B-1 Multi Functional Display
ID: FA8117-25-SS-0002Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8117 AFSC PZABATINKER AFB, OK, 73145-3303, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES (J016)
Timeline
    Description

    The Department of Defense, specifically the Air Force, is seeking sources for the B-1 Multi Functional Display, as outlined in a Sources Sought notice. This opportunity aims to identify potential contractors capable of providing repair and overhaul services for specific Multi Functional Display units, which are critical components for aircraft operations. The initiative underscores the importance of maintaining operational readiness and safety standards within the defense sector, as these displays are integral to aircraft functionality. Interested vendors must submit a Source Approval Request (SAR) package by December 11, 2024, to the designated email address, with further inquiries directed to SEND RESPONSES HERE at 422.SCMS.AFMC.RFI@us.af.mil.

    Point(s) of Contact
    SEND RESPONSES HERE
    422.SCMS.AFMC.RFI@us.af.mil
    Files
    Title
    Posted
    The document presents a Request for Engineering Drawings form used by the federal government. It outlines the process for requesting engineering drawings from the Department of Defense while emphasizing that the requestor must be the Data Custodian as indicated on DD Form 2345. The form requires essential details such as the requestor's company information, intended use of data, and a list of up to 15 drawings (limited to a maximum of 15). Each request incurs a minimum administrative and research fee of $107. Requests must be sent to the specified email address. This document is primarily intended to standardize the process for obtaining engineering data, ensuring compliance with regulations regarding submission and use of technical data in federal applications. Overall, it highlights steps for proper documentation and the importance of data handling in defense-related projects.
    The document outlines the Repair/Remanufacture Qualification Requirements (RQR) for critical safety and application items managed by the Air Force Sustainment Center (AFSC). It delineates the process by which potential sources must obtain Engineering Support Activity (ESA) approval to repair or remanufacture specific items, adhering to operational safety standards and relevant federal regulations. Key requirements include the submission of a Source Approval Request (SAR) package, which must detail the company's qualifications, quality systems, and technical capabilities. The potential source is categorized based on repair experience and data rights into three categories: actual items, similar items, and new repair items. Each category has specific documentation and evidence requirements, emphasizing the need for quality assurance and control. The document emphasizes ownership of technical data, prohibits unauthorized use of proprietary information, and outlines the SAR submission process, including formats and elements to include in the package. It finalizes with conditions under which qualification approval may be lost and provides guidance on requesting Government Furnished Technical Data. Overall, this RQR serves as a comprehensive guideline for entities seeking approval to work on critical defense-related items, ensuring operational effectiveness and safety compliance.
    The Department of Defense's Air Force Sustainment Center issued a Sources Sought Synopsis (SSS) aimed at market research to identify potential contractors for repair and overhaul of specific Multi Functional Display units, identified by Part Number 7000303-19 and NSN 6610-01-603-0699. This solicitation is intended for information gathering only; it does not constitute a Request for Proposal (RFP) or guarantee a future contract award. The Air Force expresses interest in various business types, including small and disadvantaged businesses, with all submissions to be returned electronically. Contractors must supply labor, materials, and logistics to restore units to a like-new condition. The SSS stipulates that interested vendors complete a Source Approval Request (SAR) package to qualify for this effort. Technical data and applicable maintenance guidelines are provided for reference. Responses are required by December 11, 2024, and must adhere to specified submission protocols for ensuring security and compliance. The initiative highlights the government’s commitment to engaging diverse business sources while enhancing defense equipment maintenance capabilities.
    The Technical Order Public Sales Fact Sheet from Tinker Air Force Base (AFB), Oklahoma, outlines the procedures for requesting Technical Orders (TOs) necessary for defense industry partners related to Tinker, Robins, and Hill AFB. Requests supporting U.S. Department of Defense (DoD) contracts must be submitted to the announcing contracting office, while existing contract requests require an AFTO Form 43 submission. For Non-U.S. Air Force Managed Foreign Military Sales, guidance is provided under TO 00-5-19. Requests related to unsolicited bids or information must include extensive documentation, such as a signed DD Form 2345 and details about the requesting organization. A fee of $65 applies for each approved TO, in addition to shipping costs. Requesters should allow 30 days for processing before inquiring about their request status. This guidance supports the DoD's efforts to facilitate technical data access while ensuring the responsible use of sensitive information crucial to national defense efforts. For further assistance, contact the TO Public Sales Office via provided email or phone information.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    MULTI FUNCTION DSPL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of the Multi Function Display (DSPL). This procurement requires contractors to provide firm-fixed prices for the repair of specified items, adhering to strict guidelines including inspection and acceptance protocols, as well as compliance with Item Unique Identification (IUID) requirements. The goods and services sought are critical for maintaining operational readiness and functionality within the Navy's equipment inventory. Interested contractors must submit their quotes electronically to Aaron D. McFee at AARON.D.MCFEE.CIV@US.NAVY.MIL, with a repair turnaround time of 192 days after asset receipt, and must include detailed pricing and capacity information as outlined in the solicitation.
