B-2 Inlet and Exhaust Covers
ID: FA462524Q1118Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4625 509 CONS CCWHITEMAN AFB, MO, 65305-5344, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

AIRCRAFT GROUND SERVICING EQUIPMENT (1730)

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 qualified small businesses to manufacture, test, and deliver custom-engineered inlet and exhaust covers for the B-2 aircraft, under solicitation number FA462524Q1118. The contract requires the production of 26 sets of these covers, which are critical for maintaining the aircraft's integrity during storage and maintenance, ensuring mission readiness and safety for maintenance personnel. Interested vendors must comply with stringent quality assurance measures and operational security protocols, with quotes due by September 18, 2024, and delivery to Whiteman Air Force Base, Missouri. For further inquiries, potential bidders can contact Lt Joshua Sturgill at joshua.sturgill.2@us.af.mil or SSgt Ryan Hopkin at ryan.hopkin@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the solicitation number FA462524Q1118 and incorporates numerous federal clauses related to compensation, employee rights, safeguarding of information, procurement restrictions, and various administrative and compliance requirements as part of government requests for proposals (RFPs). The clauses include guidelines on whistleblower rights, cybersecurity for defense information, procurement guidelines concerning the Xinjiang Uyghur Autonomous Region and the Maduro regime, as well as compliance with the Buy American Act. Additionally, it provides detailed requirements for item unique identification and payment processing procedures via the Wide Area Workflow system, highlighting the necessity of machine-readable data for tracking purposes. The solicitation emphasizes federal procurement policies aimed at ensuring transparency, compliance with ethical labor standards, and safeguarding against prohibited business activities. Overall, this solicitation serves as a comprehensive framework for vendors to understand their obligations and responsibilities when engaging with federal contracts, ensuring adherence to standards around compensation, ethical business practices, and reporting requirements.
    The Performance Work Statement outlines a contract for the manufacturing, testing, and delivery of custom-engineered inlet and exhaust covers for the B-2 aircraft by July 2024. The contractor must produce 26 sets of covers that integrate seamlessly with the B-2, using materials that showcase high resilience to extreme conditions. Quality assurance processes are needed throughout design, manufacturing, and testing, adhering to established engineering standards. Security measures, based on a Controlled Unclassified Information (CUI) Protection Plan, will safeguard sensitive contract-related data. The contractor must deliver the initial set of covers to Whiteman AFB for approval by December 2024, submitting regular progress reports and notifying any delays. Operational Security (OPSEC) protocols are critical to protect sensitive information from adversaries and maintain the safety and effectiveness of the aircraft. The government retains unlimited rights to specific technical data generated under the contract, ensuring compliance and accessibility of essential information. Overall, the document emphasizes technical precision, stringent security, and accountability to maintain mission readiness and safety for the B-2 operations.
    The Performance Work Statement outlines a contract for manufacturing, testing, and delivering custom-engineered inlet and exhaust covers for the B-2 aircraft, with a completion deadline of December 2024. These covers are crucial for maintaining aircraft integrity during storage and maintenance. The contractor must produce 26 sets, ensuring resilience under extreme conditions, with material compliance documentation. A sample set will be delivered for approval prior to the production of the remaining sets. Stringent quality assurance measures are mandated throughout all phases to ensure reliability and safety. The security plan underlines the importance of safeguarding sensitive data classified as Controlled Unclassified Information (CUI), detailing access control, system monitoring, and data handling procedures. Operational Security (OPSEC) protocols are essential to protect the critical information regarding the covers’ design and manufacturing from potential adversaries, maintaining mission safety and the contractor's competitive advantage. Moreover, the government retains unlimited rights to specific technical data generated from this contract. Overall, this contract emphasizes the interplay of precision engineering, security, and compliance with stringent operational standards, reflecting the government's commitment to maintaining aircraft readiness and safety.
    The document outlines a Request for Quotation (RFQ) for the procurement of inlet and exhaust covers for the B-2 aircraft, specifying that it is set aside for small businesses under NAICS code 336413. The RFQ number is FA462524Q1118, and quotes must be submitted by September 18, 2024. The solicitation includes item details, quantities (26 pairs each of inlet and exhaust covers), and delivery instructions to Whiteman Air Force Base, MO. Vendors must provide specific information with their quotes, including company details and socioeconomic status. The evaluation criteria prioritize price and compliance with solicitation terms, and discussions may occur at the government’s discretion. Companies must be registered in the System for Award Management to qualify, and the government will not provide contract financing. Attached are provisions and clauses relevant to the acquisition. This RFQ serves as a formal invitation to small businesses to participate in fulfilling a military procurement need while ensuring compliance with federal regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Spare Buy (Supply) for the B-52 Pilot Valve
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotations for the procurement of 63 B-52 Pilot Valves, identified by NSN: 1660-00-949-9895. This procurement is critical for maintaining the operational readiness of military aircraft, ensuring that essential components are available for effective performance. Interested vendors must complete a Source Approval Request (SAR) package to be considered, with quotations due by September 25, 2024. For further inquiries, vendors can contact David O'Rourke at david.orourke@us.af.mil or Shirley V. Harmon at Shirley.Harmon.1@us.af.mil.
