Remanufacture of the F-16 Sieve Bed Set
ID: FA811824R0059Type: 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

AIRCRAFT AIR CONDITIONING, HEATING, AND PRESSURIZING EQUIPMENT (1660)
Timeline
    Description

    The U.S. Air Force is seeking a contractor to remanufacture F-16 Sieve Bed Sets, a critical safety component in producing oxygen-enriched gas, through a firm-fixed-price contract with a potential two-year extension. Contractors must provide all necessary materials and expertise to restore these sets to a like-new condition, adhering to strict military standards. The Air Force anticipates awarding the 5-year contract, worth an estimated $585,000 per year, to Cobham Mission Systems Davenport.

    The solicitation requires prospective vendors to meet stringent packaging and transportation standards, including military packaging and preservation guidelines, and international regulations aimed at preventing the spread of invasive species. Contractors must also comply with detailed reporting obligations, such as Commercial Asset Visibility reporting, to ensure transparency in the maintenance process and effective asset management.

    These sieve bed sets are vital for Air Force operations, playing a critical role in aircraft functionality. The successful contractor will face a rigorous quality assessment process and tight delivery timelines, reflecting the urgent need for these sets in maintaining Air Force capabilities.

    Interested parties should contact Dessie Breslin at dessie.breslin@us.af.mil or David O'Rourke at David.ORourke@us.af.mil for further details. The solicitation period begins on August 29th, 2023, and interested vendors should carefully review the current requirements at http://assist.dla.mil to ensure compliance and avoid any risks associated with outdated information.