    5895-01-593-8172 Data Display
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking sources for the procurement of Data Display units, specifically identified by NSN 5895-01-593-8172 and P/N 19450-01. The primary objective of this opportunity is to conduct market research to identify potential suppliers capable of fulfilling the agency's requirements, while also enhancing small business access to acquisition information and promoting competition. These Data Display units are critical for various military applications, with an estimated quantity of 30 units required annually and a delivery schedule set for September 30, 2026. Interested parties should reach out to Rocky Tello at Rocky.tello@us.af.mil to express their interest and capabilities within 15 days of this notice, as the government does not intend to award a contract based on this request.
    58--HIGH END DISPLAY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is seeking to procure 32 units of a high-end display, identified by NSN 7R-5895-015325728-EY and reference number 81161/0200.00/E. The procurement is necessitated by the unavailability of competitive data for acquiring or repairing this specific part, which cannot be economically sourced or adequately described for a competitive solicitation. This equipment is crucial for maintaining operational capabilities within the defense sector. Interested parties are encouraged to express their interest and capability to meet the requirement within 45 days of this notice, with all inquiries directed to Jonathan Rivera at (267) 336-4024 or via email at JONATHAN.M.RIVERA@DLA.MIL.
    70--PROCESSOR,DISPLAY A
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting offers for the procurement of a processor display unit. This opportunity requires suppliers to provide new, unused stock from original equipment manufacturers (OEMs) or FAA-certified parts, ensuring compliance with specific quality and inspection standards. The goods are critical for military operations, emphasizing the importance of reliability and adherence to government-approved sources of supply. Interested vendors should direct inquiries to Mary Lindsay at 215-737-3832 or via email at Mary.Lindsay@DLA.mil, with proposals due by the specified deadline.
    59--DISPLAY,OPTOELECTRO
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of optoelectronic displays, specifically NSN 5980016641001, with a requirement for four units to be delivered to DLA Distribution within 168 days after order. This procurement involves a source-controlled drawing item, and the approved source for this item is identified as 5B2G7 0401741546-009. The optoelectronic displays are critical components used in various military applications, ensuring reliable performance in electronic equipment. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    DISPLAY UNIT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of a DISPLAY UNIT, which is categorized under the NAICS code 334290 for Other Communications Equipment Manufacturing. The procurement aims to fulfill specific requirements for the manufacture and quality assurance of the DISPLAY UNIT, which is critical for military applications, particularly in ensuring effective communication and operational readiness. Interested vendors must adhere to strict guidelines regarding inspection, acceptance, and packaging, and are encouraged to provide their contact information for automated notifications regarding contract modifications. For inquiries, potential bidders can reach out to Austin Shatto at AUSTIN.SHATTO@DLA.MIL. The solicitation emphasizes the importance of compliance with military specifications and standards, and all proposals must be submitted in accordance with the outlined requirements.
    F-16 Multiplier Assembly
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting quotations for a Multiplier Assembly (NSN: 1270-01-343-8506) intended for Foreign Military Sales (FMS) customers. This procurement requires qualified sources, specifically Northrop Grumman and Spectrum Microwave, and includes stipulations for quantity range pricing, a First Article Test Report (FATR), and a First Article (FA) requirement with a delivery timeline of 180 days. The contract emphasizes compliance with military packaging standards and various defense regulations, including the Buy American Act and ITAR. Interested parties should direct inquiries to April Blakeley at april.blakeley@us.af.mil, with the solicitation due by December 22, 2025.
    FMS, REPAIR, QTY: 1, NIIN: 016441870
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting quotations for the repair of a "DISPLAY UNIT, DUAL" (NSN: 6610016441870, PN: 822-0975-103) as part of a Foreign Military Sales (FMS) requirement. The procurement emphasizes compliance with operational and functional standards, the use of mercury-free materials for items intended for submarines and surface ships, and commercial packaging suitable for overseas shipment. This repair is critical for maintaining the operational readiness of military equipment, with a delivery deadline set for December 31, 2025. Interested contractors should direct inquiries to Caitlin V. Donahue at 215-697-2198 or via email at CAITLIN.V.DONAHUE.CIV@US.NAVY.MIL, noting that submitted quotations do not constitute offers and do not obligate the government to any costs.
    Repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is issuing a solicitation for the repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW, under a firm-fixed price indefinite-delivery requirements contract. The procurement involves comprehensive repair services, including minor and major repairs, as well as handling units deemed Beyond Economically Repairable (BER) and Beyond Physical Repair (BPR). This equipment is critical for monitoring and controlling avionics systems in the B-2 aircraft, ensuring operational readiness and safety. Interested contractors must submit their proposals by January 8, 2026, and can direct inquiries to Morgan Wallar Larsen at morgan.wallarlarsen@us.af.mil or Lance Culver at jimmy.culver@us.af.mil.
    Synopsis, SMART DISPLAY UNIT, NSN: 7025-01-670-4971
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command – Detroit Arsenal, is seeking proposals for a three-year Firm Fixed Price service repair contract for Smart Display Units (NSN: 7025-01-670-4971, Part Number: 12581798). The contract will involve a minimum production quantity of 14 units and a maximum of 55 units, highlighting the importance of these devices in military operations. The solicitation, W912CH-24-R-0050, is anticipated to be released within two to four weeks and will include a technical data package (TDP) that is Distribution D; access to this TDP requires certification under the United States/Canada Joint Certification Program (JCP). Interested parties must be registered in the System for Award Management (SAM) and can direct inquiries to Christina Smith at christina.d.smith49.civ@army.mil.