Remanufacture of Electro-Mechanical Actuator
ID: FA811826R0008Type: 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

MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS (1680)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the remanufacture of Electro-Mechanical Actuators under a two-year Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract. The primary objective is to restore the actuators, identified by NSN 1680-01-267-9557RK, to a like-new condition through a comprehensive process that includes disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing, adhering to military standards and quality control measures. This procurement is critical for maintaining operational readiness and ensuring the reliability of aircraft systems. Interested vendors should note that the solicitation anticipates a sole-source award to Whippany Actuation Systems LLC, but other vendors may submit Source Approval Request (SAR) packages. For further inquiries, potential bidders can contact Nonika Allen at nonika.allen.1@us.af.mil or Morgan Mcgarity at morgan.mcgarity@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Statement of Work (SOW) for the remanufacture of an Electro-Mechanical Actuator (PR Number: FD2030-25-02293) for the Department of the Air Force. The SOW details general information, pre-award and initial production evaluation requirements, reporting, quality control, special tools/test equipment, parts control, and technical order maintenance. It also addresses safety, item unique identification, and surge capabilities for increased demand. The core work involves disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing to return the end item (NSN 1680-01-267-9557RK, Part R16115) to a like-new condition, adhering to specified technical orders and OEM specifications. Key aspects include strict adherence to quality programs, managing obsolescence and diminishing manufacturing sources through approved alternative sourcing or reverse engineering, and compliance with supply chain risk management (SCRM) requirements covering continuity of operations, foreign influence, and cybersecurity. The document emphasizes the contractor's responsibility for furnishing all necessary materials and equipment, with no Government Furnished Equipment (GFE) provided, and outlines specific procedures for various requests like condemnation, component removal, and over-and-above work.
    The Commercial Asset Visibility Air Force (CAV AF) system is the primary record for government-owned assets at contractor repair facilities, including those in Inventory Control Points. Contractors must ensure daily, accurate asset reporting within one business day of maintenance actions, using current user guides. Key responsibilities include assigning two CAV AF reporters, submitting digitally signed DD Form 2875s within 10 days of contract award, and completing initial and annual DoD CyberAwareness Challenge training. Contractors must also maintain accurate accountability of Government Furnished Property (GFP) in their systems, prohibit 'Induction-at-Risk,' and follow disposition instructions for contract closure within specified timeframes. Nuclear Weapon Related Materiel (NWRM) requires serial number tracking and adherence to AFI 20-110. The document details specific transactional reporting for 'Not-on-Contract' items, proper use of DD Form 1348-1A for shipments, and protocols for system downtime. Non-compliance with reporting accuracy and timeliness can lead to Program Management Reviews.
    DI-MGMT-80441D, titled "Government Property (GP) Inventory Report," is a Data Item Description (DID) that mandates contractors to periodically submit an inventory of government property in their possession to the Department of Defense (DoD) Service or Agency. This includes both Government Furnished Property (GFP) and Contractor Acquired Property (CAP), extending to subcontractors. Applicable to all contracts involving GP, this DID outlines the required electronic .xls or .xlsx format and specific content, superseding DI-MGMT-80441C. The report must include detailed fields such as Contract Number, Asset Identification Numbers, Item Description, Manufacturer details, National Stock Number, Quantity, Unit Cost, Unique Item Identifier (if applicable), Asset Location, Type and Classification of Government Property, Date of Last Physical Inventory, and Federal Condition Code. This ensures comprehensive tracking and accountability of government assets.
    DI-MGMT-81838 outlines the Commercial Asset Visibility (CAV) Reporting requirements, a web-based system for tracking government-owned reparable assets at contractor repair facilities. Its primary purpose is to provide an inventory management system for these assets within commercial repair cycles. The document specifies that CAV system transactions are processed via the World Wide Web, with input formats defined in the Contract Statement of Work. Contractors are required to report various transactions, status code changes, and report types, including asset receipts, inductions, items awaiting parts, completions, shipments, and items beyond economic repair. Additionally, the DID lists numerous reports and forms that contractors must be able to print or perform, such as Item Action Reports, Repair History Reports, and the ability to add and delete carriers. This DID ensures standardized reporting for efficient management of government assets under repair.
