Re-manufacture of the F15 and C130 Float Valves and F15 Interconnect Valve
ID: FA811825R0018Type: 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)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the re-manufacture of F-15 and C-130 float valves, as well as the F-15 interconnect valve. This procurement aims to restore these critical aircraft components to a like-new condition, ensuring compliance with stringent quality standards and safety protocols. The successful contractor will be responsible for sourcing parts, adhering to established Technical Orders, and managing supply chain risks, which are vital for maintaining the operational readiness of military aircraft. The total award amount for this contract is $818,957.83, with a firm fixed-price structure and multiple option years. Interested vendors must submit a Source Approval Request (SAR) and comply with NIST security requirements. For further inquiries, potential bidders can contact Mayona Presley at mayona.presley@us.af.mil or Amy Gil at amy.gil@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The CAV AF Reporting Requirements document outlines contractor responsibilities and procedures for the Commercial Asset Visibility (CAV AF) system, which tracks government-owned assets at contractor repair facilities. Contractors must maintain accurate asset records in CAV AF, provide daily updating of data, and ensure compliance with specific training and reporting guidelines, including completing System Authorization Access Requests and CyberAwareness training. Additionally, the document provides detailed instructions on reporting discrepancies related to shipments, processes for managing Government Furnished Property, and requirements for handling nuclear weapon-related materials. It emphasizes the importance of adhering to established timelines for reporting and shipping actions to ensure effective inventory management. Notably, accountability for discrepancies, compliance with reporting requirements, and proper usage of documentation like DD Form 1348-1A is critical. This comprehensive set of guidelines aims to enhance asset visibility, improve inventory control, and ensure the successful management of government contracts.
    The Government Property (GP) Inventory Report, designated as DI-MGMT-80441D, is a standardized document that requires contractors to deliver an inventory list of Government Furnished Property (GFP) and Contractor Acquired Property (CAP) to the Department of Defense (DoD). Applicable to all contracts involving GP, the report serves as a crucial tool in tracking properties utilized during contract performance. The inventory report is structured to include key information such as contract and asset identification numbers, item descriptions, manufacturer details, quantity, location, condition, and acquisition costs. It mandates an electronic submission format (.xls or .xlsx) and addresses the classification of property types, including specific categories like Communication Security and Equipment. Ultimately, this report aims to ensure accurate tracking and management of government assets entrusted to contractors, enhancing accountability and oversight in federal contracting processes.
    The Commercial Asset Visibility (CAV) Reporting document outlines the structure and requirements for tracking government-owned reparable assets at commercial repair facilities. CAV provides an automated, web-based inventory management system that facilitates real-time transaction reporting by contractors as assets move through the repair cycle. Key components of the reporting requirements include receipt of assets, inductions, completions, and various status updates, all detailed in the Contract Statement of Work. The CAV system ensures that contractors can efficiently manage data, produce necessary reports, and maintain accurate records of asset conditions and movements. This initiative aims to enhance the oversight of reparable assets, thereby improving operational efficiency within government contracting processes. Overall, the document serves as a guide for contractors on the expected format and content for data submissions related to asset management.
    The Contract Depot Maintenance (CDM) Monthly Production Report outlines the requirements for reporting maintenance production figures and asset status for depot level maintenance contracts within the Department of Defense. The report includes vital information such as contractor details, contract numbers, and performance metrics, structured into specific blocks detailing quantities of items at various stages of repair and production. It mandates a clear format, ensuring comprehensive data is provided by the Production Management Specialist and the Contractor. Key sections cover reports on reparables received, inducted for repair, awaiting parts, produced, shipped, and condemned, alongside a forecast for the upcoming month. A Production Summary is also required if the anticipated production deviates from the schedule or if issues affecting production arise. Overall, the document serves to enhance transparency and accountability in the management of maintenance contracts, facilitating effective oversight by government authorities.