    FA462524Q1130, Applied Avionics
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for the procurement of avionic LED switch assemblies from Applied Avionics, as outlined in solicitation FA462524Q1130. This acquisition aims to secure 33 flight-qualified pieces of equipment essential for the B-2A aircraft, which will enhance the integration of data collection systems and improve the efficiency of flight test data sharing. The procurement is critical for maintaining operational efficiency and supporting aerospace testing operations vital to national defense, with a delivery deadline set for December 31, 2025. Interested small businesses must submit their quotes by September 20, 2024, at 1:00 P.M. CST, and can contact Tariq Abdullah at tariq.abdullah.1@us.af.mil or SSgt Ryan Hopkin at ryan.hopkin@us.af.mil for further information.
    FA462524Q1131, Quasonix
    Active
    Dept Of Defense
    The Department of the Air Force is seeking proposals from qualified small businesses for the procurement of six Transmitter Kits from Quasonix, which are essential for enhancing avionics data collection capabilities for B-2 Operational and Developmental Flight Tests. These kits will integrate with the existing airborne data collection system, facilitating the dissemination of critical aircraft data to range control rooms for efficient data recording and verification, in accordance with standard flight test protocols. The selected vendor must ensure timely delivery and installation readiness of the equipment, with all deliverables due by December 31, 2025. Interested parties should submit their quotes by September 20, 2024, at 1:00 P.M. CST, and can contact Tariq Abdullah at tariq.abdullah.1@us.af.mil or SSgt Ryan Hopkin at ryan.hopkin@us.af.mil for further information.
    TT&E/Overhaul of B-2 Fuel Temperature Control Valve Assembly
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Sustainment Center at Tinker Air Force Base, is planning to contract for the testing, training, and evaluation (TT&E) as well as the overhaul of the B-2 Fuel Temperature Control Valve Assembly. This procurement involves a firm fixed-price contract that includes specific Contract Line Item Numbers (CLINs) for TT&E, overhaul, additional services, and data, with a requirement for two units to be delivered monthly following the order. The valve assembly plays a critical role in directing hot fuel to cooling valves, and the contract is set for a one-year duration, with the solicitation expected to be released around September 20, 2024, and responses due by October 21, 2024. Interested vendors should note that the contract will not adhere to commercial item acquisition policies and must comply with specific qualification requirements; for further inquiries, contact Amy Gil at amy.gil@us.af.mil.
    17--COVER,AIRCRAFT GROU
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of five units of the NSN 1730017149580, specifically a COVER, AIRCRAFT GROU. This procurement is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and is classified under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. The items are crucial for the maintenance and operation of aircraft, ensuring their readiness and safety. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all submissions must be received within 146 days after the award date. For inquiries, potential bidders can contact the DLA at DibbsBSM@dla.mil.
    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.
    FD2030-25-00146
    Active
    Dept Of Defense
    The Department of Defense is issuing a special notice for FD2030-25-00146, seeking quotes from the aircraft engine and parts manufacturing industry. The procurement requires a metallic airseal as specified in the attached technical drawings, with a focus on aircraft engine components. Interested parties should refer to the solicitation document for further details, as this critical component has an MDC code of WCF and is named after Brent S. Lovelace. Funding for this project is in place, and the contract value is estimated to be around $50,000.
    Shroud Compressor A.
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting bids for the procurement of a critical safety item, specifically a compressor shroud, under solicitation number SPRTA1-24-R-0220. The contract seeks to acquire between 30 to 183 units, emphasizing compliance with stringent quality standards, including ISO 9001-2015, and adherence to the Buy American Act, while also incorporating cybersecurity requirements under the Cybersecurity Maturity Model Certification (CMMC). The compressor shroud is essential for aircraft propulsion systems, underscoring its importance in maintaining operational readiness and safety within military aviation. Interested vendors should reach out to James Headington at James.Headington.1@us.af.mil for further details, with the procurement process initiated on February 28, 2024, and specific deliverables outlined in the attached documents.
    NOM: Cover, Aircraft Ground , End item: KC-46A Aerial Refueling Tanker, WSDC: 12F, PR 7006517997, NSN: 1730-016407625, P/N RMA 100001-39, RFP: SPE4A5-24-R-0230
    Active
    Dept Of Defense
    The U.S. Department of Defense, Defense Logistics Agency (DLA) Aviation is seeking proposals for a firm-fixed price contract to supply Cover, Aircraft Ground for the KC-46A Aerial Refueling Tanker. This equipment is critical for ensuring the safety and efficiency of aircraft ground operations. The solicitation, set to be issued on or around August 21, 2024, will specify a delivery schedule of 648 days After Receipt of Order (ARO) and include the NSN: 1730-016407625 with a quantity of 34 each. Interested parties should contact Juan Rodriguez-Cruz via email before the solicitation's anticipated close date, September 20, 2024, for more information.
    F-22 Tier 2 Parts Racks & Horizontal Stabilator Dollies
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of five Tier 2 Parts Racks and four Horizontal Stabilator Dollies for the F-22 aircraft, aimed at enhancing maintenance operations within the 309th Aircraft Maintenance Group. The contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) approach, with a firm fixed price structure, emphasizing compliance with federal regulations and quality standards. These specialized racks and dollies are critical for preventing damage to aircraft coatings during maintenance and facilitating the transport of Horizontal Stabilator units. Interested parties must submit their proposals by the specified deadlines, and for further inquiries, they can contact Jason Neering at jason.neering@us.af.mil or Angie Poll at angela.poll@us.af.mil. The initial prototype is due within 150 days of contract award, and the solicitation documents, including updated drawings and specifications, are available for review.