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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    16--HEAT SINK ASSEMBLY, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking qualified sources for the repair and modification of a Heat Sink Assembly, specifically NSN 7R-1680-016568079-E7, with a quantity of 12 units required. This procurement is critical as the Heat Sink Assembly is a vital component in various aircraft systems, and the government intends to solicit on a competitive basis primarily with Drake Air, Northrop Grumman Systems Corp, and Ametek, who are the approved sources for this item. Interested parties must submit their capability statements or proposals within 45 days of this notice, with the anticipated award date set for February 2026. For further inquiries, interested organizations can contact Jessica P. Laychock at Jessica.P.Laychock.CIV@us.navy.mil or by phone at (215) 697-3992.
    “NSN 1660-01-572-0894, HEATER,AIRCRAFT, WSDC: 40A, HELICOPTER, BLACKHAWK, UH-60A, UH-60L, HH/UH-60M, UH-60V.”
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 7 units of the NSN 1660-01-572-0894, Heater, Aircraft, specifically for the Blackhawk helicopter models UH-60A, UH-60L, HH/UH-60M, and UH-60V. This procurement is critical for maintaining operational readiness and ensuring the functionality of aircraft heating systems, although the government does not currently have an approved technical data package for this item. Interested manufacturers, other than the approved source Sikorsky Aircraft Corporation, must submit a complete source approval package to be considered for this firm-fixed price contract, with an estimated solicitation issue date of December 26, 2025, and a closing date of January 25, 2026. For further inquiries, potential bidders can contact Samuel Kogi at 445-737-9377 or via email at Samuel.Kogi@dla.mil.
    FD2030-24-01396
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking procurement for an oxygen system, eject, identified by NSN 1660-01-534-4498BO. This opportunity involves the acquisition of parts related to aircraft air conditioning, heating, and pressurizing equipment, with a focus on the specific drawing number 1659879-1 and an EDL revision dated October 5, 2021. The goods are critical for maintaining operational safety and efficiency in military aircraft. Interested vendors should refer to the solicitation information for further details and await the approval of the contracting officer for quote submissions.
    FD2030-25-00184
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the procurement of an exhaust air cone assembly, identified by National Stock Number (NSN) 2840-01-347-7857OJ. The procurement involves adherence to stringent technical specifications and compliance with military standards, as outlined in various engineering documents, including manufacturing qualifications and first article requirements. This component is critical for aircraft engine performance and safety, underscoring its importance in national defense operations. Interested parties should prepare to submit proposals in accordance with the specifications provided, with a first article submission deadline set for June 6, 2024, and further details available through the designated contracting officer.
    Overhaul of B-1 Electro-Mechanical Actuator NSN 1680015097158RK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting offers for the overhaul of B-1 Electro-Mechanical Actuators (NSN 1680015097158RK) under Solicitation Number FA8118-26-R-0002. This procurement involves a five-year, firm-fixed-price requirements contract, which includes a three-year basic period from 2025 to 2028 and two one-year option periods extending to 2030. The overhaul of these critical components is essential for maintaining the operational readiness and performance of the B-1 aircraft, which plays a vital role in national defense. Interested contractors must submit their proposals by the extended deadline of January 7, 2026, at 1:00 PM, and can direct inquiries to Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further information.
    16--CONTROLLER,TEMPERAT, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure four units of a temperature controller as part of a repair and modification initiative. The procurement involves the National Stock Number (NSN) 7R-1660-009688208-BE, with a Technical Data Package (TDP) version 001, indicating the specific requirements for the items needed. These temperature controllers are critical components used in aircraft air conditioning, heating, and pressurizing systems, underscoring their importance in maintaining operational efficiency and safety. Interested vendors can reach out to Joseph K. Pace at (215) 697-1255 or via email at JOSEPH.K.PACE8.CIV@US.NAVY.MIL for further details regarding this presolicitation opportunity.
    Remanufacture B-1 Horizontal Stabilizer Servo-Cylinder
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for a five-year firm-fixed-price requirements contract to remanufacture B-1 Horizontal Stabilizer Servo-Cylinders. This procurement involves restoring various models of servo-cylinders, which are critical components for aircraft flight control surfaces, to a like-new condition, requiring compliance with ISO 9001-2015 standards and a minimum Supplier Performance Risk System (SPRS) assessment score of 110. Proposals are due by January 15, 2026, at 1:00 PM, and payment will be contingent upon the availability of appropriated funds. Interested vendors should contact Dessie Breslin at dessie.breslin@us.af.mil or Amy Gil at amy.gil@us.af.mil for further details.
    4420--Heat Exchanger
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified firms to provide a Bell & Gossett Model QSU 146-2 Heat Exchanger for the Minneapolis VA Health Care System. The procurement requires a heat exchanger constructed with specific materials, including a steel shell and copper/nickel tubes, capable of withstanding pressure ratings of 125 psi on the tube side and 150 psi on the steam side, along with a temperature rating of 375 degrees Fahrenheit and a one-year warranty. This equipment is critical for maintaining efficient heating systems within the healthcare facility, ensuring optimal performance and reliability. Interested vendors must submit capability statements by December 16, 2025, detailing their qualifications, agreements with manufacturers, and shipping information to Contract Specialist Robert Bennett at robert.bennett8@va.gov.
    THERMOCOUPLE HARNESS ASSEMBLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking interested parties to support the procurement of the Thermocouple Harness Assembly, identified by NSN 2995-01-695-3676. The government requires vendors capable of providing all necessary labor, materials, and equipment for the new manufacture of this item, which includes component procurement, inspection, testing, and logistics management. This assembly is critical for aircraft operations, and the estimated annual requirement is 640 units. Interested vendors must submit their capability responses by December 17, 2025, at 2:00 PM Eastern Standard Time, via email to Renee Griffin at renee.griffin@dla.mil.
    J85 Cooler, Lubricating
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of the J85 Cooler, Lubricating, with an estimated quantity ranging from 868 to 5,211 units. This critical safety item is essential for aircraft engine cooling systems and is categorized under the NAICS code 336412, specifically for Aircraft Engine and Engine Parts Manufacturing. The government intends to negotiate with limited sources, primarily Honeywell International, Inc., and emphasizes the importance of technical capability and past performance in the selection process. Interested parties must submit their proposals by July 31, 2023, and can direct inquiries to Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112.