    The DI-PSSS-81995A, titled "CONTRACT DEPOT MAINTENANCE (CDM) MONTHLY PRODUCTION REPORT," is a data item description (DID) that outlines the format, content, and intended use for a monthly report on depot-level maintenance contracts. This report provides the Government with crucial information, including monthly production figures, asset status and accountability at contractor facilities, performance against schedule, anticipated production for the upcoming month, and a summary of unresolved issues. Applicable to any depot level maintenance contract, this DID supersedes DI-PSSS-81995. The report is divided into two main parts: Part I details administrative and item-specific information, such as contractor and government points of contact, contract numbers, item identification, quantities on contract, and various asset statuses (received, on hand, inducted, awaiting parts, produced, serviceables, condemned, and shipped). Part II, the Production Summary, is required only if the previous forecast was not met, the current forecast deviates from the contract schedule, or production problems are anticipated. The DID ensures standardized reporting for effective oversight of contract depot maintenance operations.
    DI-SESS-80776B defines the requirements for a Technical Data Package (TDP), an essential document for federal government RFPs, grants, and state/local RFPs. A TDP provides a comprehensive technical description of an item, supporting its acquisition, production, inspection, engineering, and logistics. It outlines design, configuration, performance, and procedures, encompassing models, drawings, specifications, standards, and software documentation. This DID supersedes DI-SESS-80776A and references MIL-STD-31000B for format and content. Key elements of a TDP include conceptual, developmental, product, and commercial engineering design data, along with specifications, software documentation, special inspection equipment, tooling, packaging instructions, and quality assurance provisions. The document emphasizes documenting unique processes, performance ratings, dimensional data, critical manufacturing processes, and quality assurance requirements to ensure effective item performance and compliance.
    This government Request for Proposal (RFP) FA8118-26-R-0008, issued by the Department of the Air Force, outlines a two-year Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract for the remanufacture of electro-mechanical actuators (NSN: 1680-01-267-9557). The solicitation anticipates a sole-source award to Whippany Actuations Systems LLC, but also includes qualification requirements for other interested vendors to submit Source Approval Request (SAR) packages. The contract includes provisions for "Over and Above Work" to be negotiated, and mandates specific data reporting, packaging, and marking in accordance with military standards like MIL-STD-130 and MIL-STD-129. Financial obligations are contingent on the availability of appropriated funds. The RFP also details various clauses related to inspection, acceptance, deliveries, contract administration, and compliance with federal acquisition regulations, including those concerning cybersecurity (NIST SP 800-171), unique item identification (IUID), and prohibitions on certain foreign-made equipment.
    The Department of the Air Force's 848th Supply Chain Management Group has issued a memorandum establishing Repair/Remanufacture Qualification Requirements (RQR-848) for a significant number of items. This memorandum serves as a critical placeholder within the Purchase Request Process System (PRPS) for Qualification Requirement (QR) activities related to National Item Identification Numbers (NIINs) or Purchase Instrument Line Items (PILIs). It replaces the typical Justification for Qualification Requirements/Qualification Requirements (JQR/QR) document, as the RQR-848 master documents are not tied to individual items. The QR, which expires in June 20, was synopsized on March 2, 20, and the synopsis includes the Justification for Qualification Requirements (JQR), RQR-848, and the Master Item List.
    Lifecycle
    Title
    Type
    Similar Opportunities
    FD2030-25-02139
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency Aviation in Oklahoma City, is seeking qualified suppliers for the procurement of an Electro-Mechanical Actuator, identified by NSN 1680-00-210-8808RK and drawing number 9-23897-2. This procurement is critical for maintaining operational capabilities in various military aircraft, emphasizing the importance of high-quality components that meet stringent defense standards. Interested vendors should be aware that the solicitation details will be made available once approved by the contracting officer, and they are encouraged to monitor for updates regarding submission timelines and requirements. For further inquiries, potential bidders should refer to the solicitation information as it becomes available.
    FMS Repair Actuator-Electro-Me
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking a sole source contractor for the repair of the Actuator-Electro-Me, identified by NSN 7R1680013145838 and part number 70550-28903-103. This procurement involves a critical safety item, with a total quantity of three units required, and is necessary due to the government's lack of sufficient data to engage alternative sources. Interested vendors must be aware that government source approval is required prior to award, and proposals must include all necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure. For further inquiries, potential bidders can contact Lauren Phillips at lauren.n.phillips6.civ@us.navy.mil.
