REMANUFACTURE OF THE C-5 DUAL FUEL BOOST PUMP
ID: FA811824R0062Type: 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

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

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 proposals for the remanufacture of the C-5 Dual Fuel Boost Pump, with a focus on engaging small business entities through a total small business set-aside. The procurement aims to ensure the availability and operational readiness of critical aircraft components, emphasizing the importance of quality control and compliance with federal standards throughout the remanufacturing process. Interested contractors must adhere to strict reporting and asset management protocols, including the submission of a Source Approval Request if not previously qualified, with proposals due by September 26, 2024. For further inquiries, potential bidders can contact Amy Gil at amy.gil@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The CAV AF Reporting Requirements document provides comprehensive guidance for contractors involved in Contract Depot Maintenance (CDM) regarding their responsibilities in reporting government-owned assets through the CAV AF system. This system is essential for tracking daily asset statuses at contractor repair facilities, extending to initial acceptance of assets to disposition and shipping processes. Contractors must ensure accuracy in reporting, submit access requests and complete required training on cybersecurity. A strict protocol is outlined for handling discrepancies related to asset shipments, emphasizing timely reporting to avoid systemic data issues. Specific rules govern the receipt, reporting, and shipping actions regarding assets, with particular clauses for items identified as Nuclear Weapon Related Materiel (NWRM). The document also stipulates training protocols and provides contact information for CAV AF system administrators to assist contractors with any issues. Ultimately, adherence to these guidelines is crucial for maintaining accountability and compliance across the program, reflecting the document's purpose to streamline asset management in accordance with government regulations.
    The government document outlines the framework for managing requests for proposals (RFPs) and grants at federal, state, and local levels. It emphasizes the importance of data reporting, including response times and maintaining compliance with existing mandates. Key responsibilities include tracking existing data sources, preserving necessary information for transparency, and offering recommendations to reduce operational costs linked to information collection. Furthermore, organizations must consistently report, ensuring data integrity and timeliness in submissions, which is essential for ongoing contract evaluations and performance assessments. Particular attention is drawn to the regulatory context for data collection and reporting processes, alongside defining the requirements for documentation and review cycles throughout the contract's life cycle. The document encourages organizations to adhere strictly to compliance measures, with an expectation of clarity in reporting mechanisms and adherence to set guidelines during the operations. Overall, this foundational framework aims to optimize government contracting processes and enhance accountability in public spending. It reinforces a structured approach to maintaining oversight and achieving efficiency in service provision and administration.
    The Government Property (GP) Inventory Report (DI-MGMT-80441D) provides a standardized format for contractors to report inventory listings of both Government Furnished Property (GFP) and Contractor Acquired Property (CAP) to the Department of Defense (DoD). This Data Item Description is applicable to all contracts involving GP management and outlines the requirements for submission. The report must be submitted electronically in an .xls or .xlsx format and must include specific data fields such as contract numbers, asset identification, item descriptions, conditions, and locations. It supersedes a previous version (DI-MGMT-80441C) and is crucial for ensuring accurate tracking and accountability of government property held by contractors. The outlined process complies with federal regulations to maintain oversight and foster effective management of government assets during contract performance.
    The document from the Defense Logistics Agency (DLA) pertains to downloadable materials available on their website, highlighting the importance of verifying the currency of the information prior to use. It emphasizes that the data is intended for federal government requests for proposals (RFPs) and grants, as well as state and local RFPs. The focus is on ensuring compliance with up-to-date criteria and the necessity of referencing the official source to guarantee accurate engagement with the materials provided. This diligence is pivotal for entities looking to participate in government contracts and secure funding through RFPs, ensuring adherence to regulatory standards and competitive practices within the public sector.
    The Commercial Asset Visibility (CAV) Reporting Data Item Description (DI-MGMT-81838) outlines the procedures and system requirements for tracking government-owned reparable assets during the repair cycle at contractor facilities. By utilizing a web-based application, CAV automates transaction reporting, providing an effective inventory management system for monitoring assets. This framework allows contractors to report various asset statuses—such as receipt, induction, completion, and shipment—through clearly defined formats as specified in the relevant contract. Specific transactions and reports include proof of shipment, items awaiting parts, and conditions of assets. The data generated is essential for maintaining real-time visibility and accountability of reparable assets, ensuring efficient operations in compliance with government standards. This document serves as a crucial guideline for contractors engaged in asset repair, facilitating communication and data synchronization throughout the operational process.
