F118 Digital Electronic Control (DEC) Repair
ID: 2995-01-518-7092JUType: Sources Sought
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

MAINT/REPAIR/REBUILD OF EQUIPMENT- ENGINE ACCESSORIES (J029)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources for the repair of the F118 Digital Electronic Control (DEC) under a Sources Sought notice. The procurement aims to identify potential vendors capable of providing repair, overhaul, and remanufacture services for the DEC, ensuring that these components are returned to a "like new" condition, which is critical for military operations. This opportunity emphasizes the importance of maintaining high safety and quality standards, as outlined in the associated Repair Qualification Requirements and Performance Work Statement documents. Interested businesses, including small and disadvantaged firms, are encouraged to submit a Source Approval Request (SAR) by September 16, 2024, to express their interest and demonstrate their capabilities. For further inquiries, interested parties may contact Carrie Brown at carrie.brown.8@us.af.mil or Brock May at brock.may@us.af.mil.

    Files
    Title
    Posted
    The document, a Performance Work Statement (PWS) for the repair of the F118 Digital Electronic Control (DEC), outlines the requirements and standards for service provision. It emphasizes the contractor's responsibility to maintain a Federal Aviation Administration (FAA) Part 145 rated repair facility and outlines detailed processes for receiving, inspecting, and repairing the DEC. Key procedures include cleaning, disassembly, repair, and testing in adherence to specific maintenance manuals and FAA directives. The document specifies performance objectives, including delivering defect-free products and meeting delivery schedules. It emphasizes quality assurance through compliance with ISO standards and mandates various reporting requirements, including Shipping Discrepancy Reports (SDRs) and deficiency reporting. Additionally, it delineates contractor responsibilities for government property and the importance of using accurate reporting systems, particularly the Commercial Asset Visibility Air Force (CAV AF). The PWS underscores safety and quality as primary concerns, mandating that all repairs meet rigorous standards while maintaining comprehensive documentation. The emphasis on performance measurement and adherence to specified thresholds illustrates the government’s focus on operational accountability in contracting processes.
    The document outlines the Repair Qualification Requirements (RQR) for Propulsion Critical Safety Items (CSI) and Critical Application Items (CAI) within the Air Force's Propulsion Sustainment Division. It details procedural and documentation standards necessary for companies seeking approval to repair these critical items. Specific sections cover application parameters, scope, submission requirements, technical data requests, company profiles, source approval requests (SAR), evaluation methods, and necessary amendments for ongoing compliance. Key components include the submission of comprehensive technical data, proof of quality assurance certifications, significant industrial process certifications, and evidence of relevant repair experience. The document also delineates the evaluation process for SAR applications, the duration of approval statuses, and the need for resubmission and amendments when changes occur. This RQR serves to ensure that only qualified sources are approved to maintain the safety and effectiveness of propulsion systems critical to military operations, highlighting the government's commitment to quality control in defense contracting.
    The U.S. Air Force is conducting a Market Research effort through this Sources Sought Notice aimed at identifying potential sources for repair, overhaul, and remanufacture services related to specific parts, notably the Digital Electronic Control (DEC) with NSN 2995-01-518-7092JU. The requirement emphasizes the capability to provide necessary labor, materials, and logistical support for ensuring these components are returned to the government in “like new” condition. Interested businesses, including small and disadvantaged ones, are invited to express their interest and submit a Source Approval Request (SAR) for qualification. The document underscores that this announcement is not a solicitation and that no contract will be awarded based on this market research. Interested vendors are instructed to provide essential business information and must respond by September 16, 2024. The ultimate goal is to inform the best acquisition strategy while encouraging participation from a diverse range of business types.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    J85 Engine T5-5 Amplifier
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and upgrade of the J85-5 Digital Temperature Control Amplifier (DTCA) used in T-38 aircraft. The procurement includes comprehensive services such as testing, reporting, and adherence to military standards, with a strong emphasis on quality management systems compliant with ISO standards. The DTCA is critical for maintaining the operational integrity of the aircraft, ensuring that all units are returned to a serviceable condition. Interested contractors should contact Robert Hudson at robert.hudson.22@us.af.mil or William Loftis at william.loftis@us.af.mil for further details, with the solicitation number FA8122-24-R-0020 indicating the formal nature of this opportunity.
    Overhaul of F100-PW-220 5th-12th Stage Stators, NSNs: 2840013662958NZ, 2840013662957NZ, 2840013655052NZ, 2840013635965NZ, 2840013564274NZ, 2840013563536NZ, 2840013575078NZ, 2840013569500NZ, 2840013575079NZ
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the repair and overhaul of F100-PW-220 5th-12th Stage Stators at Tinker Air Force Base, Oklahoma. This Sources Sought Synopsis aims to identify businesses capable of providing the necessary labor, materials, facilities, and equipment for the repair, testing, preservation, and logistics management of these components. The F100-PW-220 stators are critical for aircraft engine performance, making this procurement essential for maintaining operational readiness. Interested parties, including large and small businesses as well as disadvantaged or veteran-owned firms, are encouraged to respond with their capabilities and credentials in accordance with the NAICS code 336412. For further inquiries, contact John Freeman at John.Freeman.16@us.af.mil.
