FD20302402261 - B-1 Air, Heat Exchangers, NSN 1660-01-143-7829
ID: FD20302402261Type: 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

AIRCRAFT AIR CONDITIONING, HEATING, AND PRESSURIZING EQUIPMENT (1660)
Timeline
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 20, 2025, 12:00 AM UTC
  3. 3
    Due May 20, 2025, 8:00 PM UTC
Description

The Department of Defense, through the Department of the Air Force, is soliciting proposals for the remanufacture of B-1 Heat Exchangers, identified by NSN 1660-01-143-7829. The procurement aims to ensure that all remanufactured items meet the operational standards required by the Air Force, emphasizing compliance with stringent quality assurance protocols and supply chain risk management. These heat exchangers are critical components for maintaining the operational readiness and reliability of B-1 aircraft. Interested contractors should direct inquiries to Kacie Cram at Kacie.cram@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil, with proposals due by December 19, 2024.

Point(s) of Contact
Files
Title
Posted
Mar 20, 2025, 5:06 PM UTC
The document outlines the Contract Data Requirements List (CDRL) for the Contract PR No. FD20302402261, focusing on the submission and reporting obligations of the contractor related to various item and service categories, specifically concerning B1 Air Heat Exchangers. Key data items include Commercial Asset Visibility (CAV) Reporting, Contract Depot Maintenance (CDM) Monthly Production Reports, Annual Government Property Inventory Reports, Reports of Shipping and Packaging Discrepancy, and the Production Surge Plan. The CAV Reporting requires timely updates within 24 hours following supply or maintenance transactions, while the CDM Monthly Production Report mandates monthly submissions tracking inventory management and production at repair facilities. The Annual Government Property Inventory Report necessitates a comprehensive annual update on government property accounts. The Report of Discrepancy covers electronic submissions for shipping issues, and the Production Surge Plan prepares the contractor to handle increased demand without price changes. All reports must be submitted electronically to specified contacts, ensuring compliance with regulatory standards, while the document emphasizes critical technology export controls and destruction notices for sensitive data. This framework facilitates transparent communication and timely updates between contractors and the government, ensuring efficiency in defense operations.
Mar 20, 2025, 5:06 PM UTC
The Commercial Asset Visibility (CAV) Reporting system serves as a web-based application designed to efficiently track government-owned reparable assets throughout their repair cycle at contractors' facilities. Its primary function is to facilitate inventory management of these assets while in commercial repair. The reporting process allows contractors to log transactions in real time, automatically updating the CAV database. The Data Item Description (DI-MGMT-81838) outlines the format and content requirements for data products generated under specific contractual agreements. Key reporting components include the receipt of assets, inductions, items awaiting parts, completions, shipments, and various reporting documentation such as printouts of inventory labels and repair histories. This CAV system enhances oversight and coordination of asset management, ensuring that all relevant transactions are accurately recorded and accessible for reporting purposes, thus aligning with federal requirements for asset visibility and accountability.
Mar 20, 2025, 5:06 PM UTC
The Contract Depot Maintenance (CDM) Monthly Production Report outlines critical monthly maintenance production metrics for depot-level contracts. Its purpose is to provide the government with detailed assessments of asset status, production accountability, performance against schedules, anticipated future outputs, and unresolved issues. The report's format and content requirements are specified in a structured manner, mandating input from the Production Management Specialist (PMS) and contractors. Key elements include identification details (such as PMS and contractor information), delivery order numbers, quantities of reparables and serviceables, production statistics, and a next-month production forecast. A Production Summary is required if previous forecasts were unmet or if production issues are anticipated. Due within ten business days of the month’s end, this report ensures transparency and effective management of maintenance activities under federal contracts, facilitating operational efficiency across defense-related programs. Its structured data collection promotes standardization, accountability, and informed decision-making within government acquisition and maintenance frameworks.