    The "Counterfeit Prevention Plan" document outlines requirements to mitigate the risk of counterfeits in procurement processes. It serves as a guide for contractors to establish, implement, and maintain effective counterfeit protection plans in alignment with federal regulations. Key elements include: 1. **Procurement Practices**: Contractors must procure materials from original equipment manufacturers (OEMs) or authorized distributors, with protocols for qualifying non-OEM parts in situations where OEMs are unavailable. 2. **Monitoring and Training**: The plan mandates comprehensive monitoring procedures, including random sampling and supply chain surveillance, as well as a training program for receiving inspectors. 3. **Counterfeit Handling Procedures**: The document details a notification protocol for suspect products, requiring contractors to quarantine items, notify the supply chain, maintain evidence, and cooperate with government investigations if counterfeits are confirmed. 4. **Compliance and Audits**: Contractors are required to perform self-audits and ensure that subcontractors adhere to counterfeit prevention measures, enhancing reliability throughout the supply chain. This plan is critical within the context of federal RFPs, ensuring the integrity of procuring components vital for safety and effective performance in government projects.
    The Acquisition and Sustainment Data Package (ASDP) Teardown Deficiency Report (DI-PSSS-81534B) outlines the requirements for analyzing deficiencies in government property. Applicable when contractors manage records for equipment maintenance or breakdown investigations, the report mandates a text-searchable format for documentation. Key elements include a comprehensive analysis of the deficiency, detailing potential causes, corrective actions, and preventive measures. The document outlines various failure categories, including workmanship issues, material failures, and operator errors, each requiring specific investigative approaches. Additionally, it specifies that the Teardown Deficiency Report should be amenable for attachment to Product Lifecycle Management (PLM) systems, facilitating effective data management and tracking. The report aims to standardize the reporting process for equipment deficiencies, ensuring that all investigations maintain a consistent, clear format conducive to effective corrective actions. Compliance with these provisions is essential for maintaining government property and optimizing repair processes, reflecting a broader commitment to accountability and operational excellence within government projects.
    The "Contract Depot Maintenance (CDM) Monthly Production Report" (DI-PSSS-81995A) is a comprehensive data item description that outlines the requirements for submitting monthly reports on maintenance production figures related to depot-level contracts. The report is crucial for the government to assess asset status, performance against schedules, future production expectations, and unresolved issues. Key components of the report include detailed statistics such as the quantity of reparable items received, inducted into work, produced, and shipped, with a clear format specified for presentation. The report must be prepared by the Production Management Specialist and contain essential information regarding contractors and project details. Additionally, a production summary is required under certain conditions, such as discrepancies in forecasts or anticipated production issues. Submission of the report is mandated within 10 business days of the previous month’s end. Overall, this document serves as a vital tool for maintaining accountability and transparency in the contract maintenance process, supporting federal oversight in procurement and logistics management.
    The document outlines the Request for Proposal (RFP) FA8118-24-R-0062 issued by the Department of the Air Force for the remanufacture of C­5 Dual Boost Fuel Pumps. It is designated as a total small business set-aside, focusing on encouraging bids from small business entities, including those owned by women, service-disabled veterans, and HUBZone small businesses. The acquisition involves a firm fixed-price contract over five years, with a three-year base period and a two-year option. Vendors must prepare a Source Approval Request if not previously qualified and are encouraged to request technical data via specified channels. The RFP emphasizes the importance of timely proposal submissions by the set deadline of September 26, 2024. Moreover, aspects concerning pricing, delivery expectations, and the management of government-furnished property are addressed, highlighting that completion of work is contingent upon a duly authorized contract. The document requires strict adherence to various federal regulations and compliance measures, emphasizing the need for prior evaluation and continued government oversight throughout the remanufacture process. This RFP demonstrates the government's intent to engage capable contractors while promoting competition and supporting small businesses within the federal procurement landscape.
