FA811824R0044 Overhaul of B-2/B-52 Hydraulic Drive Unit, Common Strategic Rotary Launcher (CSRL) power drive unit (PDU), NSN: 1650-01-276-4376, P/N 741322E
ID: FD20302101094Type: 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

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES (J016)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the overhaul of the B-2/B-52 Hydraulic Drive Unit, known as the Common Strategic Rotary Launcher (CSRL) Power Drive Unit (PDU), under solicitation FA811824R0044. The procurement involves comprehensive services including disassembly, inspection, rehabilitation, and testing of the hydraulic drive unit, with a focus on maintaining operational readiness for critical military assets. This contract is vital for ensuring the functionality of strategic defense systems, with a firm-fixed-price structure over a ten-year period, including five one-year options. Interested contractors must submit their proposals by September 30, 2024, and can direct inquiries to Jacqueline West at jacqueline.west@us.af.mil or Shirley V. Harmon at Shirley.Harmon.1@us.af.mil for further assistance.

    Files
    Title
    Posted
    The CAV AF Reporting Requirements document outlines essential guidance for contractors involved in Contract Depot Maintenance (CDM) related to the Commercial Asset Visibility Air Force (CAV AF) system. It mandates accurate and timely reporting of government-owned assets at contractor facilities, emphasizing daily updates following any maintenance actions. Contractors must ensure they use the most current user guides and complete necessary training, including information assurance courses, to operate within the system. Key responsibilities include submitting a System Authorization Access Request, maintaining inventory accuracy, and addressing discrepancies in received items. Additionally, contractors are required to submit specific documentation, such as the DD Form 1348-1A for shipping and receiving actions, to ensure Government inventory systems reflect accurate information. The document also outlines protocols for addressing issues related to misidentified items, overages, and shortages. Overall, this guidance is crucial for the effective management and reporting of assets under the CAV AF system, integral to the government's asset visibility and maintenance accountability processes.
    The document outlines the Contract Data Requirements List (CDRL) related to the B-2/B-52 Hydraulic Drive Unit under contract number FD20302101094. It details four specific data item requirements: 1. **Commercial Asset Visibility (CAV) Reporting** requires contractors to report supply and maintenance transactions within 24 hours, ensuring data accuracy. 2. **Contract Depot Maintenance (CDM) Monthly Production Report** mandates a monthly overview of production status and inventory control, with reports due within five business days after the month’s end. 3. **Government Property Inventory Report** is an annual requirement, necessitating submission within seven days post contract period, detailing inventory control systems. 4. **Production Surge Plan** demands a Capability Analysis Plan prepared post-award, outlining the contractor's capacity to meet unexpected demand surges. The document emphasizes timely data reporting, electronic submission formats, and compliance with specific regulatory frameworks. It targets the Defense Department’s need for precise logistics and inventory data pertaining to military assets and maintenance activities. It serves to enhance operational transparency and accountability within government contracting processes, ultimately supporting effective program management and resource allocation.
    The Commercial Asset Visibility (CAV) Reporting document outlines the procedures for tracking government-owned reparable assets through the repair cycle via a web-based application. The CAV system automates transaction reporting by contractors, updating a relational database that commercial repair vendors can access for real-time inventory management and reporting. Essential transactions required by the contractor include asset receipts, inductions, shipments, maintenance reports, and discrepancies among others, as specified in the Contract Statement of Work. The document serves as a guide detailing the format, content, and requirements for effective reporting, ensuring governmental oversight and management of reparable assets. This initiative demonstrates the commitment of federal agencies to streamline asset visibility and enhance inventory control processes within the repair sector.
    The Contract Depot Maintenance (CDM) Monthly Production Report outlines the required data for monitoring and assessing maintenance production at contractor facilities. This report is essential for the government to track asset accountability, production schedules, and any unresolved issues. It includes detailed information to be provided by the Production Management Specialist (PMS) and the contractor, covering essential blocks such as contractor details, contract numbers, item identifications, quantities received, inducted, produced, shipped, and forecasted for the upcoming month. Additionally, a production summary is required if discrepancies arise concerning production forecasts or anticipated production problems. The report must be submitted within 10 business days of the prior month's end and is applicable to all depot level maintenance contracts, representing a formalized method of reporting that ensures the government maintains oversight over maintenance activities and performance against established objectives.
    The Government Property (GP) Inventory Report (DI-MGMT-80441D) is a crucial document for contractors working with the Department of Defense (DoD). It mandates the inventory listing of Government Furnished Property (GFP) and Contractor Acquired Property (CAP) held by contractors and subcontractors. This report applies to all relevant contracts and supersedes the previous version. It specifies that the inventory must be submitted in an electronic format (.xls or .xlsx) and includes detailed content requirements. The report must contain various data fields, such as contract number, asset identification numbers, item descriptions, quantities, unit costs, asset location, and property classification. This structured approach ensures transparency and accountability in managing government property and facilitates compliance with contractual obligations in federal RFPs and grants. Overall, the document streamlines the reporting process and enhances the management of government resources throughout contract performance.
