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 F15 and C130 Float Valves, as well as the F15 Interconnect Valve. The procurement aims to restore these critical aircraft components to a like-new condition, adhering to stringent quality assurance standards and regulatory requirements. This contract is vital for maintaining the operational readiness of military aircraft, with a total award amount of $818,957.83 and provisions for a firm fixed-price contract with multiple option years. Interested vendors should submit a Source Approval Request and ensure compliance with NIST security requirements, with further inquiries directed to 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
    New Manufacture F15/Valve, Solenoid
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the sole source acquisition of 198 F-15 Solenoid Valves from Meggit North Hollywood, Inc. This procurement is critical for the F-15 aircraft's fuel tank pressurization system, requiring compliance with specific delivery timelines, including an initial delivery of 50 units by May 31, 2026, and the final 48 units by August 31, 2026. Interested contractors must adhere to cybersecurity requirements and submit their offers electronically by January 7, 2026, with funding contingent on fiscal year 2026 availability. For further inquiries, potential bidders can contact Matthew Churchwell at matthew.churchwell.2@us.af.mil or by phone at 405-739-4809.
    FD20302600008 - Remanufacture of KC-135 Valves & Pumps; NSN: 2915-01-452-5123RK, 2915-01-452-5126RK, 2915-01-527-8152RK, 2915-01-510-1161RK
    Dept Of Defense
    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.
    VALVE,FLOAT,AIRCRAF
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the manufacture and delivery of "VALVE, FLOAT, AIRCRAFT" (NSN: 2915-01-116-0968 RK) at DLA Aviation in Oklahoma City, OK. This procurement is unrestricted and requires firm-fixed pricing, with a minimum order quantity of 8 and a maximum of 46 units, all to be delivered by January 22, 2027. The valves are critical components in aircraft fuel systems, ensuring operational efficiency and safety. Interested vendors should note that Unique Item Identification (UID) for traceability is mandatory, and all payment requests must be submitted electronically via Wide Area WorkFlow (WAWF). For further inquiries, Genevee Suba can be contacted at genevee.suba@us.af.mil.
    Noun_Valve, Linear, Direct_Application_F-15_NSN_4810-01-220-3996_Part_Number_MC11219-3
    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 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.
    F-16 Fuel Flow Divider Valve, NSN 2915010759723
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of 34 units of the F-16 Fuel Flow Divider Valve (NSN 2915-01-075-9723), with a potential range of 9 to 51 units. This component is critical for the operation of aircraft fuel systems, ensuring efficient fuel management in military aviation. Interested contractors must comply with specific packaging requirements and regulations, including adherence to MIL-STD standards and export control certifications, with inspections and acceptance occurring at the origin. For further details, including the technical data package, interested parties should contact Kevin Howe at kevin.howe.1@us.af.mil, and refer to the attached solicitation PDF "SPRTA26R0840" for comprehensive requirements.
    17--VALVE,SERVO,AIRCRAF, IN REPAIR/MODIFICATION OF
    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 aircraft servo valves under the title "17--VALVE, SERVO, AIRCRAFT, IN REPAIR/MODIFICATION OF." The procurement requires contractors to perform comprehensive repair, testing, and inspection of the specified valves, ensuring compliance with established technical specifications and repair manuals, with a critical emphasis on quality and safety due to the items' role in shipboard systems for aircraft operations. Interested contractors must adhere to a repair turnaround time of 180 days and provide detailed documentation of their processes, with the contract's induction expiration date set at 365 days post-award. For further inquiries, potential bidders can contact Brian Emde at 215-697-4313 or via email at BRIAN.J.EMDE.CIV@US.NAVY.MIL.
    16--VALVE ASSEMBLY,ENVI
    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 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.
    SEAT, SHUTOFF VALVE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of shutoff valves for the F-15EX aircraft. This solicitation involves an Indefinite Quantity Contract for the supply of 120 units over a five-year base period, with a delivery schedule of 205 days after receipt of order. The shutoff valves are critical components used in aircraft hydraulic systems, underscoring their importance in maintaining operational readiness and safety. Interested suppliers must submit a written proposal and complete the solicitation available on the DLA Internet Bid Board System (DIBBS) by the issue date of December 22, 2025. For further inquiries, contact Renee Griffin at renee.griffin@dla.mil or call 445-737-2040.
    16--PRSOV VALVE,BLEED, IN REPAIR/MODIFICATION OF
    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 PRSOV Valve, Bleed, under a federal contract. The procurement aims to ensure the efficient repair and testing of these aircraft components, which are critical for maintaining operational readiness in military aviation. The contractor will be responsible for providing all necessary facilities, labor, materials, and parts to return the items to a Ready for Issue (RFI) condition, adhering to strict quality and inspection standards. Interested parties can contact Jillian A. Eder at 215-697-6490 or via email at jillian.a.eder.civ@us.navy.mil for further details, with a required repair turnaround time of 146 days after receipt of the asset.
    Valve, Linear, Direct
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation at Oklahoma City, OK), is soliciting proposals for the procurement of Linear Direct Valves, specifically under Request for Quotation RFP SPRTA1-25-R-0233. This procurement is critical for the C-130 aircraft's flap actuation hydraulic system, requiring manufacturers who have successfully completed all necessary testing for the original design or similar complex items to be considered approved sources. The closing date for submissions has been extended to December 31, 2025, with an estimated issue date of April 10, 2025, and interested parties should direct inquiries to Chrissy Turnage at christine.turnage@us.af.mil for further details.