    Point(s) of Contact
    Files
    Title
    Posted
    The file details the Commercial Asset Visibility Air Force (CAV AF) reporting requirements that Contract Depot Maintenance (CDM) contractors must follow. It serves as a guide to ensure accurate and timely reporting of maintenance actions and asset management. Contractors are responsible for keeping CAV AF records up-to-date, including daily reporting of assets at repair facilities and those stored within Inventory Control Points. The file covers access requests, training, and specific reporting procedures, emphasizing the use of appropriate forms and timelines. It also addresses discrepancy reporting, contract closure dispositions, and the prohibition on contractual induction-at-risk. Notably, it mandates contractors' compliance with cybersecurity training and information assurance. Overall, the file outlines comprehensive CAV AF reporting protocols, aiming to maintain accurate records of government assets and ensure contractor accountability.
    The Contract Data Requirements List outlines the annual reporting requirements for a contract related to F-16 and A-10 sieve bed sets. Reports include an annual physical inventory of government property, with a seven-day submission window; a Report of Shipping and Packaging Discrepancy, to be submitted within 48 hours of a discrepancy; Commercial Asset Visibility reporting, submitted daily or within 24 hours of a supply or maintenance transaction; a monthly Contract Depot Maintenance Production Report, submitted within five business days of the previous month; and a Capability Analysis Plan, submitted 30 days after contract award, detailing the contractor's capacity to surge production in case of sudden demand increases. All reports are distributed to the US Department of Defense and authorized contractors, with some carrying export control warnings. The data collection's public burden is estimated at 110 hours per response.
    The Data Item Description titled 'Government Property Inventory Report' outlines the requirements for contractors to provide the Department of Defense with an extensive inventory of government property in their possession. This applies to properties furnished by the government as well as those acquired or provided by the contractor. The report, in a specified electronic format, must include detailed information such as contract numbers, asset identification, manufacturer details, quantities, and locations. This enables effective management and tracking of government property, ensuring up-to-date records are maintained. Contractors must adhere to the outlined format and content requirements.
    The downloaded file contains critical information pertaining to federal government RFPs, grants, and state and local RFPs. This file is regularly updated, and readers are instructed to verify its currency by referencing the source URL (http://assist.dla.mil). The content within this file is subject to frequent changes, and users are warned to check for the latest version before using the information for procurement purposes.
    The document obtained from http://assist.dla.mil contains critical information for potential suppliers seeking to bid on government contracts. It serves as a comprehensive procurement guide, emphasizing the importance of verification, as it urges readers to check the source for currency. This file should be approached with caution, as it may not represent the most recent version, and staying current is vital for accurate bidding and compliance with government procurement guidelines.
    The Commercial Asset Visibility (CAV) Reporting data item description outlines a web-based system for tracking government-owned assets undergoing repairs off-site. It serves as an inventory management solution, enabling real-time transaction reporting and database updates. The CAV application is designed to streamline the process, eliminating manual reporting methods. This automated system allows repair vendors to access and manage their data, generating various required reports. The data product includes details on asset receipt, inductions, completions, shipments, and discrepancies, with specific content defined in the contract. It's accessible via the World Wide Web, ensuring efficient information exchange and management throughout the repair cycle.
    The Contract Depot Maintenance Monthly Production Report is a comprehensive document that offers a detailed account of monthly maintenance operations. It presents a clear overview of production figures, asset management, and performance evaluation for government contractors. This report is designed to provide transparency on various aspects of the maintenance process, including received and shipped items, work in progress, and unresolved issues. Prepared by the Production Management Specialist and the Contractor, it adheres to a specific format with distinct blocks for essential information. Notably, Part I covers PMS and Contractor details, contract specifics, and production statistics, while Part II serves as an optional section to highlight any production challenges or deviations from the forecast. This report is a critical tool for overseeing and assessing the efficiency of depot-level maintenance operations.
    The U.S. Air Force seeks a firm to remanufacture F-16 sieve bed sets, a critical safety item used to produce oxygen-enriched gas. The 5-year firm-fixed-price contract, with a 2-year optional extension, is contemplated for a sole source award to Cobham Mission Systems Davenport. The work involves restoring the end items to a like-new condition, with pricing based on estimated quantities. Delivery periods vary from 30 to 360 days. Various quality standards apply, with inspection and acceptance at the contractor's facility. The contract incorporates wide area workflow (WAWF) for payment requests and includes provisions for over and above work, not separately priced subline items, and unique item identification. The total estimated contract value is undisclosed.
    The government is seeking to procure a significant quantity of specialized sieving equipment, specifically 'sieve bed' sets, through this attachment. The solicitation period is outlined as beginning on August 29th, 2023. The requested delivery quantity is 225 individual units, each priced at a substantial cost of $2600, emphasizing the high value of the contract. The urgency of the requirement is unclear, though the specified delivery date and duration will likely be a key consideration for potential vendors. This attachment provides an insightful glimpse into an ongoing procurement process for a specialized product, likely intended for use in industrial or scientific applications.
    The file details stringent packaging requirements for a government contract, emphasizing the need for compliance with international standards to prevent the spread of invasive species through wood packaging materials. The contract specifies the use of de-barked and heat-treated wooden pallets, containers, and packaging, with certification from accredited agencies. Items to be packaged include various military equipment, marked and labeled according to MIL-STD-2073-1 and MIL-STD-129 guidelines. The packaging must endure shipping and storage, meeting the preservation standards outlined in the file. This information is conveyed using the coded data fields present in the file. Additionally, the file designates a packaging specialist, providing their contact information and a signature, ensuring accountability.
    The Air Force seeks a private sector partner to remanufacture F-16 Sieve Bed Sets to a like-new condition, as defined by Federal Acquisition Regulation guidelines. This work entails disassembling, cleaning, inspecting, reassembling, and testing the sets, with specific requirements for tool calibration, quality assurance, and documentation. The contractor must provide all necessary materials and equipment, adhering to strict guidelines on replacement parts and government property use. This project involves a rigorous Initial Production Evaluation within 60 days of contract award, focusing on three units at various stages of remanufacture. With a delivery schedule for all units specified, the successful contractor will face tight timelines and quality expectations.
    The file details stringent packaging instructions for a Sieve Bed Set, a fragile item requiring meticulous handling and preservation. The packaging method specified, Method Pack 41, involves carefully preparing and padding each item before placement in interior cartons. The packaging ensures compliance with military standards for serviceability and fragility, emphasizing the reuse of containers and precise dimensions. Special markings and cleaning, drying, and preservative treatments are also outlined. This file specifies the exacting standards and procedures necessary for the safe transportation and storage of the Sieve Bed Set, leaving no detail to chance to ensure the integrity of the procurement process.
