F-15 Elastomer Pad (FA8203-25-Q-0003)
ID: F15ElastomerPadType: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8203 AFSC PZAABHILL AFB, UT, 84056-5825, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS (1680)

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 soliciting proposals for the procurement of elastomer pads essential for aircraft clamp blocks under solicitation FA8203-25-Q-0003. This procurement emphasizes adherence to stringent quality assurance standards, including the incorporation of AS9100, and requires compliance with the Buy American Act, ensuring that all products meet military specifications and safety protocols. The elastomer pads are critical components for the F-15 aircraft, reflecting the importance of maintaining high-quality standards in defense manufacturing. Interested contractors must submit their proposals by June 2, 2025, and can direct inquiries to Justin Mckinley at Justin.mckinley.2@us.af.mil or Nathan Hirschi at nathan.hirschi@us.af.mil for further information.

    Files
    Title
    Posted
    The document serves as an amendment to the solicitation FA8203-25-Q-0003, involving changes issued by the Department of the Air Force concerning a procurement opportunity. The amendment revises the closing date for offers from May 16, 2025, to June 2, 2025, and incorporates AS9100 as a higher quality assurance standard. The solicitation primarily focuses on the procurement of elastomer pads for military applications, emphasizing stringent quality control and inspection protocols overseen by the Defense Contract Management Agency. Key requirements include compliance with specified quality standards and contractual clauses related to hazardous materials, shipping, and contractor responsibilities. The document underscores the importance of timely acknowledgment of the amendment by potential contractors, stipulating methods of acknowledgment to ensure valid submissions. These details reflect the critical aspects of government contracting processes, highlighting adherence to regulations and quality standards expected in federal procurements.
    The document outlines the procedures for requesting a Data Bid Set related to solicitation FA8203-25-Q0003. To ensure compliance and safeguard Scientific & Technical Information (STINFO), the Engineering Data List has been redacted and will not be publicly available. Interested contractors must submit formal requests to the issuing office, providing specific organizational details, including a valid DD Form 2345 for export-controlled data. The Data Bid Set is intended for U.S. Department of Defense (DoD) contractors and includes a distribution statement restricting availability. If approved, data will be distributed through secure channels. This process emphasizes adherence to procurement integrity and export control regulations, ensuring only qualified entities access sensitive information related to defense projects.
    The government file FD20202500527 pertains to a Request for Proposals (RFP) aimed at securing a contractor for a specific federal grant initiative. The primary focus is on enhancing community development through targeted projects that address local needs, such as infrastructure, economic growth, and social services. Key objectives include promoting sustainable practices, creating job opportunities, and fostering community engagement. The structure of the document outlines eligibility criteria, project specifications, funding requirements, and evaluation metrics for submitting proposals. It emphasizes the importance of collaborative efforts among local governments and community organizations. Interested applicants are expected to demonstrate their capabilities in project management, relevant expertise, and a clear strategy for achieving defined outcomes. This RFP reflects the federal government's commitment to investing in community development and empowering local partnerships to tackle pressing challenges. The information provided is essential for potential contractors to align their proposals with federal priorities and expectations for accountability and impact measurement.
    The document outlines engineering data related to the F-15 landing gear, specifically focusing on elastomer pads and associated components such as tuned mass dampers and clamp block assemblies. Managed by the Ogden Air Logistics Center, the main contact for the document is Bertley J. Hunt from the 429 SCMS office. It indicates relevant engineering drawings and notes, with a revision date of 12 August 2021 and mentions that the previously utilized Hill AFB Form 462 for landing gear has been deprecated. The document specifies that any data release to foreign entities is contingent upon approval from the Foreign Disclosure Office, emphasizing security considerations. Additionally, it categorizes furnished data according to its availability and usage in manufacturing. Overall, this data forms a crucial part of the aerospace supply chain for defense contracts, reflecting compliance and endeavor to modernize specifications while ensuring security and adherence to military protocols.
