Opportunity Details
ID: FA8117-25-R-0036Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8117 AFSC PZABATINKER AFB, OK, 73145-3303, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a sole source contract focused on the repair of B2 Alarm Control (PSLU), B52 Battery Charger, and F15 Battery Charger (TRU) components. The contract entails a five-year requirements agreement for the repair, re-certification, and handling of items deemed Beyond Economical Repair (BER), with the contractor responsible for providing all necessary materials, labor, and expertise to meet strict quality control standards. This procurement is critical for maintaining operational readiness and ensuring the reliability of essential aircraft systems. Interested contractors should direct inquiries to Phillip Crowder at phillip.crowder@us.af.mil or Gregory Howard at gregory.howard.9@us.af.mil for further details regarding the solicitation process.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file outlines Contract Data Requirements Lists (CDRLs) for a contract (FD20302402256) involving KC-135 aircraft and multiple items. It details eight data items, including Commercial Asset Visibility (CAV) Reporting, Government Property Inventory Reports, Acquisition and Sustainment Data Packages (ASDP) Teardown Deficiency Reports, Counterfeit Prevention Plans, Production Surge Plans, Bills Of Materials for Logistics and Supply Chain Risk Management, Engineering Change Proposals (ECPs), and Contract Depot Maintenance (CDM) Monthly Production Reports. Each data item specifies reporting authority, contract reference, requiring office, frequency (daily, annually, as required), submission dates, distribution, and critical remarks. Many reports require submission in English and include export control warnings and destruction notices for sensitive technical data. The CDRLs emphasize timely and accurate reporting, often within 24 hours of transactions or annually, and highlight compliance with various DoD directives and security protocols. The document serves as a comprehensive guide for contractors on data submission requirements for both basic and option years of the contract.
    This document compiles several Data Item Descriptions (DIDs) relevant to government contracts, covering various aspects of engineering, supply chain management, logistics, and property reporting. Key DIDs include DI-SESS-80639E for Engineering Change Proposals (ECPs) using DD Form 1692, and DI-MISC-81832 outlining requirements for a Counterfeit Prevention Plan to ensure procurement integrity and manage suspect items. DI-MGMT-81838 details Commercial Asset Visibility (CAV) reporting for tracking government-owned reparable assets, while DI-MGMT-80441D specifies the Government Property Inventory Report format for contractor-held GFP and CAP. Additionally, DI-PSSS-81656B addresses the Bill of Materials (BOM) for logistics and supply chain risk management, DI-PSSS-81995A outlines the Contract Depot Maintenance Monthly Production Report, and DI-PSSS-81534B details the Acquisition and Sustainment Data Package Teardown Deficiency Report. These DIDs collectively ensure comprehensive documentation, accountability, and risk mitigation across federal government contracts, particularly within RFPs and grants.
    This government solicitation, FA8117-25-R-0036, issued by the Department of the Air Force, outlines a five-year requirements contract for the repair, re-certification, and handling of Beyond Economical Repair (BER) items for B2 Alarm Control (PSLU), B52 Battery Charger, and F15 Battery Charger (TRU) components. The contractor will provide all necessary materials, labor, and expertise. The solicitation includes estimated quantities for various repair categories across multiple ordering periods, with specific delivery schedules requiring repaired assets within 30-45 calendar days of order or asset receipt. It also details procedures for economically repairable items,
    The Performance Work Statement (PWS) FD-2030-25-00671 outlines requirements for repairing B2 Alarm Controllers, B52 Battery Chargers, and F15 Battery Chargers for the Department of the Air Force. The contractor must possess necessary repair capabilities, technical data, and licenses, ensuring timely delivery of quality serviceable products. Key aspects include strict quality control, compliance with ISO 9001:2015, and adherence to cybersecurity and supply chain risk management protocols. The PWS emphasizes preventing counterfeit parts, managing obsolescence, and maintaining nuclear hardness. Contractors are responsible for providing all necessary support equipment and ensuring proper identification, packaging, and shipping of repaired items. Performance will be measured against specific objectives, including product quality, delivery schedules, and data reporting, with failure potentially impacting Contractor Performance Assessment Reviews.
