Remanufacture F108 Turbine Clearance Control Valve
ID: FA8122-25-R-0003Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8122 AFSC PZAABTINKER AFB, OK, 73145-3303, USA

NAICS

Aircraft Engine and Engine Parts Manufacturing (336412)

PSC

ENGINE FUEL SYSTEM COMPONENTS, AIRCRAFT AND MISSILE PRIME MOVERS (2915)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the remanufacture of the F108 Turbine Clearance Control Valve, a critical safety item identified by NSN: 4810-01-460-3279PN. This procurement is a sole-source requirement directed to AAR Corp., although other qualified vendors may submit capability statements for consideration, provided they have an approved Source Approval Request (SAR) prior to award. The contract will encompass one base year and four one-year options, totaling five years, with proposals due by October 17, 2025, at 1:30 PM CDT. Interested parties should contact Shannon Reed or Brad Bonsall for further information and must ensure compliance with all submission requirements to be considered for this opportunity.

    Point(s) of Contact
    Files
    Title
    Posted
    The Commercial Asset Visibility Air Force (CAV AF) Reporting Requirements document outlines contractor responsibilities for maintaining accurate records of government-owned assets at repair facilities and inventory control points. It emphasizes daily reporting in the CAV AF system, the mandated primary system of record. Key requirements include ensuring asset record accuracy, assigning at least two CAV AF reporters, and completing mandatory DoD Information Assurance CyberAwareness Challenge training. Contractors must use Government-issued shipment document numbers for CAV AF receipt transactions and DD Form 1348-1A for shipping. The document details specific transactional reporting for "Not-on-Contract" items and addresses procedures for contract/delivery order closure, Nuclear Weapon Related Materiel (NWRM) tracking, and handling discrepancies incident to shipment. Non-compliance with timely and accurate reporting can lead to systemic data problems and program management reviews. Contact information for CAV AF system administrators at Robins, Hill, and Tinker AFBs is provided for assistance and training requests.
    The CAV AF Reporting Requirements document serves as guidance for contractors involved in Contract Depot Maintenance (CDM) regarding their responsibilities and reporting obligations when managing government-owned assets within the CAV AF system. Contractors must ensure daily updates on the status of assets located at repair facilities and adhere to time-sensitive reporting requirements, particularly after maintenance actions. Familiarization training can be requested, with a focus on using updated Contractor User Guides accessed via the CAV AF homepage. Key responsibilities include maintaining accurate asset records, submitting System Authorization Access Requests within ten days post-contract award, and completing annual cybersecurity training. Contractors are also accountable for the management of Government Furnished Property (GFP) and compliance with reporting actions related to Nuclear Weapon Related Materiel (NWRM). Discrepancies in shipments must be reported using established procedures, and proper documentation, including the DD Form 1348-1A for receipts and shipments, is mandatory to maintain inventory integrity. Overall, the document emphasizes the importance of timely and accurate reporting to avoid systemic data issues that could affect government inventory management, underlining a structured approach to asset visibility and accountability in federal contracting. Compliance with these guidelines ensures proper oversight and management of government assets throughout the repair process.
    This Combined Synopsis/Solicitation (FA8122-25-R-0003) from the Air Force Sustainment Center Engines Section (AFSC/PZAAB) at Tinker Air Force Base outlines a sole-source, firm fixed-price supply contract for the remanufacture of F108 Turbine Clearance Control Valves. The contract includes one base year and four one-year options, totaling five years. AAR Corp. (CAGE 5KM29) is the intended sole-source contractor, but other responsible sources may submit capability statements for consideration. Contractors must have an approved Source Approval Request (SAR) prior to award and be registered in the System for Award Management (SAM) and Supplier Performance Risk System (SPRS) with a current NIST SP 800-171 assessment. Proposals are due by August 18, 2025, 1:30 PM (CDT), with email submissions preferred. The solicitation details requirements for remanufactured items, test and inspection reports, over and above work, and data, with specific clauses for unique item identification and various federal regulations.
    The document outlines a combined synopsis and solicitation (RFP FA8122-25-R-0003) issued by the Air Force Sustainment Center Engines Section for the remanufacture of the F108 Turbine Clearance Control Valve. The contract is for a firm fixed-price supply arrangement, consisting of a base year with four optional one-year extensions, with a sole source designation to AAR Corp. Vendors must submit proposals by August 18, 2025, and possess an approved Source Approval Request prior to contract award. The solicitation emphasizes that the resulting contract will not take effect until on or after September 18, 2025. Successful bidders must register in the System for Award Management (SAM) and have a current NIST SP 800-171 assessment in the Supplier Performance Risk System (SPRS). The contract includes specific requirements related to quality assurance and expects contractors to comply with various federal acquisition regulations. Funds for the contract are limited to estimated requirements, not guaranteeing orders will meet estimated quantities. The document adheres to regulations emphasizing full and open competition while being set aside for small businesses. It lays out detailed requirements for proposal submission and evaluation, underscoring the importance of compliance with the attached Statement of Work and regulatory standards.