    The government solicitation FA8203-25-Q-0003 outlines the evaluation criteria for contract awards, focusing on a Lowest Price Technically Acceptable (LPTA) approach. Proposals will be assessed primarily on two factors: price and technical acceptability. Factor 1 evaluates price based solely on the unit price for "CLIN 0001AB – Production," ensuring fairness across proposals regardless of First Article requirements. Factor 2 assesses technical acceptability through three subfactors: approved source status, adherence to the required delivery schedule, and submission of an acceptable subcontracting plan, particularly from large businesses. Approved sources must meet specific engineering qualifications, while delivery schedules must comply with the solicitation's timelines. Subcontracting plans must align with FAR and DFAR requirements and will be integrated into the final contract. This document is intended to guide offerors in presenting their proposals effectively while establishing the criteria for selection and awarding contracts within the scope of government procurement.
    The document is an amendment to a solicitation concerning a contract with the Department of the Air Force for the supply of an elastomer pad crucial for flight safety. The key updates include an extension of the closing date for offers from April 28, 2025, to May 16, 2025, and the removal of an earlier part number, leaving only 201416723-30 as valid for this item. The solicitation, initially dated March 10, 2025, outlines requirements for quality assurance, inspections, and acceptance protocols consistent with Department of Defense standards. The amendment emphasizes that all other terms and conditions of the solicitation remain unchanged. The tasks outlined include compliance with the Buy American Act, integrity in certification, and adherence to military-grade testing and inspection protocols. The document also specifies the responsibilities of the contracting officer and provisions regarding contractor representations, certifications, and requirements pertaining to telecommunications and cybersecurity concerns, reflecting the specific procedural and regulatory context governing federal RFPs.
    The document is a Request for Quotation (RFQ) FA8203-25-Q-0003 issued by the Department of the Air Force for the procurement of elastomer pads essential for aircraft clamp blocks. It outlines the requirements for vendor quotations, including an emphasis on quality assurance and compliance with the Buy American Act. The RFQ specifies a delivery date of April 28, 2025, and outlines inspection and acceptance criteria, including origin specifications and production oversight by the Defense Contract Management Agency. The primary item requested is the elastomer pad under NSN 1680-01-691-7833 LE, with a detailed description of the quantities and pricing structures required. The document includes various procurement conditions, representations for company compliance, and clauses related to telecommunication equipment restrictions, emphasizing standards aimed at ensuring the integrity of the procurement process. This RFQ reflects the government’s commitment to acquiring quality components that meet established safety and technical specifications while facilitating participation from interested vendors, especially in compliance with federal small business regulations. The structured format of the document ensures a comprehensive framework for submissions, evaluations, and contract administration.
    The document outlines an amendment to solicitation FA8203-25-Q-0003 by the Department of the Air Force related to the procurement of elastomer pads for the TMD. This amendment extends the closing date for offers from May 16, 2025, to May 19, 2025, and incorporates AS9100 as a required quality assurance standard. The solicitation specifies that the contractor must adhere to stringent inspection and acceptance protocols as described in associated regulatory standards. The document details contract terms, line item pricing, and delivery requirements, emphasizing compliance with quality assurance, inspection, and the Buy American Act. The contractor’s responsibilities include ensuring the safety of flight features, adherence to military specifications, and timely delivery of goods. The solicitation also addresses the need for proper data reports, production schedules, and relevant clauses regarding telecommunications and environmental compliance. Overall, this amendment integrates administrative changes while maintaining existing terms and conditions, reinforcing the Air Force's commitment to high-quality standards and regulatory compliance in defense procurement.
    The document is a Request for Quotation (RFQ) issued by the Department of the Air Force, seeking quotations for an elastomer pad used in military applications (NSN: 1680-01-691-7833 LE). The RFQ specifies the quantity and delivery requirements, emphasizing compliance with various regulatory standards, including the Buy American Act. It includes instructions on submission deadlines (April 28, 2025) and outlines the necessity for inspection and acceptance procedures at the contractor's origin. Key components of the RFQ include detailed item descriptions, inspection criteria, and contractual obligations, such as adherence to quality assurance standards and protection of confidential information. The document also contains clauses that guide contractors on responsibilities regarding hazardous materials, payment processes, and compliance with federal procurement regulations. The contracting officer's contact information is provided for queries, along with the proper avenues for addressing concerns, ensuring a transparent and structured procurement process. Overall, this RFQ demonstrates the federal government's process for acquiring essential supplies while ensuring both compliance and accountability in government contracting.
