C-5 Tension Regulator, Repair
ID: FA853824Q0005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8538 AFSC PZAABROBINS AFB, GA, 31098-1670, USA

NAICS

Other Support Activities for Air Transportation (488190)

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 soliciting proposals for the repair of C-5 Tension Regulators under solicitation FA8538-24-Q-0005. This procurement involves a firm fixed-price requirements contract with a one-year basic ordering period and four additional one-year ordering periods, aimed at ensuring the operational readiness of critical aircraft components. The tension regulators are essential for maintaining consistent cable tension in flight control systems, underscoring their importance to aviation safety and mission capability. Interested parties must submit their proposals by September 23, 2024, at 4:00 PM EST, and are encouraged to contact Jacob Kline or Phillip Russell via email for any inquiries regarding the solicitation.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Performance Work Statement (PWS) for the repair of C-5 Galaxy aircraft tension regulators, required by the U.S. Air Force. Its primary objective is to ensure contractors provide serviceable tension regulators through depot-level repairs, adhering to Air Force technical specifications. Key requirements include on-time delivery of repaired assets, with a turnaround time not exceeding 30 days under normal circumstances or 15 days for urgent needs. The contractor must maintain quality standards, ensuring at least 95% of repaired items pass initial inspections. Comprehensive reporting in the Commercial Asset Visibility-Air Force (CAV-AF) system is mandated, covering all actions and the status of assets. The contractor is responsible for government property, including unserviceable items for repair and reporting any discrepancies or missing components. Additionally, the document includes details on performance thresholds, quality control, and security requirements for contractor employees. This acquisition supports the USAF's mission capability by ensuring the functionality of critical components for their aircraft.
    The document outlines an amendment to solicitation FA8538-24-Q-0005 for the US government regarding the acquisition of support services for aircraft, specifically related to the F-15, C-130, and C-5. The amendment addresses two main changes: the inclusion of the Source Qualification Statement (SQS) in the solicitation instructions, which was previously omitted, and an extension of the solicitation due date from July 13, 2024, to July 26, 2024. Additionally, it specifies that all other terms remain unchanged. The solicitation is classified as a total small business set-aside, and bidders must comply with specific regulatory requirements, including the Service Contract Labor Standards and providing estimates of quantities for required services. The document serves to ensure that all potential contractors are informed of significant updates and requirements in the bidding process, underscoring the importance of maintaining compliance with federal contracting standards.
    The document is an amendment to solicitation FA8538-24-Q-0005, effective as of a specified date, detailing changes made to the original solicitation issued by the Air Force (AFSC/PZAAB) at Robins AFB, Georgia. Key changes include an extension of the solicitation deadline from July 26, 2024, to August 15, 2024, at 5:00 PM EST. The solicitation pertains to services subject to the Service Contract Labor Standards, with details on wage determination to be attached at the time of award. The contractor must provide skilled personnel, specifically an Aircraft Mechanic II (Series 23022). The document also stipulates that offerors must acknowledge receipt of this amendment and comply with relevant wage determinations. Administrative changes mentioned do not affect other terms and conditions of the contract. The amendment aims to facilitate a better response from offerors while ensuring compliance with labor standards and requirements.
    The document outlines the Performance Work Statement (PWS) for the repair of Tension Regulators used in C-5 Galaxy aircraft, under Purchase Request FD2060-23-00063. It details objectives, benefits to the U.S. Air Force, and specifies the contractor's responsibilities in executing depot-level repairs in compliance with established Air Force technical standards. Key performance measures include quality thresholds for repair, turnaround time, and on-time delivery requirements. The contractor must ensure timely reporting in the Commercial Asset Visibility-Air Force (CAV-AF) system and fulfill quality requirements with minimal deficiencies. Specific metrics include a 95% initial pass rate for repaired assets and proactive communication regarding delivery issues, with deadlines defined for both regular and critical assets. The PWS also stipulates contractor obligations regarding government property and technical documentation. Additional provisions cover safety, security protocols, compliance with service contract wage determinations, and stringent reporting standards to manage discrepancies in shipping and inventory. Overall, the document serves as a comprehensive guide for contractors to uphold service and performance standards in support of the Air Force's operational capabilities, with an emphasis on quality control, accountability, and compliance with federal regulations.
    The document pertains to the FA8538-24-Q-0005 RFP by the federal government, addressing inquiries regarding source approval and access to drawing information. It clarifies that potential offerors do not need to be an approved source prior to the award; instead, source approval documents will be evaluated alongside their quotes/proposals in a Lowest Price, Technically Acceptable (LPTA) framework. Offerors who submit technically acceptable proposals but are not the lowest price may still qualify as approved sources for future related solicitations. Additionally, the document outlines that drawings can be accessed through the Data Package, contingent on the offerors being registered with the Joint Certification Program (JCP) and following a specified request protocol. The instructions for accessing these documents are detailed in the solicitation’s preliminary sections and relevant clauses. This summary emphasizes the procedural requirements and evaluative criteria associated with the RFP to guide potential candidates in their submissions.
