Remanufacture of E-3 Primary/Secondary Heat Exchanger
ID: FA811825R0041Type: 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 Apr 22, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 22, 2025, 12:00 AM UTC
  3. 3
    Due Jun 5, 2025, 7:00 PM UTC
Description

The Department of Defense, through the Department of the Air Force, is soliciting proposals for the remanufacture of the E-3 Primary/Secondary Heat Exchanger, under Solicitation Number FA8118-25-R-0041. This full and open solicitation aims to restore the heat exchanger to like-new condition, requiring contractors to adhere to strict quality assurance, inspection standards, and comprehensive documentation throughout the process. The remanufactured units are critical for maintaining operational readiness of military aircraft, emphasizing the importance of compliance with government regulations and effective communication with contracting personnel. Interested parties should contact Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further details, with proposals due within the specified timeframe for a five-year firm fixed-price contract.

Files
Title
Posted
Apr 22, 2025, 5:09 PM UTC
The document outlines the reporting requirements for the Commercial Asset Visibility Air Force (CAV AF) system, primarily focused on contractor responsibilities for Contract Depot Maintenance (CDM). CAV AF serves as the primary record-keeping system for government-owned assets located at contractor repair sites, requiring accurate daily reporting of these assets' statuses. Contractors must ensure compliance with several procedural obligations, such as submitting access requests, maintaining training certifications, and promptly reporting any discrepancies in asset handling. Key aspects include mandates for dual reporting personnel, adherence to training requirements under the Department of Defense Information Assurance program, and specific protocols for reporting discrepancies, particularly for nuclear-related materials. Accurate and timely reporting is critical to avoid systemic data issues, as failures may prompt Program Management Reviews. The document also specifies shipping instructions for disposition of assets, the requirement for using standard shipping documents, and the importance of communication with relevant contracting personnel for asset verification. Overall, the emphasis is on stringent accountability and visibility of government assets held by contractors within the CAV AF system.
Apr 22, 2025, 5:09 PM UTC
The Commercial Asset Visibility (CAV) Reporting document outlines a web-based system designed for tracking government-owned reparable assets at commercial repair facilities. The primary function of the CAV application is to enhance inventory management throughout the repair cycle and enable contractors to report asset transactions in real-time, thereby maintaining an updated database. The document specifies requirements for reporting transactions, which include various asset statuses such as receipt, inductions, awaiting parts, and completions. Additionally, it lists specific reporting types that contractors must provide, covering activities from bulk shipments to discrepancy reports and item maintenance. This Data Item Description (DID) serves as a guideline for the format and content of data generated under specific contract tasks, illustrating the importance of effective asset visibility in government operations. By ensuring accurate and timely information about reparable assets, the CAV system aims to improve overall asset management efficiency, which is critical in the context of government procurement and contracting.
Apr 22, 2025, 5:09 PM UTC
Apr 22, 2025, 5:09 PM UTC
Apr 22, 2025, 5:09 PM UTC
The document outlines a federal Request for Proposal (RFP) from the Department of the Air Force, specifically for the remanufacturing of the E-3 Primary/Secondary Heat Exchanger under Solicitation Number FA8118-25-R-0041. This acquisition is open for unrestricted competition and establishes a five-year firm fixed-price contract, inclusive of a three-year base period and one two-year option. The contractor is expected to provide remanufactured units in specific quantities, along with adhering to strict quality assurance and inspection standards. Important components of the solicitation include stipulations regarding the contractor's responsibilities, limitations of liability, and extensive documentation necessary for submission. It emphasizes the proposal evaluation criteria, requiring offerors to hold prices firm for 120 days and highlighting compliance with various federal regulations and contracting clauses. The document reflects a broader government initiative to secure essential aircraft components, ensuring that the technical requirements and quality standards are met to support military operations effectively. This RFP exemplifies the government’s approach to sourcing critical supplies while promoting fair competition, especially for small and disadvantaged businesses.
Apr 22, 2025, 5:09 PM UTC
Apr 22, 2025, 5:09 PM UTC
The Government Property (GP) Inventory Report, designated DI-MGMT-80441D, facilitates contractors in providing the Department of Defense (DoD) with comprehensive inventory listings of government property, including both Government Furnished Property (GFP) and Contractor Acquired Property (CAP). This report is mandated for all contracts involving the use of such property by contractors or subcontractors and supersedes a previous version (DI-MGMT-80441C). The report must be submitted electronically in .xls or .xlsx format and includes specified columns such as contract number, asset identification numbers, item descriptions, and quantity. The document outlines essential requirements, detailing the expected content and format for accurate tracking and management of government property, aiding compliance and accountability. This structure is crucial for oversight within the framework of government contracts, ensuring efficient recording and monitoring of assets used in the performance of contractual obligations. The report's systematic approach reflects the government's commitment to maintaining rigorous standards in property management associated with RFP processes and grants throughout various governmental levels.