    This document outlines the requirements for a First Article inspection as part of a government procurement contract dated August 12, 2021. The First Article, which is one unit of a designated item, will serve as part of the production quantity and must be manufactured at the facility where the item will be produced. Long lead time items and special production facilities are required, and contractor testing will be conducted to ensure compliance with specified drawings and engineering data. A detailed test plan must be submitted, with government approval necessary for testing results. First Article delivery is expected within 180 calendar days, and contractors must provide written notification 15 days prior to shipment. The document details guidelines for the approval process, including conditions under which waiver of First Article approval may be possible, primarily for offerors with prior performance on similar articles. Ultimately, the Cognizant Engineering Organization holds responsibility for testing and approval, highlighting the critical nature of maintaining stringent standards for defense-related manufacturing contracts. This structure aims to assure quality and safety in the procurement process, reflecting the government's commitment to stringent oversight in defense contracting.
    The document outlines the qualification requirements for sources seeking to supply an Elastomer Pad (NSN 1680-01-691-7833, P/N 201416723-30) for the F-15 aircraft. It details essential steps for potential contractors, including notifying relevant government offices, proving manufacturing and inspection capabilities, and presenting a complete data package. Offerors must conduct and report on testing and comply with unique identification measures as defined in defense regulations. A qualification article must be submitted for evaluation, and sources may apply for waivers under certain criteria, such as previous supply to the government. The document estimates costs and completion time for qualification as $2,000 and 365 days, respectively. Successful qualification does not guarantee contract award, emphasizing the requirement for all offerors to be fully qualified prior to contract consideration. These qualifications serve to ensure safety, quality, and capability in defense contracting, reflecting stringent government standards for military applications.
    The document outlines packaging requirements for wooden materials used in federal procurement, specifically addressing compliance with international phytosanitary regulations to prevent invasive species issues, such as the pinewood nematode. It specifies that all wooden pallets, crates, and containers must consist of debarked wood, treated at specified temperatures to ensure adherence to health standards. Certification from an accredited agency is mandated, referencing international guidelines (ISPM No. 15). Additional packaging guidelines are provided, which include using the ASTM D3951 standard for commercial packaging, ensuring items are appropriately prepared for shipping and marked clearly. Specific marking and barcoding requirements are highlighted, detailing the need for readable container labels and additional information as required by the Air Force Materiel Command. The document's structure consists of detailed requirements broken down by item, packaging instructions, and contact information for the packaging specialist responsible for implementation. Compliance with these standards is essential for safe and effective logistics in defense operations.
    Lifecycle
    Title
    Type
    Solicitation
    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.
    FD2030-25-01565
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking suppliers for specific airframe structural components under the contract titled FD2030-25-01565. The procurement involves two National Stock Numbers (NSNs): 1560-01-522-0552FG and 1560-01-522-1614FG, with associated top drawings and revisions dated April 11, 2025, and February 21, 2023, respectively. These components are critical for the maintenance and operation of military aircraft, ensuring their reliability and performance. Interested vendors should refer to the solicitation information for further details and contact Ronald S. Ladd for inquiries once the solicitation is approved and available for quotes.
    SEAL AIR, AIRCRAFT G
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for a critical safety aircraft seal, specifically part number 4061976, under solicitation number SPRTA126Q01246. The procurement requires the delivery of one unit by August 16, 2028, with qualification requirements applicable, and the item is not export-controlled nor surplus authorized. This seal is vital for aircraft operations, ensuring safety and performance, and the approved source for this item is RTX Corporation, which has a recent purchase history for similar units. Interested parties should note that the RFP is expected to be issued on November 20, 2025, with a closing date of December 20, 2025, and can contact David Todd Isaac at david.isaac.4@us.af.mil or by phone at 405-855-3000 for further information.
    PAD CUSHIONING | DUN | CONSOL PSE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for an indefinite quantity contract (IQC) for pad cushioning components, specifically the CONSOL PSE, with an estimated annual requirement of 1,840 units. This procurement is crucial for maintaining operational readiness, as the components are classified under miscellaneous aircraft accessories and components, highlighting their importance in aviation logistics. The contract will span a base period of five years, with delivery expected 175 days after receipt of order, and inspections will occur at the destination. Interested vendors can access the solicitation on or about December 22, 2025, via the DLA Internet Bid Board System (DIBBS), and inquiries can be directed to Ryan Loeffelholz at ryan.loeffelholz@dla.mil or by phone at 804-279-1452.
