Remanufacture of E-3 Primary/ Secondary Heat Exchanger
ID: FA811825R0041Type: Presolicitation
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, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of E-3 Primary/Secondary Heat Exchangers under Solicitation Number FA8118-25-R-0041. The procurement aims to restore these critical components to like-new condition, ensuring operational readiness for military aircraft, with a focus on adhering to stringent quality assurance and inspection standards. This full and open solicitation includes a five-year firm fixed-price contract, comprising a three-year base period and a two-year option period, with proposals due by June 18, 2025. Interested contractors can reach out to Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    This document is an amendment to the solicitation FA8118-25-R-0041-0001 by the Department of the Air Force, concerning a contract for the remanufacture of E-3 Primary/Secondary Heat Exchangers. It outlines a proposed 5-year firm fixed-price requirements contract, which includes a 3-year base period followed by a 2-year option period. The amendment stipulates that all work must adhere to specified requirements, including cost inclusivity for work specifications, technical orders, and exclusions for missing components unless covered by an approved Over and Above request. The document details the expected services, including the estimated quantities, unit prices, and total estimated prices for the remanufacture across three basic year ordering periods, as well as for the option periods. It emphasizes adherence to qualitative assessments, such as maintaining a score of 110 in the Supplier Performance Risk System (SPRS) during proposal assessments. The amendment stresses various logistical aspects, including transportation requirements from CONUS sources, and incorporates inspection and quality assurance protocols for the contracted services. This solicitation modification is essential for continuing the Air Force's operational readiness through timely maintenance of critical equipment.
    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.
    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.
    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.
    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.
    Similar Opportunities
    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.
    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.
    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.
    F-15E Radar Modernization Program (RMP) Non-Radar Depot Activation – F-15E Liquid Coolant System - Pump (PN UA544602-4)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking capabilities packages from qualified firms to support the depot activation and sustainment of the F-15E Liquid Coolant System Pump (part number UA544602-4). The procurement aims to identify sources capable of delivering technical orders, engineering support, necessary spare parts, and training for USAF technicians, ensuring compliance with cybersecurity regulations and effective management of Government-Furnished Property. This initiative is critical for maintaining the operational readiness of the F-15E aircraft, with responses due by 4 PM EST on January 16, 2026, to Valerie Neff at valerie.neff@us.af.mil. Interested firms must provide detailed documentation of their capabilities, including business information and relevant experience, as part of their submission.
    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.
    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.
    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.
    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.
    FD20302600008 - Remanufacture of KC-135 Valves & Pumps; NSN: 2915-01-452-5123RK, 2915-01-452-5126RK, 2915-01-527-8152RK, 2915-01-510-1161RK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the remanufacture of KC-135 valves and pumps under a five-year Firm Fixed Price Requirements Type Contract. This procurement involves the disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing of various fuel system components to restore them to like-new condition, ensuring the operational readiness of critical aircraft systems. The anticipated contract will likely be awarded as a sole source to ITT Aerospace Controls, emphasizing the importance of these components in maintaining aircraft performance and safety. Interested parties can reach out to Morgan Mcgarity at morgan.mcgarity@us.af.mil or Shirley V. Harmon at Shirley.Harmon.1@us.af.mil for further details, with the total acquisition cost estimated at $1,846,309.05 and specific delivery timelines outlined in the associated documents.
    Support, Fan Componet
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of four support fan components, identified by NSN: 2840-01-317-8321NZ and P/N: 4059690, under the presolicitation notice SPRTA1-Q-2094. These components are classified as critical safety items, which require first articles and qualification requirements, with a requested delivery date on or before March 4, 2027. This procurement is significant for maintaining the operational integrity of aircraft engines and is not set aside for small businesses, as it is export-controlled; the approved source for these parts is Raytheon Technologies. Interested parties should note that the RFP will be issued on February 12, 2025, with a closing date of March 14, 2025, and can contact David Todd Isaac at david.isaac.4@us.af.mil or by phone at 405-855-3000 for further information.