    The Government Property (GP) Inventory Report (DI-MGMT-80441D) is a crucial data item description for contracts involving government-furnished or contractor-acquired property. This document outlines the requirements for contractors to periodically provide the Department of Defense (DoD) or other agencies with an inventory of all GP, including that held by subcontractors. The report must be submitted electronically in .xls or .xlsx format and include specific data fields such as contract number, asset identification numbers, item description, manufacturer details, quantity, cost, location, and property classification (e.g., GFP or CAP). This DID, which supersedes DI-MGMT-80441C, ensures comprehensive tracking and accountability of government property throughout the contract lifecycle, aligning with federal government RFP and grant requirements for property management.
    The Acquisition and Sustainment Data Package (ASDP) Deficiency Report (DR) (DI-PSSS-81535B) provides a standardized format for contractors to report deficiencies in government-furnished material (GFM) during acquisition or repair. This data item description (DID) supersedes DI-PSSS-81535A and is crucial for the government to identify and implement corrective actions as per T.O. 00-35D-54. It applies to contractors maintaining custodial records for government property under repair. The report must be text-searchable, with a Microsoft Excel spreadsheet for Data Objects/Attributes and Associated Metadata (DOAM) for ingestibility into a Product Lifecycle Management (PLM) solution. Key content requirements include detailed descriptions of the deficiency, dates, national stock numbers, operating time at failure, part numbers, manufacturer information, quantities, serial/lot numbers, contract details, warranty status, and disposition of the deficient item, ensuring comprehensive reporting for effective resolution.
    The DI-MGMT-81838 document outlines the Commercial Asset Visibility (CAV) Reporting system, a web-based application designed to track government-owned reparable assets within contractor repair facilities. Its primary purpose is to serve as an inventory management system for these assets during their repair cycle with commercial vendors. The document details the format and content requirements for data products generated by the CAV system, emphasizing that transactions are processed via the World Wide Web. Contractors are required to report various transactions, status code changes, and report types, including asset receipts, inductions, items awaiting parts, completions, and shipments, as well as the ability to print various reports and perform item maintenance. This Data Item Description ensures standardized reporting for efficient management of government assets under commercial repair contracts.
    The DI-PSSS-81995A, titled "CONTRACT DEPOT MAINTENANCE (CDM) MONTHLY PRODUCTION REPORT," is a Data Item Description (DID) that outlines the mandatory format and content for monthly reports on contract depot maintenance. This DID is applicable to any depot-level maintenance contract and supersedes DI-PSSS-81995. The report provides the government with crucial data, including monthly maintenance production figures, asset status and accountability, performance against schedule, anticipated future production, and a summary of unresolved issues. The report is divided into two parts: Part I details general information provided by the Production Management Specialist (PMS) and the contractor, covering contact details, contract specifics, and item identification. It also includes detailed production metrics such as reparables received, on hand, inducted, awaiting parts, quantities produced, serviceables on hand and shipped, and condemned items. Part II, the Production Summary, is required only if production forecasts are not met, current forecasts deviate from scheduled quantities, or future production problems are anticipated. This ensures comprehensive oversight and management of depot maintenance contracts.
    The Government Property (GP) Inventory Report, designated as DI-MGMT-80441D, facilitates the collection and reporting of inventory data related to Government Furnished Property (GFP) and Contractor Acquired Property (CAP) in the possession of contractors and subcontractors. This report is required for all contracts involving GP and contains specific formatting and content guidelines intended for submission to the Department of Defense (DoD) Service or Agency. The report must be prepared in an electronic spreadsheet format and include key data fields such as contract numbers, asset identification numbers, item descriptions, manufacturer details, quantity, cost, and property classifications. This didactic is aimed at ensuring accurate tracking and accountability of government property managed by contractors, ultimately streamlining property management processes within federal projects. By superseding the previous version, DI-MGMT-80441C, it updates requirements for clearer compliance and better tracking of government property assets.
    The Acquisition and Sustainment Data Package (ASDP) Deficiency Report (DR), identified as DI-PSSS-81535B, serves as a structured method for contractors to report deficiencies concerning government-furnished material (GFM) in acquisition or repair contracts. Approved on July 15, 2022, this report facilitates corrective actions by the government in line with Air Force guidelines. The report outlines specific requirements for format, content, and submission processes, emphasizing the need for text-searchable formats and detailed descriptions of identified deficiencies. Key information includes deficiency details, the National Stock Number (NSN), and disposition status. Additionally, it mandates performance metrics specific to the deficient items, which include traces back to the end item configuration and next higher assembly. The documentation is critical in ensuring a systematic approach to identifying and resolving deficiencies, ultimately supporting efficient acquisition and sustainment processes within defense contracting. This report supersedes previous guidelines (DI-PSSS-81535A) and interrelates with other documented standards to maintain consistency in reporting frameworks within U.S. Air Force operations.