    This document serves as a form used in federal contracting, specifically related to government-furnished property for custodial procurement. It includes necessary fields for providing detailed information about contracts, items, and requisitions, facilitating proper management and tracking of government property. Key elements highlighted include the contract and order numbers, item names, descriptions, and specifications such as National Stock Numbers (NSNs), manufacturer codes, and part numbers. It distinguishes between serially and non-serially managed items and requires specific details like quantities, acquisition costs, and delivery dates. Notably, the document mandates the completeness of data entries, emphasizing the interdependencies of certain fields to ensure accurate recording. The structured format aids in organizing procurement information, essential for compliance and efficient logistics in federal contracting. This document is critical for maintaining inventory control and financial accountability within government operations, reflecting the broader framework of fulfilling federal RFP requirements.
    The document pertains to an approved project related to the Oklahoma U.S. Air Force City Packaging ALC. It indicates federal government engagement with the U.S. Air Force, focusing on packaging operations. The approval suggests that a proposal or program has met necessary requirements and standards, enabling further action or funding related to air force logistical operations. Although specific details about the project’s parameters, objectives, or funding allocations are not provided, the endorsement reflects continued investment in the military's support infrastructure. This could have implications for local economic development and the supply chain associated with military packaging and logistics.
    The Statement of Work (SOW) outlines the requirements for the remanufacture of the C-5 fuel pump under the Department of the Air Force, facilitating contract performance at Tinker Air Force Base, Oklahoma. It includes definitions, specific tasks, pre-award and initial production evaluation protocols, and various compliance requirements. The SOW stipulates the need for a comprehensive quality control program, meticulous inspection and testing of components, and full replacement of specified consumable parts during remanufacture. Reporting obligations require maintaining documentation for five years and involve adherence to applicable technical orders and safety regulations. Moreover, it emphasizes risk management, notably concerning supply chain vulnerabilities and cybersecurity protocols. Contractor responsibilities include ensuring compliance with part identification, disposal, calibration of special tools, and maintaining records for effective government inspection. In essence, the document serves as a detailed guideline ensuring contractor accountability and detailing procedures for remanufacturing, quality assurance, risk assessment, and compliance with federal expectations. The structured approach facilitates the Air Force's objective of maintaining operational readiness through high-quality refabrication of critical equipment.
    This document is a Repair Data List revision for a specific fuel booster pump (Part Number: 271700-4, NSN: 2915004899215RK) dated December 21, 2023. It is associated with a contractor identified by the CAGE code 59875. The data provides references to a technical order (TO 6J10-3-130-3), which outlines the repair methods and documentation requirements. The remarks section categorizes the furnished method codes, indicating the availability of data. Key categories include Classifications for documents (C) and Technical Data (X), as well as indicating the conditions under which the information may be available to contractors. The purpose of this document is to consolidate and communicate necessary repair data and technical specifications essential for maintenance and repair operations, ensuring compliance with federal and governmental standards. This summary emphasizes the importance of channels for ensuring access to technical resources for contractors engaged in federal projects, highlighting the structured framework in which such collaborations are conducted.
    The document outlines transportation data and instructions related to a federal procurement for three distinct line items, all intended to be shipped to the DLA Distribution Depot in Tinker AFB, Oklahoma. Initiated on June 10, 2024, the procurement details regulations governing freight classification, shipment marking, and requirements for contacting the Defense Contract Management Agency (DCMA) for shipping instructions. Vendors are instructed to utilize the DCMA Shipment Instruction Request (SIR) eTool System to receive necessary logistics and documentation prior to any freight movement. Transportation funding specifics are provided, including various account codes for proper financial tracking. Each item includes a unique National Stock Number (NSN), with clear shipping details and a contact person for vendor inquiries. This document serves as a guideline for vendors in ensuring compliance with Department of Defense logistical policies and procedures, highlighting the importance of adhering to regulatory requirements to avoid fiscal consequences. Overall, it underscores the necessity of structured communication and process adherence in federal procurement and transportation management.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Remanufacture of KC-135 Valve Assembly and F-16 Regulating Valve
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center, is soliciting proposals for the remanufacture of KC-135 valve assemblies and F-16 regulating valves under a firm fixed price requirements contract. This procurement aims to restore these critical aircraft components to a like-new condition, ensuring operational readiness and compliance with stringent military specifications over a five-year period, which includes a three-year basic contract and an optional two-year extension. The selected contractor will be responsible for all aspects of the remanufacturing process, including material provision, labor, and adherence to quality assurance standards, with a focus on maintaining the integrity of government property throughout the project. Interested small businesses must submit their proposals by October 8, 2024, and can direct inquiries to Dessie Breslin at dessie.breslin@us.af.mil or David O'Rourke at david.orourke@us.af.mil for further details.