Mar 20, 2025, 5:06 PM UTC
The Government Property (GP) Inventory Report, documented as DI-MGMT-80441D, serves as a standardized framework for contractors to report inventory related to Government Furnished Property (GFP) and Contractor Acquired Property (CAP) to the Department of Defense (DoD). Relevant to all contracts involving government property, this report outlines the necessary format and content specifications. It mandates that the report be submitted in an electronic format, specifically .xls or .xlsx, and includes detailed headers for critical data points such as contract numbers, asset identification, item descriptions, quantities, and federal condition codes. The document replaces a previous version, DI-MGMT-80441C, and emphasizes proper inventory tracking and management by contractors, aiding in accurate government oversight of property resources. This cohesive report structure is essential for maintaining accountability within federal procurement processes in terms of both compliance and oversight.
Mar 20, 2025, 5:06 PM UTC
The document appears to focus on the importance of verifying the source of information retrieved from http://assist.dla.mil, specifically concerning its relevancy and currentness for government-related projects. Repeated mentions of the date of download—August 20, 2020—indicate an emphasis on ensuring that users check for updates to confirm they are utilizing the latest version of the material. This process is crucial, particularly within the context of federal and state RFPs and grants, as outdated information could lead to compliance issues and hinder project execution. The repetitive nature of the source validation serves as a reminder of the critical nature of maintaining accurate and current data in government procurement and project management timelines. In essence, the document underscores the need for diligence in verifying sources to ensure effective and compliant operations within governmental frameworks.
Mar 20, 2025, 5:06 PM UTC
The document serves as a reference for users accessing the Defense Logistics Agency's (DLA) assistance tools and resources via the specified website. It emphasizes the importance of checking for the most current version of documents before use, indicating that the information may be subject to change. The purpose is to guide users in the procurement process associated with federal government requests for proposals (RFPs), grants, and related activities at state and local levels. This highlights the necessity for stakeholders in government contracting to stay informed about updates and revisions to ensure compliance with evolving regulations and guidelines. The document underscores the central theme of vigilance and accuracy regarding the use of government resources, which is crucial in maintaining effective contractual practices within federal and state systems.
Mar 20, 2025, 5:06 PM UTC
The document outlines a Request for Proposal (RFP) FA8118-25-R-0033 issued by the Department of the Air Force for the manufacturing and supply of aircraft parts and auxiliary equipment, specifically for the remanufacture of B-1 heat exchangers. It establishes a firm fixed-price contract for five years, comprising a three-year base period and a two-year option period. The acquisition is set as unrestricted, including provisions for small businesses, women-owned small businesses, and service-disabled veteran-owned businesses. Key components include detailed requirements for supplies, estimated quantities, pricing, delivery schedules, and inspection protocols. Contractors must adhere to strict quality assurance procedures, including the requirement of a DD1348-1 shipping document for all asset returns. Proposals must demonstrate compliance with the Supplier Performance Risk System (SPRS) with a minimum score of 110, and if a lower score is presented, a compliance plan is required. Overall, this RFP is part of the federal government's initiative to procure high-quality, specialized equipment while ensuring that procurement processes support small and disadvantaged businesses, reflecting a commitment to compliance and efficiency in government contracting.
Mar 20, 2025, 5:06 PM UTC
The document is a government procurement file detailing a request for proposals (RFP) for a specific item required for B1 aircraft maintenance. It includes a requisition for ten units of a B1 heat exchanger, characterized as a non-serialized item. The solicitation number is recorded along with pertinent data such as the National Stock Number (NSN), CAGE code, and part number. The item is essential for air heat exchange on B1 aircraft and has an acquisition cost of $13,200 per unit. The delivery date is specified for December 16, 2024. The document acts as an official attachment within a larger federal grant or RFP framework, highlighting ongoing government efforts to maintain and modernize military aviation components while ensuring compliance with procurement regulations. The detailed identification of the item and clear financial expectations underscore the importance of precision and compliance in government acquisitions.
Mar 20, 2025, 5:06 PM UTC
The document outlines packaging requirements for items under Purchase Instrument Number FD20302402261-00 in compliance with military standards and international regulations regarding wood packaging materials (WPM). It emphasizes the need for items to use debarked and heat-treated wood to mitigate the risk of invasive species like the pinewood nematode in shipments worldwide. It specifies adherence to MIL-STD 129 for military marking, MIL-STD 2073-1 for military packaging, and mandates certification by an accredited agency recognized by the American Lumber Standards Committee. Additional packaging and shipping container marking instructions include details on unit packaging dimensions and supplemental vendor requirements. The document serves as a guideline for ensuring compliance with military and international shipping standards, and it reflects the government's commitment to environmental safety and regulatory compliance in logistics operations.