    The Commercial Asset Visibility (CAV) Reporting Data Item Description (DI-MGMT-81838) outlines a web-based application for tracking Government-owned reparable assets during the repair cycle at contractor facilities. Its primary purpose is to enhance inventory management of these assets while they are with commercial repair vendors. The application enables contractors to report transactions in real-time, allowing automatic updates to the CAV database. Key reporting requirements include transactions related to asset receipt, inductions, items awaiting parts, and completions, among others. Furthermore, the document specifies that the contractor must provide crucial reports such as those for discrepancies, shipment proof, and repair history. The defined input formats and methodologies for processing these transactions are detailed in the corresponding Contract Statement of Work. Overall, the CAV system aims to streamline asset management and reporting for reparable items within government procurement processes, demonstrating efficiency in logistics and inventory tracking.
    The Contract Depot Maintenance (CDM) Monthly Production Report is a data item description intended for the government to track and evaluate monthly maintenance production figures, asset status, performance against schedules, and unresolved issues at contractor facilities. This report format is applicable to any depot-level maintenance contract and supersedes a prior version. The document prescribes detailed reporting requirements, including information such as the Production Management Specialist's contact details, contractor identification, and specific contract metrics. Key components involve the reporting of items under several blocks, including item identification, deliveries, quantities of reparables received, inducted, and produced, as well as forecasts for upcoming production. Additionally, a production summary is required under specific conditions, such as discrepancies in forecasts or anticipated production issues. The structured approach of this report ensures accountability and aids the government in monitoring overall contract performance effectively.
    Amendment FA8122-25-R-0003-0001 extends the proposal response deadline for solicitation FA812225R0003 from August 18, 2025, to October 17, 2025, at 1:30 PM CDT. Issued by the Department of the Air Force, this amendment serves to modify the original solicitation, ensuring all terms and conditions remain in effect except for the updated submission date. Contractors must acknowledge receipt of this amendment to ensure their offers are considered valid. This modification is crucial for bidders to adjust their timelines and resubmit or modify existing offers accordingly.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    16--VALVE ASSEMBLY,ENVI
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of 30 units of a Valve Assembly (NSN 7R-1660-015854984-P8, REF NR 396608-1). This contract requires that the items be commercial/nondevelopmental/off-the-shelf products, necessitating Government source approval or the ability to provide FAA-Certified parts with an FAA Form 8130-3 Airworthiness Approval Tag prior to contract award. The items are critical for aircraft air conditioning, heating, and pressurizing systems, and only sources previously approved or compliant with FAA requirements will be solicited. Interested parties must submit their proposals, including necessary documentation, by the specified deadline, and can contact Christian M. Markle at (215) 697-6679 or via email at CHRISTIAN.M.MARKLE.CIV@US.NAVY.MIL for further information.
    New Manufacture of Sleeve and Slide, Directional Control Linear Valve for the E-3B/C/G
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the new manufacture of a "Sleeve and Slide, Directional Control Linear Valve" (NSN: 4810-00-348-6335 HS). This procurement is anticipated to be a sole source award to Hydro-Aire, INC (CAGE: 81982), with an estimated quantity of 50 units required, and pricing to be provided for ranges of 13-50 and 51-75 units. The valves are critical components used in aircraft systems, ensuring proper directional control and functionality. Interested parties must submit their offers by January 8, 2025, at 3:00 PM CST, with delivery required by July 21, 2027, to DLA Distribution Depot Hill, Hill AFB, UT. For further inquiries, contact Alan Tran at alan.tran.1@us.af.mil or Morgan Mcgarity at morgan.mcgarity@us.af.mil.
    Valve, Linear, Direct
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting offers for the manufacture of a "Valve, Linear, Direct" (NSN: 4810-00-208-9693 HS), which is classified as a critical safety item. The procurement requires compliance with specific guidelines, including obtaining original equipment manufacturer (OEM) permission for manufacturing or distribution, adherence to quality assurance standards, and the inclusion of a Capabilities Analysis Plan within 30 days of award. This valve is essential for various defense applications, and the contract calls for an initial quantity of 21 units, with the option for additional units ranging from 5 to 32, to be delivered by July 31, 2027. Interested parties must submit their offers by December 22, 2025, at 3:00 PM, and can contact Howard Heflin at howard.heflin@us.af.mil for further information.