    This government file, primarily composed of seemingly random characters and highly encoded text, appears to be a technical document related to government contracting, likely an RFP or grant application. Despite the unreadable content, the repeated structural elements and formatting suggest a standardized government file. It includes sections for project identification numbers (e.g., '&''('-',,-,.,'), dates (e.g., '&'&,'), and what appear to be codes or identifiers ('C(3 3,', 'C(. .''). The presence of repeated patterns, such as '666666666666666666666666666666666666666 66666666666666666666666666666666666666666666' and sequences like '9:;<:;<=9?<@AB', suggests data delimiters or encryption rather than simple corruption. The document outlines general requirements and procedures common in government solicitations, including references to various systems or departments, which are unreadable due to the encoding. It is impossible to extract specific details or key ideas from the provided text due to its unreadable nature.
    Lifecycle
    Title
    Type
    Opportunity Details
    Currently viewing
    Solicitation
    Similar Opportunities
    Repair of B-1B Torque Motor
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of B-1B Torque Motors, specifically National Stock Numbers 6105-01-232-8318 and 6105-01-232-8319. The procurement aims to secure comprehensive repair services, including provisions for "No Fault Found" items and additional work requirements, with a total estimated contract value of $4,149,750.00 over a base year and three option years. This contract is critical for maintaining the operational readiness of the B-1B aircraft, ensuring that essential components are serviced to meet military standards. Interested contractors must submit their proposals by January 30, 2026, and can direct inquiries to Amy Schmitz at amy.schmitz.1@us.af.mil or David Herrig at david.herrig.1@us.af.mil.
    Overhaul of B-1 Electro-Mechanical Actuator NSN 1680015097158RK
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting offers for the overhaul of B-1 Electro-Mechanical Actuators (NSN 1680015097158RK) under Solicitation Number FA8118-26-R-0002. This procurement involves a five-year, firm-fixed-price requirements contract, which includes a three-year basic period from 2025 to 2028 and two one-year option periods extending to 2030. The overhaul of these critical components is essential for maintaining the operational readiness and performance of the B-1 aircraft, which plays a vital role in national defense. Interested contractors must submit their proposals by the extended deadline of January 7, 2026, at 1:00 PM, and can direct inquiries to Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further information.
    B-2 TLX Kits, FA821322R3003
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of B-2 TLX Kits under the solicitation FA821322R3003. This opportunity involves the acquisition of cartridge and propellant actuated devices and components, which are critical for the operational capabilities of the B-2 aircraft. The performance of this contract will take place in Fairfield, California, and is essential for maintaining the effectiveness and readiness of the Air Force's fleet. Interested vendors can reach out to primary contact Deric Deede at deric.deede@us.af.mil or by phone at 208-881-8595, or secondary contact Haley Spletzer at haley.spletzer.1@us.af.mil or 303-980-4812 for further details.
    Remanufacture of the F-15 Pitch/Roll Channel Assemblies & Pitch Trim Controller
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of F-15 Pitch/Roll Channel Assemblies and Pitch Trim Controllers, with a focus on returning these components to like-new condition. The procurement involves comprehensive tasks such as disassembly, cleaning, inspection, maintenance, re-assembly, testing, and adherence to technical orders and OEM specifications, addressing challenges like obsolescence and requiring a robust Supply Chain Risk Management plan. This contract is critical for maintaining the operational integrity of the F-15 aircraft, ensuring that essential components function effectively in support of military operations. Interested contractors should contact Alan Tran at alan.tran.1@us.af.mil or Morgan Mcgarity at morgan.mcgarity@us.af.mil for further details, with the contract set aside for 8(a) sole source and performance expected in S Coffeyville, Oklahoma.
    Remanufacture B-1 Horizontal Stabilizer Servo-Cylinder
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for a five-year firm-fixed-price requirements contract to remanufacture B-1 Horizontal Stabilizer Servo-Cylinders. This procurement involves restoring various models of servo-cylinders, which are critical components for aircraft flight control surfaces, to a like-new condition, requiring compliance with ISO 9001-2015 standards and a minimum Supplier Performance Risk System (SPRS) assessment score of 110. Proposals are due by January 15, 2026, at 1:00 PM, and payment will be contingent upon the availability of appropriated funds. Interested vendors should contact Dessie Breslin at dessie.breslin@us.af.mil or Amy Gil at amy.gil@us.af.mil for further details.