    The file details a procurement process for transportation services, outlined in the DD FORM 1653. It specifies requirements for F.O.B. (Free On Board) destinations, emphasizing the need for coordination with DCMA (Defense Contract Management Agency) Transportation for regulatory clearances. The form provides shipment instructions and cautionary notes to vendors, including funding information, delivery locations, and contact details for the relevant organization. This information is supported by the signature of Woodnell M. Respert, apparently associated with the 406 SCMS/GULAA organization, who approves the transportation data.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Repair of the F-16 IF Assembly
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the F-16 IF Assembly, with a focus on interchangeable National Stock Numbers (NSNs) related to the aircraft's operational components. The procurement aims to restore critical equipment to serviceable condition, ensuring compliance with stringent technical standards, counterfeit prevention measures, and security protocols. This contract is vital for maintaining the operational integrity of military aviation systems, with a delivery timeline of 90 days after receipt of carcass for various line items. Interested contractors should reach out to primary contact Darin Rector at daren.rector@us.af.mil or secondary contact Hunter Doney at hunter.doney@us.mil for further details regarding the solicitation, which is expected to be awarded under the contract number FD20202400650.
    NSN 1660-01-046-5739, AIRCRAFT DUCT ASSEMBLY, WSDC: 26F, F-16 AIRCRAFT
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking qualified small businesses to provide the Aircraft Duct Assembly, NSN 1660-01-046-5739, for the F-16 aircraft. This procurement involves an indefinite quantity contract (IQC) for a base period of five years, with an estimated annual quantity of eight units, and requires first article testing prior to production. The selected contractors must be certified by the Department of Defense to access unclassified data and comply with federal regulations, ensuring high-quality production of critical aviation components. Interested parties should contact Tatjana Vaughan at Tatjana.vaughan@dla.mil or 804-279-2727, with the solicitation expected to be available on or about September 16, 2024, via the DLA Internet Bid Board System (DIBBS).
    Constant Speed Drive
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is conducting market research for the manufacturing of a Constant Speed Drive (NSN 1650-01-228-9276) designated for the F16 aircraft. The USAF is seeking interested vendors, particularly small businesses including those that are small disadvantaged, 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned, to provide all necessary labor, materials, and logistical support, along with nonrecurring engineering costs for approval. This procurement is crucial for maintaining the operational capabilities of the F16 aircraft, and interested parties must express their interest by selecting the "Add Me to Interested Vendors" option. The estimated solicitation date is September 2024, with responses due by October 2024; interested vendors should submit their qualifications to 422.SCMS.AFMC.RFI@us.af.mil.
    F-16 Wing Assemblies
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking qualified sources to provide F-16 Wing Assemblies, specifically for aircraft components identified by various part numbers. The procurement aims to conduct market research to identify potential suppliers capable of meeting the agency's requirements while enhancing competition and small business access to acquisition information. These components are critical for maintaining the operational readiness of the F-16 aircraft, and the estimated delivery schedule is set for August 8, 2028. Interested parties should contact Dennis Bouy at dennis.bouy@us.af.mil for further details, and potential suppliers must be prepared to meet stringent manufacturing qualification requirements, with an estimated qualification cost of $55,000 and a completion timeframe of 600 days.
    FD2030-24-01452
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE - DEFENSE LOGISTICS AGENCY is procuring a BED ASSEMBLY, SIEVE (NSN: 1660-01-338-7041BO) for aircraft air conditioning, heating, and pressurizing equipment. This item, with top drawing 1648960-1, is used in the maintenance and repair of aircraft. The procurement target is located at DLA AVIATION OKLAHOMA CITY. Please refer to the solicitation information for further details.
    VALVE, SOLENOID
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting bids for a solenoid valve, specifically NSN 4810-01-099-6392, with procurement restricted to qualified sources such as Lockheed Martin and Honeywell. Contractors interested in participating must submit a qualification package to demonstrate their manufacturing capabilities, adhering to the stringent requirements outlined in the Manufacturing Qualification Requirements document, which includes a qualification test plan and a pre-contract award qualification article. This solenoid valve is critical for the F-16 aircraft's Emergency Power Unit, emphasizing the importance of compliance with military standards for packaging, labeling, and documentation as detailed in the associated Statement of Work and RFQ. Interested parties should contact Scottina Malia at scottina.malia@us.af.mil for further information, with bids due by September 21, 2024, and delivery expected by March 30, 2026.
    F-16 Gun Maintenance Trailer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of an F-16 Gun Maintenance Trailer, which is essential for maintenance operations on the F-16's 20MM Gun System at Homestead Air Reserve Base. The trailer must be designed to provide a stable working platform, featuring a split deck design that allows maintenance without removing external fuel tanks, and must include storage compartments and a crane rated for 300 pounds. This procurement is critical for ensuring operational safety and efficiency in military maintenance tasks, with a total small business set-aside and an anticipated award date no later than September 30, 2024. Interested vendors should submit their quotes to Contracting Officer Gleybis Carrera at gleybis.carrera.1@us.af.mil by the revised due date of September 17, 2024, at 9:00 AM EST.
    F-16 Mobility Storage Racks
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of mobility storage racks for F-16 fighter aircraft, under solicitation number FA500424Q0044. The procurement includes one lower pylon (P/N: X20075050) and one upper LAU-129 launcher (P/N: X20075057), with a firm fixed price contract structure and a delivery requirement of 60 calendar days from the date of award. This solicitation is a 100% Small Business Set-Aside, emphasizing the government's commitment to diversity and inclusion in federal contracting. Interested parties must submit their proposals electronically by September 18, 2024, at 10:00 AM AKDT, and direct any questions to the primary contacts, A1C Liam Slater at liam.slater@us.af.mil or SrA Mouhamed Sarr at mouhamed.sarr.sn@us.af.mil, by September 16, 2024, at 10:00 AM AKDT. Please note that funding for this contract is contingent upon the availability of appropriated funds.
    B-2 Inlet and Exhaust Covers
    Active
    Dept Of Defense
    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.
    Remanufacture of E-3/E-8 Solenoid Valve, NSN: 4810-01-083-4164RK
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Sustainment Center, is seeking proposals for the remanufacture of E-3/E-8 Solenoid Valves, identified by NSN: 4810-01-083-4164RK. The procurement involves providing all necessary labor, facilities, equipment, and materials to restore unserviceable valves to a like-new condition, including disassembly, cleaning, inspection, assembly, testing, preservation, and packaging. These solenoid valves play a critical role in fuel management systems, ensuring operational readiness for the Air Force. Interested small businesses must submit their proposals by September 30, 2024, with the contract anticipated to be awarded shortly thereafter. For further inquiries, potential offerors can contact Chelsie Hannah at chelsie.hannah@us.af.mil or Morgan Mcgarity at morgan.mcgarity@us.af.mil.