    PAD,BOTTOM
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the manufacture of a component known as the PAD, BOTTOM. This procurement requires compliance with specific material and physical standards, as detailed in the solicitation, and emphasizes the importance of quality assurance and inspection throughout the manufacturing process. The PAD, BOTTOM is critical for military applications, and the contract stipulates a delivery timeline of 90 days post-award. Interested vendors should reach out to Amanda Hayward at 717-605-5834 or via email at AMANDA.R.HAYWARD.CIV@US.NAVY.MIL for further details and to access the solicitation documents.
    F-100 Case, Compressor, Air
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of F-100 compressor air cases under the presolicitation notice SPRTA1-24-R-1845. This procurement aims to secure a minimum of 3 and a maximum of 18 units, with a delivery schedule of 2 units per month starting before June 16, 2025, and is not classified as a critical safety item. The solicitation will be available electronically, and proposals will be evaluated based on price, technical merit, and past performance, with submissions due within 45 days of publication. Interested parties can direct inquiries to Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112.
    AIRCRAFT EAGLE F-15, SCREW, ACTUATING, ACTUATOR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of the Aircraft Eagle F-15 Actuating Screw Actuator, identified by NSN 1560-00-298-8901. This opportunity involves an Indefinite Quantity Contract with a duration of five years, requiring an estimated annual quantity of 10 units, with a total delivery schedule of 365 days for production. The actuator is a critical component for the F-15 aircraft, and the procurement is classified as unrestricted, allowing all responsible sources to submit offers. Interested parties should submit their proposals to the provided fax number and can access the solicitation on the DLA Internet Bid Board System, with the issue date expected around November 22, 2026. For further inquiries, contact Jenier Mitchell at jenier.mitchell@dla.mil or by phone at 804-659-6388.
    (Q0179) F16 Bulkhead Assmbly (P/N 16B6216-19)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is soliciting quotes for the procurement of an F16 Bulkhead Assembly (Part Number 16B6216-19) with a total quantity of one unit. This procurement is critical due to its association with flight and safety deficiency hazards, and the delivery is required on or before May 1, 2026, to Hill Air Force Base in Utah. The opportunity is set aside for small businesses under NAICS code 336413, and interested vendors must adhere to strict packaging, marking, and quality assurance standards as outlined in the solicitation documents. Quotes are due by December 30, 2025, and potential bidders should contact Brad Wood at bradley.wood.11@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil for further information.
    F-15 SMDC Initiators
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of F-15 SMDC initiators, which are critical components for aircraft egress systems. The solicitation, identified as FA8213-26-R-3002, requires qualified sources to submit a qualification package, with evaluation based on the lowest technically acceptable price. This procurement is vital for ensuring the operational readiness and safety of military personnel, as these initiators play a crucial role in emergency egress systems. Interested parties must submit their proposals by January 2, 2026, and can direct inquiries to Abbigail Clawson at abbigail.clawson@us.af.mil or Cole Sposato at cole.sposato.1@us.af.mil.
    SEAL, METALLIC, AIRCRAFT / NSN 2840-01-442-9118 / F15 AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking to establish an Indefinite Quantity Contract (IQC) for the procurement of a metallic seal for aircraft, specifically NSN 2840-01-442-9118, used in F15 aircraft. This contract will cover a five-year base period with an estimated annual quantity of 400 units, which are critical components deemed Air Force Critical Safety Items, necessitating First Article Testing and Export Control. Interested contractors must submit a Source Approval Request (SAR) to be considered, as the government intends to negotiate with a limited number of sources, primarily RTX Corp. and AGC Acquisition LLC. Proposals are due within 45 days of the notice, with the solicitation expected to be issued on December 29, 2025; interested parties should contact Chris Rose at CHRISTOPHER.ROSE@DLA.MIL or Jeremy Prince at Jeremy.Prince@dla.mil for further information.