    The document outlines a federal Request for Proposal (RFP) for the procurement of services and supplies related to aircraft support activities, specifically pertaining to the maintenance of tension regulators for primary flight control cables. The solicitation (FA8538-24-Q-0005) is unrestricted but is set aside for small businesses, including those owned by women and service-disabled veterans. The contract includes a basic year and four one-year ordering periods, emphasizing a firm fixed price for various line items, each requiring compliance with specific quality standards and attachable documentation as per federal requirements. Bid proposals must follow instructions listed in Sections L and M, and the award will be made based on all-or-none criteria. Potential offerors must register with the Joint Certification Program to access bid documents. The document informs contractors about the Service Contract Labor Standards, compliance with wage determinations, and outlines the importance of unique item identification throughout the project. It also specifies the place of performance as Robins Air Force Base in Georgia, including contract data requirements, delivery expectations, and clauses related to contractor performance and federal regulations. This RFP indicates the government's effort to ensure quality and compliance in acquiring essential flight support services through structured procurement processes.
    The document is an amendment and modification of a solicitation (FA8538-24-Q-0005) from the Air Force for various repair services, emphasizing the transition to full and open competition. Key changes include the extension of the proposal due date to September 23, 2024, at 4:00 PM EST, and the inclusion of previous amendments affecting the solicitation process. Notably, the service involves maintaining equipment, specifically regarding the aircraft tension regulator with part number 45402, underscoring its critical nature to aviation safety. Additionally, bidders are reminded of compliance with the Service Contract Labor Standards and upcoming wage determinations. All prior amendments retained their original terms, ensuring that vendors adhere to specified operational and contractual guidelines. This solicitation operates as an unrestricted procurement, allowing participation from various business types, including small businesses. Overall, the document reflects government efforts to enhance transparency and competition while ensuring quality service delivery for essential military operations.
    The document outlines the Source Qualification Statement for the C-5 Galaxy's Aileron Cable Tension Regulator, emphasizing the importance of strict engineering source approval to ensure part quality. The tension regulators maintain consistent cable tension, crucial for flight control, and any failure could lead to dangerous situations. To qualify as a potential bidder, companies must demonstrate manufacturing capabilities, provide detailed factory layouts, and showcase experience with similar critical parts for military or commercial aircraft. A comprehensive quality plan adhering to ISO 9001 standards and a well-defined repair process are mandatory, along with evidence of in-house repair capabilities. The document specifies waivers for certain qualified companies and outlines that no additional testing costs will be incurred for qualification. The government contact for technical requirements is the AFLCMC/WLSEAB, ensuring adherence to established qualifications and safety standards for this vital aircraft component.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Solicitation-C-5 Nose Landing Gear Door Gearboxes
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul of Nose Landing Gear Door Gearboxes, with a focus on electronic and precision equipment repair and maintenance. This procurement involves a Firm Fixed Price Requirements Type Overhaul Contract, which includes a five-year Basic Ordering Period and three one-year Option Periods, totaling up to eight years of service. The gearboxes are critical components for aircraft operations, and the government owns a complete technical data package for this requirement. Interested vendors must register in the Joint Certification Program to access bid documents and submit their proposals by the response deadline of October 5, 2024, at 3:30 PM EST. For further inquiries, vendors can contact Caiveon Thomas at caiveon.thomas@us.af.mil or Karen Beckford at karen.beckford@us.af.mil.
    C-135 REGULATOR, FREQUENCY
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the repair of the C-135 Regulator, Frequency, part number 745114, through a presolicitation notice. The procurement involves an estimated annual repair of six units over a five-year period, along with additional repair categories such as "No Fault Found" and "Over and Above" repairs, essential for providing a stable frequency reference signal for the C-135 aircraft. This specialized component is critical for the aircraft's operational capabilities, and the eligible contractor for this procurement is Hamilton Sundstrand Corporation. Interested parties should note that the solicitation will be issued electronically on beta.sam.gov, with proposals due by October 1, 2024, and are encouraged to register in the System for Award Management for potential subcontracting opportunities.
