offers for a firm-fixed-price contract to procure gear box housings, classified as Critical Safety Items (CSI), for aircraft engine manufacturing. The procurement aims to secure 81 units of these gear box housings, with potential additional orders ranging from 21 to 121 units, all of which must meet stringent quality standards, including ISO 9001-2015 certification. This equipment is vital for ensuring the operational safety and efficiency of military aircraft engines. Interested vendors must submit their proposals by October 8, 2024, at 3:00 PM CST, following the recent amendments that extended the submission deadlines. For inquiries, potential offerors can contact Keith Russ at keith.russ@us.af.mil.
    F-15E STATOR GENERATOR, NSN: 6115-01-231-8121HY, PN: 31169-2110
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of spare parts, specifically the F-15E Stator Generator (NSN: 6115-01-231-8121HY, PN: 31169-2110). The procurement involves a total requirement of 428 units, with a minimum order of 107 and a maximum of 642 units, to support the maintenance of critical defense equipment. This sole source acquisition emphasizes the importance of the Stator Generator in ensuring operational readiness, with delivery dates ranging from May 2026 to August 2030. Interested suppliers should note that the estimated issue date for the Request for Proposals is October 7, 2024, with a response deadline of November 7, 2024. For further inquiries, potential offerors can contact John Nolan at john.nolan.8@us.af.mil or by phone at 405-855-3542.
    Gearbox Assembly
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is conducting a Sources Sought notice for the procurement of a Gearbox Assembly intended for the E-3/KC-135 aircraft. The primary objective is to identify potential suppliers capable of manufacturing these components, with a focus on enhancing competition and participation from small and disadvantaged businesses. This procurement is critical for maintaining the operational readiness of the aircraft, which plays a vital role in national defense. Interested vendors are encouraged to express their interest by October 2024, with a formal solicitation expected to be released in September 2024. For further inquiries, potential suppliers can contact the Air Force Supply Chain Management Squadron at Tinker AFB via email at 422.SCMS.AFMC.RFI@us.af.mil.
    NOZZLE ASSEMBLY,TUR
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 255 units of the F110-GE-100/129 engine nozzle assembly, identified by NSN 2840-085461713 and part number 2788M46G01(07482). This solicitation is classified as a critical application item and is subject to stringent configuration control, as it is designated as an Air Force Critical Safety Item. Interested vendors must submit their proposals in writing by the deadline, with the solicitation issue date set for October 4, 2024. For further inquiries, potential offerors can contact Cindy Hunt at (804) 971-7217 or via email at cindy.hunt@dla.mil.
    Gearshaft, Multiple
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Aviation at Oklahoma City, OK, is seeking proposals for the procurement of eleven units of a specific gearshaft as part of a firm fixed price contract under solicitation SPRTA1-24-Q-0393. This acquisition is critical for supporting military and defense logistics, emphasizing compliance with federal and military packaging and transportation standards, including the use of wooden packaging materials that meet international phytosanitary standards. Proposals must be submitted electronically by October 16, 2024, at 4:00 PM CST, and will be funded with Fiscal Year 2025 funds, with no awards made until those funds are available. Interested parties can contact Chrissy Turnage at christine.turnage@us.af.mil for further information.
    Case and Vane Assembly
    Active
    Dept Of Defense
    The Defense Logistics Agency Aviation, located at Tinker Air Force Base in Oklahoma, is soliciting proposals for the procurement of 12 Case and Vane Assembly units, with the potential for additional units from General Electric Company (GE), the sole-source provider for this requirement. These components are critical for aircraft operations, necessitating early delivery and compliance with stringent quality standards, including ISO 9001:2015. The solicitation has undergone several amendments, with the latest response deadline extended to October 7, 2024, at 3:00 p.m. CST. Interested vendors can reach out to Keith Russ at keith.russ@us.af.mil for further inquiries regarding the solicitation.
    16--GEARBOX ASSEMBLY
    Active
    Dept Of Defense
    The Defense Logistics Agency, specifically DLA Aviation at Philadelphia, PA, is seeking quotes for the procurement of a Gearbox Assembly, identified by NSN 1615011725066. The solicitation includes two line items: the first requires a quantity of 9 units to be delivered within 229 days, and the second requires 1 unit to be delivered within 30 days. These components are critical for aerospace applications, ensuring the operational readiness and reliability of military aircraft. Interested vendors must submit their quotes electronically, and any inquiries regarding the solicitation should be directed to the buyer via email at DibbsBSM@dla.mil.
    FUEL TRANSFER PUMP CARTRIDGE ASSEMBLY / 19F, F-15 EAGLE AIRCRAFT
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking contractors for the procurement of Fuel Transfer Pump Cartridge Assemblies for the F-15 Eagle aircraft. This opportunity involves an indefinite quantity contract (IQC) for a base period of five years, with an estimated annual requirement of 240 units, and includes first article testing with specific delivery timelines. The procurement is critical for maintaining the operational readiness of military aircraft, and interested contractors must be certified by the DOD to access the necessary technical data. The solicitation is expected to be issued on or about September 30, 2024, and inquiries can be directed to Gladys Brown at gladys.brown@dla.mil or by phone at 804-279-1561.
    HYDRAULIC RESERVOIR PARTS KIT / 19F, F-15 EAGLE AIRCRAFT
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of a Hydraulic Reservoir Parts Kit for the F-15 Eagle aircraft. This opportunity is a presolicitation for an indefinite quantity contract (IQC) with a base period of five years, requiring the manufacturing of parts in accordance with specific technical drawings and standards. The estimated annual quantity is 96 units, with delivery expected 210 days after the order date, and inspection and acceptance will occur at the origin. Interested small businesses must ensure they are certified to access the required unclassified data and are encouraged to participate in a reverse auction process. For further inquiries, Gladys Brown can be contacted at gladys.brown@dla.mil or by phone at 804-279-1561. The solicitation is anticipated to be issued on or about September 18, 2024, and will be available on the DLA Internet Bid Board System (DIBBS).