    The Production Surge Plan outlines a contractor's ability to rapidly increase and maintain production without invoking emergency war powers during peacetime. This document serves as a framework for government contracts requiring surge capacity for critical items, detailing specific information that contractors must provide. Key components include the maximum sustainable production rate, a production buildup schedule, lists of subcontracted and non-subcontracted components with lead times, and government contracts with surge provisions. It also addresses impacts on other contracts and requires identification of additional labor and strategic materials needed for surge production. The plan emphasizes effective management of resources and materials to ensure readiness for accelerated production when necessary, ultimately facilitating efficient military procurement and resource allocation during times of increased demand. The overarching objective is to ensure that contractors can respond effectively to production demands while maintaining compliance with government regulations.
    The document serves as an amendment to the solicitation FA811824R0044, issued by the Department of the Air Force. It primarily outlines an extension for the submission of offers related to a request for proposal (RFP). The original submission deadline of July 22, 2024, has been extended to August 29, 2024, at 3:00 PM CST. The amendment stipulates the procedures for acknowledging receipt of this change, highlighting that failure to comply may result in the rejection of offers. Additionally, it notes that, except for the changes specified, all other terms and conditions of the original solicitation remain unchanged. The document also includes contact information for the buyer, Jacqueline West, reinforcing the formal nature of the amendment in response to the RFP process within federal procurement. Overall, this amendment aims to ensure clarity and compliance among potential bidders while promoting transparency in government contracting procedures.
    The document is an amendment regarding Solicitation FA8118-24-R-0044, issued by the Department of the Air Force, intended to modify the deadline for submitting proposals. The amendment extends the deadline for the request for proposal (RFP) from August 29, 2024, at 3:00 PM CST to September 30, 2024, at 3:00 PM CST. It specifies that bidders must acknowledge the amendment prior to the new submission deadline to ensure their offers are considered. The document underscores the importance of adhering to submission protocols and reflects the administrative procedural changes per applicable regulations. Overall, this amendment facilitates additional time for potential contractors to prepare their proposals, aligning with the Air Force's procurement needs.
    The document is a Request for Proposal (RFP) by the U.S. Department of the Air Force for the overhaul of the B-2/B-52 Common Strategic Rotary Launcher Power Drive Unit, structured as a firm-fixed-price contract over a ten-year period with five one-year options. The acquisition is open to various types of businesses, including small and women-owned businesses, under the guidelines provided by the Federal Acquisition Regulation (FAR). Interested contractors must submit proposals detailing their pricing and compliance with the Statement of Work (SOW), emphasizing that the lowest total evaluated price will be the basis for award decisions. The proposal submission deadline is July 22, 2024, with specific requirements outlined for bid compliance and documentation processes, including pricing structure and clarity to facilitate evaluation. Furthermore, the RFP details the necessary qualifications, the evaluation method focused on price reasonableness, and specifics about inspection and acceptance processes for delivered services. The overarching aim is to ensure a competitive and transparent procurement process adhering to federal standards while enabling effective collaboration with qualified contractors.
    The provided government file outlines a requisition for a hydraulic power drive unit, specifically designed to actuate the opening of the B52 and B2 rotary launcher doors. The attachment details a serialized item with a National Stock Number (NSN) of 165001276437, a CAGE Code of 99167, and a Part Number of 741322E. A total of 180 units is requested, with an estimated unit acquisition cost of $259,000. The file indicates a contract award date of July 24, 2023, indicating an intent to procure this specialized military equipment. This request reflects standard procedures in federal government Requests for Proposals (RFPs) and procurement processes, emphasizing the need for specific military-related items essential for defense operations. The delivery event notes further emphasize the contractual obligations tied to this acquisition. Overall, the document serves both as a procurement record and as evidence of ongoing military support and enhancement efforts.
    The document outlines packaging requirements for military shipments under the Purchase Instrument Number FD20302101094-00, detailing compliance with standards set by the United Nations regarding Wood Packaging Material (WPM) to prevent the introduction of invasive species. It mandates that all wooden packaging must be constructed from debarked wood, heat-treated to a minimum temperature of 56 degrees Celsius for 30 minutes, and certified by an accredited agency. Additionally, the document specifies adherence to MIL-STD-2073-1 for military packaging and MIL-STD-129 for shipping and marking. It includes supplementary instructions for vendors and emphasizes the need for clear shipping container markings, including serial numbers and OEM details, to ensure proper identification and tracking. Key personnel are noted for their contact information and signature, indicating responsibility for compliance and oversight. The document serves to establish standardized protocols for packaging that safeguard international trade and ecological stability.