    The government document outlines a Request for Proposal (RFP) for the remanufacturing of aircraft valves related to the F-15 and C-130 models, issued by the Department of the Air Force. The total award amount for the contract is $818,957.83, and it includes provisions for a firm fixed-price contract with multiple option years. The contractor is expected to restore the end items to a like-new condition while adhering to stringent quality standards and regulations. Qualified vendors must submit a Source Approval Request (SAR) for this acquisition, ensuring compliance with the National Institute of Standards and Technology (NIST) security requirements. The proposal specifies that work on non-repairable items must be approved before proceeding. Additionally, it details the requirements for inspections, delivery timelines, and the necessary documentation for government property return, emphasizing a commitment to quality assurance throughout the process. This contract is seen as critical for maintaining the operational readiness of military aircraft and aligning with federal acquisition regulations.
    The document is a Statement of Work (SOW) for the remanufacture of F-15 Float Valve, F-15 Interconnect Valve, and C-130 Float Valve, issued by the Department of the Air Force's Air Force Sustainment Center. It outlines requirements and expectations for contractors, including remanufacturing processes, pre-award surveys, and specific quality assurance standards. The SOW details the necessary qualifications, procurement and testing of parts, and the protocols for reporting defects or discrepancies. Key components include firm definitions of terms such as remanufacture, inspection requirements, replacement parts specifications, and safety protocols. The document mandates strict adherence to applicable Technical Orders and government quality programs. It emphasizes the CONTRACTOR's responsibility for sourcing parts, maintaining compliance with safety and health regulations, and managing supply chain risks effectively. The schedule for deliverables, rights concerning government property, and specifications for consumable part replacements are also highlighted. This SOW serves to standardize the remanufacturing process while ensuring quality, safety, and compliance with regulatory standards, ultimately aimed at enhancing the operational capabilities of the U.S. Air Force.
    Lifecycle
    Similar Opportunities
    Remanufacture of F-15 Temperature Regulating Valve
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the remanufacture of F-15 Temperature Regulating Valves, identified by National Stock Number (NSN) 4820-00-332-5708. The procurement involves comprehensive requirements for cleaning, disassembly, inspection, maintenance, reassembly, testing, and finishing of the valves to ensure they meet operational standards akin to new components. These valves are critical for the functionality of the F-15 aircraft, underscoring their importance in maintaining the operational readiness of the Air Force fleet. Interested vendors are encouraged to express their interest and submit a Source Approval Request (SAR) package by the designated deadline, with inquiries directed to the primary contact, 423rd SCMS, at 423scms.guea.workflow@us.af.mil.
    C-130 Float Valve
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking potential suppliers for the C-130 Float Valve (NSN 4820-01-073-6472RK) as part of a Sources Sought Synopsis aimed at identifying businesses capable of manufacturing and supplying this critical spare part. The procurement process is focused on assessing the capabilities of various suppliers, including those classified as Service-Disabled Veteran-Owned and Women-Owned businesses, to determine whether the contract can be competitive or set aside for small businesses. This valve assembly is essential for the operational readiness of the C-130 aircraft, highlighting its importance in maintaining defense capabilities. Interested manufacturers are encouraged to submit a Source Approval Request (SAR) package and direct inquiries to the designated contacts at Tinker Air Force Base, with no solicitation or funding currently available for this opportunity.
    REMANUFACTURE OF C-130 BUTTERFLY VALVE
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the remanufacture of C-130 butterfly valves, a critical component in aircraft operations. This procurement aims to ensure the availability and reliability of these valves, which are essential for the proper functioning of the C-130 aircraft. The work will take place in Carlton Landing, Oklahoma, and is categorized under the NAICS code 336413, focusing on other aircraft parts and auxiliary equipment manufacturing. Interested parties should reach out to Aczavius Smith at aczavius.smith@us.af.mil or Morgan Mcgarity at morgan.mcgarity@us.af.mil for further details regarding the presolicitation notice.
    Remanufacture/Re-core of the C-130 HX NSN: 1660-01-150-9084/PN 191390-2-2 and F-15 HX NSN:1660-00-273-8669/PN 189320-3-1
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the remanufacture and re-core of C-130 and F-15 heat exchangers, identified by NSNs 1660-01-150-9084 and 1660-00-273-8669, respectively. The procurement aims to restore these critical aerospace components to "like-new" condition through a comprehensive remanufacturing process that includes disassembly, cleaning, inspection, and testing, adhering to applicable technical orders and quality assurance measures. This initiative is vital for maintaining the operational readiness of military aircraft, ensuring that they meet stringent performance and safety standards. Interested small businesses must submit their proposals by March 10, 2025, with a firm fixed-price contract anticipated over a five-year period, including a three-year basic term and a two-year optional extension. For further inquiries, potential bidders can contact Morgan Mcgarity at morgan.mcgarity@us.af.mil.