    Overhaul of F-16 Check Valve NSN 4820-01-053-3375RK
    Buyer not available
    The Department of Defense, specifically the Air Force, is seeking potential sources for the overhaul of the F-16 Check Valve (NSN 4820-01-053-3375RK) as part of a Sources Sought notice. Interested contractors must demonstrate their capability to provide all necessary labor, materials, facilities, and equipment for the repair, testing, preservation, packaging, and supply chain management of this critical component. The procurement is vital for maintaining the operational safety and effectiveness of the F-16 platform, and potential sources are required to submit a Source Approval Request (SAR) package, which will be evaluated by the Engineering Support Activity. Interested parties should contact Morgan Mcgarity at morgan.mcgarity@us.af.mil for further details, and responses are due by the specified deadline.
    SPRTA1-26-R-0106 (NSN: 2840-01-448-7511)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is issuing a presolicitation for Request for Proposal (RFP) SPRTA1-26-R-0106, which seeks support for the Turbine Duct and Vane Assembly (NSN: 2840-01-448-7511, PN: 4083681-01) specifically for the F-110 aircraft. This procurement involves a total quantity based on FA requirements across six line items, with specific counts including 2, 4, and 1 lot for various components. The goods are critical for maintaining the operational readiness of military aircraft, underscoring their importance in defense logistics. Interested vendors should note that the estimated issue date for the RFP is November 28, 2025, with a closing date of December 28, 2025. For further inquiries, potential bidders can contact Alson Dacalio at alson.dacalio@us.af.mil or by phone at (405) 739-8448.
    Synopsis for Solicitation N0038326QD054
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking proposals for the repair of two shut-off valves (Part Number: 109382-23-1, NIIN 012207435) in support of the Kansas, as part of a Foreign Military Sales (FMS) requirement. The procurement is critical as the items are flight critical, and Honeywell International Inc. is currently the only known source with full repair capabilities; however, all responsible sources are encouraged to submit capability statements or proposals for consideration. Interested vendors must obtain government source approval prior to contract award, and must provide detailed technical data as outlined in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. For inquiries, vendors can contact Shannon K. Fitzgerald at (215) 697-3638 or via email at Shannon.K.Fitzgerald3.CIV@US.NAVY.MIL.
    48--NRP,LOW LEVEL CTRL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of five units of a low-level control valve, identified by NSN 1R-4820-016611688-E7 and reference number 123SCP9904-1. The procurement is subject to strict source approval requirements, as the item is flight critical and must be acquired from sources specified on a source control drawing, with no adequate technical data available for alternative sourcing. Interested vendors must provide comprehensive documentation to demonstrate their capability to produce or repair the item, and proposals must be submitted with the required source approval information to be considered. For further inquiries, interested parties can contact Katlyn M. Galetto at (215) 697-6549 or via email at KATLYN.M.GALETTO.CIV@US.NAVY.MIL.
    FD20302600008 - Remanufacture of KC-135 Valves & Pumps; NSN: 2915-01-452-5123RK, 2915-01-452-5126RK, 2915-01-527-8152RK, 2915-01-510-1161RK
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the remanufacture of KC-135 valves and pumps under a five-year Firm Fixed Price Requirements Type Contract. This procurement involves the disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing of various fuel system components to restore them to like-new condition, ensuring the operational readiness of critical aircraft systems. The anticipated contract will likely be awarded as a sole source to ITT Aerospace Controls, emphasizing the importance of these components in maintaining aircraft performance and safety. Interested parties can reach out to Morgan Mcgarity at morgan.mcgarity@us.af.mil or Shirley V. Harmon at Shirley.Harmon.1@us.af.mil for further details, with the total acquisition cost estimated at $1,846,309.05 and specific delivery timelines outlined in the associated documents.
    New Manufacture of Valve,Linear,Direct
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the new manufacture of seven units of "Valve, Linear, Direct" (NSN: 4810-00-511-5267 HS). The procurement emphasizes compliance with various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, including Buy American provisions and cybersecurity requirements, highlighting the importance of these valves for national defense and emergency preparedness. Quotations are due by December 19, 2025, with a required delivery date of March 7, 2028, and interested parties should contact Sara Johnnie at sara.johnnie@us.af.mil for further information.
    Noun_Valve, Linear, Direct_Application_F-15_NSN_4810-01-220-3996_Part_Number_MC11219-3
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of a linear valve, specifically NSN 4810-01-220-3996, part number MC11219-3. The contract aims to acquire three units of this valve, which is critical for controlling landing gear and landing gear door functions, with a request for a 20% reduction in cost and a 25% reduction in production lead time. This procurement is essential for maintaining operational readiness and ensuring the functionality of aircraft systems. Interested vendors should submit their capability statements or proposals by the specified deadline, with delivery expected on or before July 25, 2027, to Hill Air Force Base, Utah. For further inquiries, contact Logan Hurtz at logan.hurtz@us.af.mil or Dana Craun at dana.craun@us.af.mil.