    Rotary Retract Engine Cable Tensioner Cylinders
    Active
    Dept Of Defense
    The Department of Defense, specifically the Fleet Readiness Center Mid-Atlantic (FRCMA), is seeking quotes from qualified small businesses for the procurement of twelve Rotary Retract Engine Cable Tensioner Cylinders. This requirement is critical for maintaining the operational readiness of naval aircraft, as the cylinders must be manufactured in accordance with detailed specifications and quality assurance protocols, including compliance with technical drawings and non-destructive testing standards. Interested vendors must submit their quotes by 5:00 PM on September 20, 2024, and can request access to necessary drawings by contacting Christine Butler at christine.w.butler2.civ@us.navy.mil. The contract will be awarded based on the lowest price technically acceptable offer, with delivery required by March 30, 2025.
    REGULATOR,VOLTAGE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of voltage regulators. The contract requires the manufacture and design of voltage regulators that meet specific technical requirements, including compliance with various quality assurance standards and packaging specifications. These regulators are critical components for military applications, ensuring the reliability and efficiency of electrical systems. Interested vendors should direct inquiries to Taylor Bloor at 717-605-7990 or via email at TAYLOR.BLOOR@NAVY.MIL, with proposals due by the specified deadline.
    C5M TES- Technical Engineering Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Technical Engineering Services (TES) to support the C-5M Super Galaxy aircraft under contract FA8525-24-R-0001. The primary objectives include providing sustaining engineering services such as conducting engineering investigations, formulating deficiency resolutions, and ensuring the operational readiness of the aircraft through various programs, including the Aircraft Structural Integrity Program (ASIP) and Corrosion Prevention and Control Program (CPCP). This initiative is crucial for maintaining the aircraft's life cycle and operational capabilities, directly impacting the U.S. Air Force's global mobility missions. Interested contractors must have a security clearance of "Secret" and are encouraged to contact Alisha Foster or Erica Martin via email for further details, with the performance period expected to span from July 25, 2024, to July 24, 2029, and a potential six-month extension.
    C-5 Hump Panel Kits
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is soliciting proposals for the assembly and provision of C-5 Hump Panel Kits, aimed at supporting modifications for the C-5 Super Galaxy aircraft. The contract requires the contractor to manufacture and deliver 52 kits, which include various aerospace components and materials, adhering to strict technical specifications and quality controls. This procurement is crucial for enhancing the operational readiness and safety of the C-5 fleet, ensuring compliance with military standards. Interested small businesses must submit their proposals by September 16, 2024, to the primary contacts Caroline Thrower and Benjamin Morris via their provided emails.
    ARM, WOBBLIER CONTROL; NSN 6115-01-415-3856
    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 15 units of the Arm, Wobbler Control, identified by NSN 6115-01-415-3856. This solicitation, numbered SPRTA1-24-Q-0377, outlines the requirement for a control arm component crucial for hydraulic systems, with potential quantities ranging from 4 to 23 units. The procurement is part of the government's initiative to modernize and maintain essential equipment while ensuring compliance with federal regulations, including quality assurance and small business participation. Proposals are due by September 30, 2024, and interested parties can contact Asaycia Clayton at asaycia.clayton.1@us.af.mil for further information.
    Remanufacture of B-1B Electro-Mechanical Actuator
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of B-1B Electro-Mechanical Actuators under Solicitation FA8118-24-R-0066. This procurement involves a five-year firm-fixed-price requirements contract, which includes a three-year base period and a two-year option, aimed at ensuring the availability of high-quality remanufactured parts critical for military aircraft operations. The selected contractor will be responsible for adhering to stringent quality assurance measures, packaging requirements, and reporting obligations, all while supporting the operational integrity of military systems. Interested vendors, particularly small businesses including Women-Owned and Service-Disabled Veteran-Owned entities, should contact Matthew Churchwell at matthew.churchwell.2@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further details and to ensure compliance with all submission guidelines.
    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
    Active
    Dept Of Defense
    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.
    16--CHECK,5TH STAGE, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The U.S. Department of Defense, specifically the Department of the Navy, is seeking to contract for the repair and modification of aircraft accessories, requiring flight-critical parts that need government source approval. The procurement aims to secure a specific quantity of NSN 7R-1680-015878503-F7 items, which are commercial, off-the-shelf products needing technical data for full competition. This contract is focused on ensuring timely delivery, with approval processes in place for new sources. Interested parties should refer to the provided links for spares and repair brochures and submit relevant information. The Navy intends to negotiate with a single source but will consider all responsible proposals received within 45 days. Flight-critical aircraft components are the focus of this contract, emphasizing the military's need for reliable and timely sourcing. The parts are crucial for ensuring the functionality and safety of naval aircraft, reflecting the Navy's commitment to maintaining a robust fleet. Interested suppliers should review the provided brochures and reach out to Jena Visconto at the provided email or phone number for more information. The contract has a maximum value of $500,000, and submissions are due within 45 days.