Mar 20, 2025, 5:06 PM UTC
The Department of the Air Force's Statement of Work (SOW) seeks proposals for the remanufacture of the B-1 Heat Exchanger, identified by the part number 1660-01-143-7829. This comprehensive document outlines the project's various phases, including definitions, requirements for initial production evaluation, delivery schedules, and quality assurance protocols. Contractors must demonstrate capability through pre-award surveys and maintain compliance with stringent quality and safety regulations. The SOW specifies procedures for parts control, including the necessity of using new consumable items and compliance with technical orders for remanufacturing processes. The project integrates supply chain risk management, emphasizing continuity of operations, cybersecurity measures, and foreign influence assessments. The overarching goal is to ensure all remanufactured items meet the operational standards of the Air Force while managing risks effectively throughout the supply chain. This requirement underscores the commitment to maintaining operational readiness and equipment reliability.
Mar 20, 2025, 5:06 PM UTC
The document outlines transportation data essential for procurement under federal contracts, particularly referencing solicitation number FD20302402261-00 initiated on December 19, 2024. It specifies terms of delivery, particularly F.O.B. (Free On Board) conditions and outlines necessary procedures for shipping goods, including contacting the Defense Contract Management Agency (DCMA) for shipping instructions. The document emphasizes the importance of obtaining appropriate regulatory clearances prior to shipment to avoid logistical issues and extra costs. It lists pertinent account codes for transportation funding and identifies items with respective National Stock Numbers (NSNs), providing directive remarks for contacts related to shipping logistics. Overall, the document serves as a guideline for procurement and shipping processes related to federal contracts, reinforcing the need for compliance and coordination with transportation authorities to ensure efficient execution of deliveries.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
16--HEAT EXCHANGER,AIR, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of a heat exchanger (NSN 7R-1660-011046489-H1) critical to aircraft air conditioning and heating systems. The procurement involves a quantity of 40 units, with delivery terms set to FOB origin, and requires engineering source approval to ensure the quality and reliability of the parts, as they are flight critical. Interested vendors must be approved sources or provide necessary documentation for source approval, as outlined in the NAVSUP WSS Source Approval Information Brochures, and must submit their proposals within 45 days of this notice. For further inquiries, interested parties can contact Gerard T. Weiss at GERARD.T.WEISS.CIV@US.NAVY.MIL.
16--HEAT EXCHANGER,AIR
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is seeking qualified sources for the procurement of 11 units of a heat exchanger (NSN 7R-1660-015126523-QE, REF NR 1001986-2). This procurement requires engineering source approval due to the flight-critical nature of the item, necessitating that only approved sources may submit proposals, as the technical data available does not support full and open competition. The heat exchanger is vital for aircraft air conditioning, heating, and pressurizing systems, ensuring operational reliability and safety. Interested parties must contact Isabella Perrins at (215) 660-7088 or via email at ISABELLA.PERRINS@DLA.MIL for further details, and proposals must be submitted within 45 days of this notice to be considered for award.
16--HEAT EXCHANGER,AIR
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is seeking to procure four units of a heat exchanger (NSN 7R-1660-015126501-QE, REF NR 1001441-1) critical for aircraft air conditioning, heating, and pressurizing systems. This procurement requires engineering source approval due to the flight-critical nature of the item, necessitating that only approved sources may submit proposals, as the technical data necessary for full and open competition is not available. Interested parties must provide detailed technical data and qualifications in accordance with the NAVSUP Weapon Systems Support Source Approval Information Brochures, with a submission deadline of 45 days from the notice publication. For inquiries, contact Isabella Perrins at (215) 660-7088 or via email at ISABELLA.PERRINS@DLA.MIL.