    16--ACTUATOR,ROTARY,AIR, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of rotary air actuators, identified by NSN 1680-01-487-7367 and part number 123SCEC5172-21. The procurement involves the supply of nine units, which must be repaired, tested, and inspected in accordance with stringent military standards and procedures, ensuring compliance with quality requirements and the latest applicable repair publications. These actuators are critical components in various aircraft systems, underscoring their importance in maintaining operational readiness. Interested contractors must submit their quotes via email by the specified deadline, and for further inquiries, they can contact Karli D. Collins at 215-697-4313 or via email at KARLI.D.COLLINS.CIV@US.NAVY.MIL.
    30--ACTUATOR,ELECTRO-MECHA
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 64 units of the electro-mechanical actuator (NSN 3010001274574). This procurement may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated 12 orders per year and a guaranteed minimum quantity of 9. The actuators are critical components in various military applications, and the items must conform to specific source-controlled drawings, with approved sources listed. Interested vendors should submit their quotes electronically, and any inquiries can be directed to the DLA at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    FD2030-25-02498
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation in Oklahoma City, has issued a special notice for the procurement of an actuator, electro-me, identified by NSN 1680-01-077-3420RK. This procurement involves the acquisition of miscellaneous aircraft accessories and components, specifically related to the manufacturing of other aircraft parts, as outlined under NAICS code 336413. The actuator is critical for various aircraft operations, ensuring functionality and safety in aviation systems. Interested vendors should refer to the solicitation information for further details, as the solicitation will be available for quotes once approved by the contracting officer.
    ACTUATOR,ELECTRO-ME
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the procurement of electro-mechanical actuators. This requirement emphasizes the need for newly manufactured spare parts, as refurbished or remanufactured items will not be accepted, and all offers must come from government-approved sources. The actuators are critical components used in various aircraft systems, highlighting their importance in maintaining operational readiness and safety. Interested vendors should contact Malcolm Fils at 215-737-0422 or via email at MALCOLM.FILS@DLA.MIL for further details, as proposals must adhere to strict submission guidelines and deadlines.
    FD2030-25-02139
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation in Oklahoma City, is issuing a special notice for the procurement of an actuator, electro-mechanical, identified by NSN 1680-00-210-8808RK. This procurement is focused on acquiring specific aircraft parts and auxiliary equipment, which are critical for maintaining operational readiness and safety in military aviation. The actuator is detailed in the top drawing 9-23897-2, with an expected revision date of August 27, 2025. Interested vendors should refer to the solicitation information for further details, as the solicitation will be available for quotes once approved by the contracting officer.
    29--ACTUATOR,ELECTRO-ME
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of four units of the Electro-Mechanical Actuator (NSN 2990016759082). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum quantity of one. The actuators are critical components for various defense applications and will be shipped to multiple DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available on the DLA's website.
    ACTUATOR,MECHANICAL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting bids for the repair of mechanical actuators through NAVSUP Weapon Systems Support Mechanical. This procurement requires contractors to provide detailed quotes including unit prices, total prices, and repair turnaround times, adhering to strict quality assurance and inspection standards. The mechanical actuators are critical components used in various defense applications, necessitating compliance with specific operational and functional requirements, including the prohibition of mercury contamination. Interested contractors should direct inquiries to Taylor M. Fasching at 717-605-4323 or via email at TAYLOR.M.FASCHING.CIV@US.NAVY.MIL, with all pricing being firm and the contract expected to be definitized upon award.
    16--ACTUATOR,MECHANICAL
    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 44 units of a mechanical actuator, identified by NSN 7R-1680-015988197-V2. This procurement requires engineering source approval from the design control activity to ensure the quality of the part, as the approved sources possess unique design capabilities and technical data essential for manufacturing and repair. The actuator is critical for various aircraft applications, emphasizing the importance of maintaining high standards in its production. Interested parties should contact Alana M. Berkheiser at (215) 737-2522 or via email at ALANA.BERKHEISER@DLA.MIL for further details regarding qualification procedures and submission timelines.