Apr 22, 2025, 5:09 PM UTC
Apr 22, 2025, 5:09 PM UTC
Apr 22, 2025, 5:09 PM UTC
The Statement of Work (SOW) outlines the remanufacturing requirements for the E-3 Primary/Secondary Heat Exchanger by the Air Force Sustainment Center at Tinker Air Force Base, focusing on returning the end item to like-new condition. Key sections detail definitions, pre-award survey requirements, reporting, quality, tools, inspection, parts control, and safety procedures. The contractor is responsible for disassembly, cleaning, inspecting, and testing components, adhering to specified Technical Orders (TOs). A parts control program must be established, ensuring only approved components are used, and any deviations must be documented and approved. The document emphasizes supply chain risk management and cybersecurity practices to safeguard operations. Delivery schedules must be strictly followed, and the contractor is instructed to maintain comprehensive documentation for accountability and quality assurance. The SOW underlines the necessity of aligning operations with government regulations and the importance of timely and effective communication with the government throughout the process, reinforcing compliance and operational integrity essential to government procurement initiatives.
Apr 22, 2025, 5:09 PM UTC
Mar 20, 2025, 2:07 PM UTC
The United States Air Force, 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 primary requirement involves the supply of two heat exchangers with specific dimensions and materials, to be delivered 30 days after order. This contract will have a basic ordering period of three years with an option for an additional two years. Qualification requirements apply, and sources must obtain engineering source approval before contract award. The government will not utilize policies for commercial item acquisitions and is seeking responses from interested parties who can meet the requirements. The solicitation is expected to be issued on April 21, 2025, with a closing date of June 23, 2025. An Ombudsman has been appointed to address concerns during the proposal process, ensuring confidentiality. Offerers must disclose their business size and ownership status, and electronic procedures will be utilized for the solicitation.
Apr 22, 2025, 5:09 PM UTC
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
FD20302402261 - B-1 Air, Heat Exchangers, NSN 1660-01-143-7829
Buyer not available
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.
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.
HEAT EXCHANGER,AIR
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting offers for the procurement of air heat exchangers. The contract requires newly manufactured spares that meet specific quality standards, including FAA certification, and prohibits refurbished or remanufactured items. These heat exchangers are critical components used in aircraft systems, ensuring efficient heating and cooling operations. Interested suppliers must submit proposals to the primary contact, Naseem Aoun, via email at NASEEM.AOUN@DLA.MIL, and adhere to the guidelines outlined in the solicitation, with a focus on compliance with various quality and inspection requirements.
HEAT EXCHANGER,AIR, N00383-25-Q-R172
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support (NAVSUP WSS), is soliciting proposals for the repair of a heat exchanger and related components under the solicitation number N00383-25-Q-R172. This procurement is focused on fulfilling a Foreign Military Sales (FMS) repair requirement and will utilize a Lowest Price Technically Acceptable (LPTA) evaluation method for selecting the contractor. The successful bidder will be responsible for adhering to strict regulatory standards, including preservation, packaging, and inspection criteria, while ensuring compliance with the Defense Priorities and Allocations System (DPAS). Interested contractors must submit their quotes via email to Linda Vong at linda.vong2.civ@us.navy.mil by the specified closing date outlined in the solicitation document.
HEAT EXCHANGER,AIR
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting bids for the procurement of air heat exchangers. The contract requires the delivery of 21 units, with specific quantities of 11 and 10 units to be delivered within 465 days. These heat exchangers are critical components used in aircraft air conditioning, heating, and pressurizing systems, underscoring their importance in maintaining operational efficiency and safety in military aviation. Interested vendors should reach out to Isabella Perrins at 215-660-7088 or via email at ISABELLA.PERRINS@DLA.MIL for further details, as the solicitation includes provisions for a reverse auction and emphasizes evaluation based on price, delivery timeframe, and past performance.
HEAT EXCHANGER,AIR
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the procurement of air heat exchangers. This contract aims to fulfill specific requirements related to aircraft air conditioning, heating, and pressurizing equipment, categorized under NAICS code 336413. The heat exchangers are critical components for maintaining optimal operational conditions in military aircraft, ensuring reliability and performance in various environments. Interested vendors can reach out to Joseph Gambino at 215-737-4239 or via email at JOSEPH.GAMBINO@DLA.MIL for further details regarding the solicitation, which is being issued under Emergency Acquisition Flexibilities.
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 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.
HEAT INTERCHANGER,R
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of a Heat Exchanger, designated as HEAT INTERCHANGER,R. This contract involves the manufacture and supply of the specified heat exchanger, which is critical for air-conditioning and refrigeration applications within military operations. The procurement emphasizes compliance with quality assurance standards, including government source inspection and adherence to specific marking and packaging requirements. Interested vendors must demonstrate their status as authorized distributors of the original manufacturer and are encouraged to submit their offers, including unit pricing and delivery timelines, to the primary contact, Noah Kuntz, at 717-605-2774 or via email at NOAH.R.KUNTZ2.CIV@US.NAVY.MIL. The solicitation details and requirements are outlined in the contract documentation, with a focus on timely delivery and quality compliance.