    F-15 CAP VALVE, NSN: 1650-00-321-6291, PN: 86198-3
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation in Oklahoma City, is soliciting quotations for the procurement of F-15 cap valves, specifically NSN: 1650-00-321-6291, with an initial requirement of 11 units, subject to adjustment between 3 to 17 units. These cap valves are critical components for aircraft hydraulic systems, ensuring operational readiness and safety in military aviation. Interested vendors must submit their quotations by March 17, 2025, and comply with the Buy American Act, as well as adhere to stringent quality assurance processes, including inspection and warranty provisions. For further inquiries, vendors can contact John Nolan at john.nolan.8@us.af.mil or call 405-855-3542.
    F-15 GOVERNOR,PUMP,PRESS
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting proposals for the procurement of a governor pump for the F-15 aircraft. This contract, identified by Solicitation Number SPRHA1-25-R-0913, emphasizes the need for on-time delivery improvements and requires bidders to propose achievable delivery schedules based on their production lead times. The procurement is critical for maintaining the operational readiness of military aircraft, ensuring that essential parts are available when needed. Interested contractors must comply with stringent quality standards, packaging, and shipping regulations, particularly for hazardous materials, and can contact Travis Bodily at travis.bodily@us.af.mil for further information.
    F-15 VALVE,REGULATING,TE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is seeking suppliers for the procurement of 31 units of a hydraulic valve, specifically categorized under "Other Aircraft Parts and Auxiliary Equipment Manufacturing." This presolicitation opportunity emphasizes the importance of these valves in supporting military aircraft operations, ensuring reliability and performance in critical defense applications. Interested vendors must submit their offers by June 21, 2024, with delivery of the units required by February 10, 2025. For further inquiries, potential bidders can contact Chris Lally at 405-855-3529 or via email at christopher.lally.1@us.af.mil.
    NSN1680-01-585-5805YQ_ThrottleAssembly_F15_PN68G582000-1159_FD2030-25-01079
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking potential vendors capable of supplying spare parts for the throttle assembly (NSN 1680-01-585-5805) for the F15 aircraft. This Sources Sought Synopsis aims to gather information to support market research and assess competition for this procurement effort, specifically targeting small businesses and disadvantaged groups. The selected vendors will be responsible for fulfilling all necessary manufacturing, inspection, and logistics services for parts procurement, with no repair requirements involved, and must independently obtain all technical data necessary for production. Interested parties should direct inquiries to 423 SCMS at 423SCMS.Requirements@us.af.mil or 423scms.workflow@us.af.mil, noting that there are no funds available to support this market research at this time.
    F-16 Valve
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting proposals for the manufacture of a Nitrogen-Emergency Power Unit valve specifically designed for the F-16 aircraft, identified by part number 16VH003006-2 and National Stock Number 4810-01-099-6392WF. The procurement requires compliance with military specifications and standards, with a focus on quality assurance, timely delivery, and adherence to strict packaging and marking requirements as outlined in various engineering documents. This valve is critical for the operational effectiveness of military aircraft, underscoring the importance of reliable supply chains in defense logistics. Interested suppliers must submit their bids by March 27, 2025, and can direct inquiries to Travis Bodily at travis.bodily@us.af.mil for further information.
    F-100 Seal, Metallic, Aircr
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of F-100 metallic seals, a critical safety item, under contract number SPRTA1-25-R-1155. A total of 588 units are required, with a delivery deadline set for July 23, 2026, and the estimated issue date for the Request for Proposal (RFP) is February 12, 2025, with a proposed closing date of March 14, 2025. This procurement is essential for maintaining the operational integrity of military aircraft, and it is subject to specific qualification and export control requirements, with no small business set-asides. Interested parties should contact Jeremy Bryant at jeremy.bryant@us.af.mil or call 405-855-7112 for further details and to ensure their proposals meet the evaluation criteria, which will include pricing, technical capabilities, and past performance.