    The Department of the Air Force released the Performance Work Statement (PWS) for the overhaul of the B-2/B-52 Common Strategic Rotary Launcher (CSRL) under PR Number FD2030-21-01094. Issued on January 19, 2023, this document outlines the required services, responsibilities of the contractor, and performance expectations for the overhaul process. Key sections include definitions of terms related to the contract, detailing roles such as the Administrative Contracting Officer and the Safety and Health Statement. The scope of work encompasses disassembly, inspection, rehabilitation, and testing to ensure each end item is returned in serviceable condition, with 100% replacement for consumable parts. The PWS emphasizes stringent quality assurance and inspection requirements, necessitates adherence to applicable technical orders, and mandates a robust supply chain risk management plan. Furthermore, it outlines reporting obligations for contractor manpower, mishaps, and any deviations from approved plans. Delivery schedules must be strictly adhered to, with performance measured against objectives for quality and timeliness. The overarching aim of the PWS is to maintain the operational readiness of the U.S. Air Force's strategic assets while ensuring compliance with safety and quality standards throughout the contract duration.
    The document outlines special packaging instructions for a hydraulic drive unit, identified by code ID 98748 and SPI number F 01-276-4376. It specifies preservation and packaging requirements in accordance with military standards (MIL-STD-2073 and MIL-STD-129) alongside detailed instructions for handling, cleaning, and protective measures. The packaging should ensure both serviceable and unserviceable methods, highlighting the importance of safeguarding critical surfaces with preservative caps and plugs. Key dimensions, weight specifications, and a comprehensive materials list are provided to guide construction of a container that meets specified tolerances. Additionally, the instructions include detailed notes on padding, protective wrapping, and the construction of wooden pallets, emphasizing the need for heat treatment and certification according to established regulations. Overall, the document serves to ensure the safe transport and storage of military hardware by adhering to strict packaging protocols, indicative of the document's relevance within government procurement and RFP frameworks, aimed at maintaining operational readiness and compliance.
    The document outlines specific transportation data related to federal procurement solicitations, particularly focusing on the use of freight provisions and transportation funds for various items. It details the purchase instrument number FD20302101094-00, initiated on May 11, 2023, and emphasizes the importance of contacting the DCMA Transportation for shipping guidance prior to any freight movements. The submission includes various National Stock Numbers (NSNs) for items, corresponding line item numbers, and transportation codes relevant to both first and second destination accounts. The document also highlights transportation terms such as F.O.B. (Free on Board) origin and destination, referencing specific FAR citations. It provides vendor transportation instructions that align with federal guidelines, ensuring proper regulatory compliance. Furthermore, contact information for the responsible official, Hogan Darrick D., is included for any inquiries or necessary assistance related to the procurement process. Overall, the document serves as a vital resource for managing transportation logistics within federal government contracts.
    Similar Opportunities
    DRIVE UNIT, HYDRAULIC
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of 16 hydraulic drive units (NSN: 1650-01-564-1844, PN: 16M002-817) primarily utilized in the F-16 aircraft. The Request for Proposal (RFP) is set to be issued on September 16, 2024, with responses due by October 16, 2024, and the required delivery date for these units is February 18, 2026. This procurement is critical for maintaining military aircraft operational capabilities, and firms interested in bidding must comply with specific qualification and UID requirements, with evaluations based on pricing and past performance. For further inquiries, interested parties can contact Anne Campbell at anne.campbell@us.af.mil or by phone at 405-855-3710.
    B-52 Hydraulic Motor
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the sole-source procurement of hydraulic motors specifically designed for the B-52 aircraft. This opportunity involves a firm-fixed-price contract for a minimum of five and a maximum of thirty hydraulic motors, with detailed specifications for delivery and quality standards outlined in the Request for Proposal (RFP) issued on September 10, 2024. The procurement is critical for maintaining the operational capabilities of the B-52 fleet, and the selected contractor will be required to adhere to various compliance and inspection standards. Interested parties must submit their proposals by October 10, 2024, and can contact Dana Craun at dana.craun@us.af.mil or 405-426-9405 for further information.
    Swashplate, Controller
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of 89 units of a Swashplate, Controller, with a National Stock Number (NSN) of 1650-00-798-6745, essential for the hydraulic motor used in B-52 aircraft. The Request for Proposal (RFP) is designated SPRTA1-24-R-0251, with an estimated issue date of September 27, 2024, and a closing date of October 28, 2024, requiring delivery by August 16, 2026. This acquisition is not set aside for small businesses, and interested firms are encouraged to contact the Original Equipment Manufacturer for data rights, as the government does not possess the necessary manufacturing data. For further inquiries, potential bidders can reach out to James Maynard at 405-855-3351 or via email at james.maynard.6@us.af.mil.