    Spares procurement of F100 Circuit Card Assembly, NSN: 599815391742NZ
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is conducting a Sources Sought notice to identify potential sources for the procurement of F100 Circuit Card Assemblies, identified by NSN 599815391742NZ and Part Number 1002169-2. This initiative aims to gather information from various businesses, including small and disadvantaged firms, to determine if the requirement can be fulfilled competitively or set aside for small businesses, emphasizing capabilities in manufacturing, logistics planning, and supply chain management. The circuit card assemblies are critical components in aircraft engine systems, underscoring their importance in maintaining operational readiness. Interested vendors are encouraged to express their interest and submit the necessary business information, including a Source Approval Request for qualification, to John Freeman at John.Freeman.16@us.af.mil, as this solicitation is for planning purposes only and no contract will be awarded based on this notice.
    Manifold Assembly
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is conducting market research to identify potential manufacturing sources for the Manifold Assembly No 4 for the F100 engine, specifically NSN 2915-01-659-5074NZ, with an estimated requirement of 24 units. Interested companies, particularly small and disadvantaged businesses, are encouraged to submit a Source Approval Request (SAR) to the Oklahoma City Small Business Office, demonstrating relevant manufacturing experience within the last 36 months. This procurement is crucial for maintaining the operational readiness of aircraft powered by the F100 engine, and all communications regarding this opportunity must be directed to the primary contact at 430scms.afmc.rfiresponses@us.af.mil. Please note that this notice is for planning purposes only and does not constitute a commitment for contract award or funding.
    16--DC AFT PDA,DC, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of the DC AFT PDA, DC, under a firm fixed-price contract. The procurement involves the overhaul, upgrade, and testing of aircraft parts, ensuring they meet operational standards and are returned to a Ready for Issue (RFI) condition. This opportunity is critical for maintaining the functionality and reliability of military aircraft components, which are essential for national defense operations. Interested contractors should contact Carmelena Oldroyd at 215-697-2606 or via email at CARMELENA.OLDROYD@NAVY.MIL for further details, with the expectation of a 90-day repair turnaround time after asset receipt.
    KC135 APU Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the repair of the KC-135 Auxiliary Power Unit (APU) as part of a Sources Sought Announcement. This initiative aims to identify qualified vendors capable of meeting stringent military standards for the repair of this critical component, which is essential for starting the main aircraft engines and providing electrical power for aircraft systems. The APU repair process requires compliance with detailed qualification requirements, including engineering source approval and submission of a qualification plan, with an estimated qualification cost of approximately $6,000 and a completion timeframe of 180 days. Interested parties should contact Michelle Manuel at michelle.manuel.3@us.af.mil or Angelina Kellett at angelina.kellett@us.af.mil for further information.
    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.
    RFI for ESTS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to identify potential contractors capable of providing depot-level test and repair services for electronic components associated with the F15 ESTS testers. The government seeks sources with the necessary repair data, expertise, and experience to handle specific National Stock Numbers (NSNs), including a signal generator, spectrum analyzer, and centrifugal fan, which are critical for the operation of the F15 ESTS. This RFI is part of market research and does not guarantee a contract award; however, interested parties, particularly small businesses, are encouraged to submit their capabilities documentation by September 18, 2024, to Blake McWilliams at blake.mcwilliams.1@us.af.mil or by phone at 478-221-4211.
    Repair of C-130 Fuel Quantity Indicators
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force, is seeking contractors capable of repairing C-130 fuel quantity indicators, with a focus on comprehensive logistics and supply chain management. The procurement involves the repair, testing, preservation, and packaging of various part numbers, with estimated requirements totaling 22 units for each of the four options across multiple part numbers, including NSNs 6680-01-350-8048 and 6680-01-350-8049. This initiative is critical for maintaining operational readiness and safety of the C-130 aircraft fleet. Interested parties are encouraged to submit their qualifications and capabilities to the primary contact at 422.SCMS.AFMC.RFI@us.af.mil or the secondary contact, Amanda Mathews, at amanda.mathews.2@us.af.mil, as part of the Sources Sought notice, which is currently open for responses.
    Repair of B-2 Disk Drive Unit (DDU)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center, is seeking potential sources for the repair of the B-2 Disk Drive Unit (DDU), associated with NSN 7025-01-582-0638. The procurement aims to identify contractors capable of managing all aspects of the repair process, including disassembly, inspection, maintenance, and testing, to ensure the units are returned to a serviceable condition while adhering to stringent military specifications. This repair work is critical for maintaining the operational readiness of the B-2 aircraft, emphasizing the importance of quality control, counterfeit prevention, and compliance with federal requirements. Interested companies must respond with their capabilities and experience by October 11, 2024, and can submit their responses electronically. For further inquiries, contact Mark C. Green at mark.green.29@us.af.mil or 405-734-8487.