    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-5 Tension Regulator, Repair
    Active
    Dept Of Defense
    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.
    NSN2915-01-513-3409_HousingFuelPump_F108_PN219823-1_FD2030-24-01158
    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 a critical safety item, specifically a housing for a fuel pump (NSN: 2915-01-513-3409). This procurement aims to secure supplies necessary for the F108 engine, with an emphasis on competitive pricing for varying quantities ranging from 15 to 90 units, reflecting the government's flexible procurement strategy. The solicitation is particularly significant as it encourages participation from small businesses, including those owned by women and veterans, while adhering to stringent federal regulations and safety standards. Interested vendors must submit their proposals by September 23, 2024, with the solicitation expected to be issued on August 23, 2024; for further inquiries, contact Alex Varughese at alex.varughese.1@us.af.mil.
    FUEL TRANSFER PUMP CARTRIDGE ASSEMBLY / 19F, F-15 EAGLE AIRCRAFT
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking contractors for the procurement of Fuel Transfer Pump Cartridge Assemblies for the F-15 Eagle aircraft. This opportunity involves an indefinite quantity contract (IQC) for a base period of five years, with an estimated annual requirement of 240 units, and includes first article testing with specific delivery timelines. The procurement is critical for maintaining the operational readiness of military aircraft, and interested contractors must be certified by the DOD to access the necessary technical data. The solicitation is expected to be issued on or about September 30, 2024, and inquiries can be directed to Gladys Brown at gladys.brown@dla.mil or by phone at 804-279-1561.
    16--FUEL PUMP ASSEMBLY
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of 25 units of the Fuel Pump Assembly (NSN 7R-1680-016622898-LU, REF NR 4952456). This procurement requires engineering source approval due to the flight-critical nature of the item, necessitating that only approved sources may submit proposals, as the technical data and manufacturing knowledge are not readily available to the Government. Interested parties must provide detailed documentation as outlined in the NAVSUP Source Approval Information Brochures, and proposals must be submitted with all required data to be considered for award. For further inquiries, potential bidders can contact Marisa L. Tetkowski at (215) 697-2644 or via email at MARISA.TETKOWSKI@NAVY.MIL.
    C-5 Training Cargo Loads
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from small business concerns for the design, production, and delivery of C-5 Training Cargo Loads under Solicitation FA3016-24-Q-5154. The primary objective is to create training cargo loads that replicate Aircraft Ground Equipment (AGE) commonly used in USAF operations, with delivery required at Joint Base San Antonio-Lackland, Texas. These training aids are crucial for enhancing loadmaster training and operational readiness within the Air Force. Interested vendors must submit their quotes by September 20, 2024, at 1:00 PM CST, and are encouraged to direct any inquiries to Thomas Farrell at thomas.farrell.5@us.af.mil. This procurement is a total small business set-aside, emphasizing the government's commitment to supporting small enterprises in federal contracting.
    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.
    T-38 Gearbox Remanufacture
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of T-38 gearboxes, with a focus on engaging small businesses under a total small business set-aside. The procurement requires contractors to establish their own supply chains for all necessary parts, as the government will not provide sub-components, and emphasizes adherence to stringent quality assurance and packaging standards throughout the remanufacturing process. This initiative is critical for maintaining operational readiness of military aircraft, ensuring that the gearboxes are restored to a serviceable condition. Proposals are due by September 20, 2024, at 8 AM MST, and interested parties can contact Angel McKenzie at angel.mckenzie.2@us.af.mil or Angelina Kellett at angelina.kellett@us.af.mil for further information.
    Mobile Diesel Fuel Tank - 750 Gallon
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from small businesses to supply a 750-gallon mobile diesel fuel tank for Offutt Air Force Base in Nebraska. The procurement aims to enhance operational efficiency and readiness by providing a mobile fuel trailer that meets specific requirements, including a weatherproof lockable cabinet, dual spring axles, and various pump options to facilitate timely refueling in remote locations. This initiative is critical for improving logistical support in military operations, as current refueling methods have been reported to cause delays that adversely affect mission success. Proposals must be submitted by September 23, 2024, and interested vendors should direct inquiries to Gustavo Davila at gustavo.davila@us.af.mil or Joshua Connelly at joshua.connelly.1@us.af.mil for further information.