    2-Year LTC Renewal (CAGE 99251)
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for a two-year Indefinite Quantity Contract (Solicitation N00383-25-R-P701) focused on the repair and modification of LX, E-2, and AV-8 aircraft system components. The contractor will be responsible for providing all necessary labor, materials, and facilities for repairs, adhering to specified manuals and statements of work, while also managing various repair scenarios including items deemed Beyond Physical Repair (BPR) and Beyond Economical Repair (BER). This contract is critical for maintaining the operational readiness of military aircraft, ensuring compliance with rigorous government regulations, including FAR and DFARS clauses. Interested parties can contact Kristin Clemens at KRISTIN.CLEMENS2.CIV@US.NAVY.MIL or by telephone at 771-229-0403 for further details.
    KC-46 Commercial Common Repairable Support
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the KC-46 Commercial Common Repairable Support contract, aimed at providing strategic repairable support services for the KC-46A aircraft. This competitive, full and open solicitation requires contractors to ensure a 30-day exchange of unserviceable assets for serviceable ones, which must be FAA-certified, thereby maintaining the aircraft's operational readiness and compliance with aviation standards. The contract will have a five-year base period with a maximum value of $470.9 million, and interested parties should direct inquiries to Stephen Schexnayder at stephen.schexnayder.2@us.af.mil or Joshua Taft at joshua.taft@us.af.mil, with proposals due in accordance with the specified timelines outlined in the solicitation documents.
    Repair of B-2 Fuel pumps
    Buyer not available
    The Department of Defense, through the Air Force's 423rd Supply Chain Management Squadron, is conducting market research to identify potential sources for the repair of specific fuel pumps associated with National Stock Numbers (NSNs): 2915-01-374-9764FW, 2915-01-380-1687FW, and 2915-01-363-5097FW. The objective is to assess whether the repair requirements can be fulfilled competitively or potentially set aside for small businesses, with considerations for breaking out the requirement by airframe. These fuel pumps are critical components for aircraft operations, necessitating reliable repair services that encompass labor, materials, testing, and logistics management. Interested contractors are encouraged to submit their capabilities and business information to Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil, as the government seeks responses from all business sizes, including small business classifications, by an unspecified deadline.
    Solicitation, Service Repair, Paladin Digital Fire Control System
    Buyer not available
    The Department of Defense, through the Army Contracting Command - Detroit Arsenal, is soliciting proposals for the repair of the Paladin Digital Fire Control System (PDFCS) under solicitation number W912CH-24-R-0041. This procurement involves a sole source contract with Sechan Electronics for component-level repair, teardown, and inspection of various units, including the Keypad Unit, Paladin Digital Computer Unit, Power Conditioning Unit-2, and Digital Computer, with estimated quantities specified for each item over a five-year period. The contract will be structured as a mix of Firm Fixed Price for teardown and inspection services, and Cost Plus Fixed Fee for repairs, emphasizing the critical nature of these components for military operations. Interested contractors must be registered in the System for Award Management (SAM) and hold a current DD 2345 certification to access the Technical Data Package (TDP). Proposals must be submitted electronically to the designated contact, Kelli Kavanagh, at kelli.a.kavanagh2.civ@army.mil, by the specified deadline.
    F-15 Cable and LOD Repair Services, Air Force Enhancement Program (AFREP) for Seymour Johnson AFB
    Buyer not available
    The Department of Defense, through the 4th Contracting Squadron at Seymour Johnson Air Force Base, is soliciting proposals for F-15 Cable and Light Off Detector (LOD) Repair Services as part of the Air Force Enhancement Program (AFREP). This procurement involves a total small business set-aside for a firm fixed-price indefinite delivery indefinite quantity (IDIQ) contract, which includes a one-year base period and four one-year options, requiring the service provider to repair F-15E cable and LOD parts to serviceable condition in accordance with specified technical orders. Interested vendors must possess an approved Source of Approved Repair (SAR) letter and be registered in the System for Award Management (SAM) to be eligible for award. For inquiries, potential offerors can contact Angela Gibson at angela.gibson.4@us.af.mil or Glinnis Thompson at glinnis.thompson@us.af.mil, referencing Solicitation Number FA480926Q0003. All solicitation documents will be available on SAM.gov.