    CYLINDER BLOCK UNIT
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is seeking proposals for the procurement of Cylinder Block Units, specifically for use in hydraulic systems of the KC-135 aircraft. The solicitation, identified as SPRTA1-24-R-0248, aims to acquire between 786 and 1,179 units, with a flexible pricing structure to accommodate varying quantities, emphasizing the importance of these components in military operations. Proposals are due by October 4, 2024, with a required delivery date of November 9, 2026, and interested parties can direct inquiries to Michael Hannan at Michael.Hannan.1@us.af.mil or call 405-855-7126 for further details.
    Hydraulic Drive Unit
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking potential vendors for the procurement of the F-16 Hydraulic Drive Unit, identified by National Stock Number 1650 01 564 1844 and Part Number 16M002-817. This Sources Sought Synopsis aims to conduct market research to assess the interest of small businesses and identify qualified contractors capable of manufacturing, inspecting, and planning logistics for the hydraulic drive unit, which is critical for aircraft operations. The manufacturing location is specified as Tinker Air Force Base in Oklahoma, and interested parties are encouraged to submit a Source Approval Request (SAR) for qualification. For further inquiries, potential vendors can contact 423 SCMS at 423.SCMS.AFMC.RFI@us.af.mil, as there is currently no immediate solicitation available.
    B-1B CYLINDER BLOCK, HYDRAULIC, NSN: 1650-01-210-5135, PN: 717633
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of hydraulic cylinder blocks (part number 717633, NSN 1650-01-210-5135) from Collins Aerospace. This sole source acquisition aims to secure a targeted base quantity of 842 units, with flexibility in pricing and quantity ranges to optimize costs, supporting the Air Force's B-1B aircraft program. Proposals must be submitted by October 7, 2024, with an acceptable early delivery date of May 9, 2026, and must comply with specific requirements including inspection at the origin, adherence to the Buy American Act, and detailed packaging and marking protocols as outlined in the associated documents. Interested parties can reach out to John Nolan at john.nolan.8@us.af.mil or call 405-855-3542 for further inquiries.
    Repair of B-2 Disk Drive Unit (DDU)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center, is seeking potential sources for the repair of the B-2 Disk Drive Unit (DDU), associated with NSN 7025-01-582-0638. The procurement aims to identify contractors capable of managing all aspects of the repair process, including disassembly, inspection, maintenance, and testing, to ensure the units are returned to a serviceable condition while adhering to stringent military specifications. This repair work is critical for maintaining the operational readiness of the B-2 aircraft, emphasizing the importance of quality control, counterfeit prevention, and compliance with federal requirements. Interested companies must respond with their capabilities and experience by October 11, 2024, and can submit their responses electronically. For further inquiries, contact Mark C. Green at mark.green.29@us.af.mil or 405-734-8487.
    PUMP UNIT,ROTARY
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for rotary pump units, specifically targeting small businesses. The procurement involves a minimum order of 75 units and a maximum of 375 units, with stringent requirements including a First Article Test (FAT) for quality assurance and compliance with military packaging and shipping standards. These rotary pump units are critical for military applications, ensuring operational readiness and safety in defense operations. Interested contractors must submit their offers by September 16, 2024, and can direct inquiries to Joshua Bonds at Joshua.Bonds@DLA.Mil or Scott Alexander at scott.alexander@dla.mil for further clarification.
    KC-135 MOTOR PUMP HYDRAULIC, NSN: 1650-01-161-1597HS, PN: 731828A
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of hydraulic motor pump spares specifically for the KC-135 aircraft. This sole source acquisition is aimed at acquiring a total of 428 units, with a minimum order of 107 and a maximum of 642, to be delivered to Tinker Air Force Base, Oklahoma, by July 16, 2025. The procurement is limited to the qualified source Hamilton Sundstrand, emphasizing the specialized nature of the components required for the aircraft's operational capabilities. Interested parties must submit their proposals by November 7, 2024, following the estimated issue date of the Request for Proposal on October 7, 2024, and can direct inquiries to John Nolan at john.nolan.8@us.af.mil or by phone at 405-855-3542.
    16--DRIVE UNIT,HYDRAULI, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the repair and modification of hydraulic drive units. The procurement aims to restore these units to a Ready for Issue (RFI) condition, ensuring they meet industry standards and operational requirements. These hydraulic components are critical for aircraft operations, underscoring the importance of reliable and efficient repair services. Interested contractors must submit their quotes, including pricing and estimated repair costs, to Christopher Kilcours at christopher.kilcours@navy.mil by the specified closing date. For further inquiries, contractors can reach out via telephone at 215-697-3992.