16--HEAT,EXCHANGER
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure 12 units of a heat exchanger, identified by NSN 1R-1680-016053546-V2, from AMETEK Thermal Systems Inc., the sole source manufacturer. This procurement is critical as the heat exchanger is a specialized component necessary for various military applications, and no alternative sources or drawings are available for this item. Interested parties are invited to submit capability statements or proposals within 45 days of this notice, with the anticipated award date set for May 2025. For further inquiries, contact Jessica P. Laychock at jessica.p.laychock.civ@us.navy.mil or by phone at (215) 697-3992.
16--HEAT EXCHANGER,AIR, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Weapon Systems Support, is seeking proposals for the repair and modification of a heat exchanger, specifically NSN 7R-1660-016004921-V2, with a quantity of five units required. This procurement is critical as the item is flight essential, necessitating government source approval prior to contract award, and only previously approved sources will be considered for this solicitation. Interested vendors must provide comprehensive technical data and documentation as outlined in the NAVSUP Source Approval Information Brochures, and failure to submit the required information will result in disqualification from the award process. For inquiries, potential bidders can contact Allen Neyland at (215) 697-4314 or via email at ALLEN.NEYLAND@NAVY.MIL.
16--HEAT EXCHANGER,AIR
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of five units of the NSN 1660011146435 Heat Exchanger, Air. This solicitation is part of a combined synopsis/solicitation and is critical for maintaining operational capabilities in aerospace applications. Interested vendors are required to submit their quotes electronically, as hard copies will not be available, and all responsible sources may participate in the bidding process. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil, and the solicitation details can be accessed through the DIBBS website.
Heat Exchanger, Air
Buyer not available
The Defense Logistics Agency (DLA) Aviation at Tinker Air Force Base is seeking proposals for the procurement of a heat exchanger, specifically part number 764962-2, under a firm fixed price solicitation. The RFP aims to gather price and delivery proposals for specified quantities, with responses due by 2:00 PM CST on February 17, 2025, and delivery dates set for May 1, 2025, and January 29, 2027. This procurement is critical for maintaining operational efficiency in defense logistics, ensuring compliance with stringent quality management standards such as AS9100 or ISO 9001:2015. Interested vendors should direct inquiries to Kristian Hollingshead at kristian.hollingshead.1@us.af.mil for further details on compliance and submission requirements.
16--HEAT EXCHANGER,AIR, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is seeking offers for the repair and modification of air heat exchangers, specifically under the NSN 7R-1660-016909781-P8. The procurement involves a quantity of five units, with delivery terms set to FOB Origin, and requires that offerors provide an FAA Part 145 Repair Station Certificate if they are not already an approved source. These heat exchangers are critical components in aircraft air conditioning, heating, and pressurizing systems, underscoring their importance in maintaining operational readiness. Interested parties should direct inquiries to Svitlana Shvets at (215) 697-6278 or via email at Svitlana.Shvets.CIV@US.Navy.Mil for further details on the submission process and requirements.
16--HEAT,EXCHANGER
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure 13 units of a heat exchanger, specifically the part number 60761-001-1, from AMETEK Thermal Systems Inc. This procurement is classified as a sole source requirement due to the lack of available drawings or data, which restricts the purchase to the specified manufacturer. The heat exchanger is critical for miscellaneous aircraft accessories and components, and the government intends to solicit and negotiate exclusively with AMETEK, as they anticipate receiving a single acceptable offer. Interested parties may submit capability statements to Jessica P. Laychock at jessica.p.laychock.civ@navy.mil, with a deadline for submissions set at 45 days from the notice date, and the anticipated award date is June 2025.
Remanufacture of E-3 Primary/ Secondary Heat Exchanger
Buyer not available
The Department of Defense, through the Air Force Sustainment Center, is planning to issue a firm fixed price contract for the remanufacturing of E-3 Primary/Secondary Heat Exchangers. The procurement involves supplying two heat exchangers with specific dimensions and materials, to be delivered within 30 days after order placement, and includes a basic ordering period of three years with an option for an additional two years. This contract is critical for maintaining the operational readiness of the E-3 aircraft, which relies on these components for effective air conditioning and heating systems. Interested parties must submit their qualifications by June 23, 2025, following the solicitation expected to be issued on April 21, 2025. For inquiries, contact Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil.