Remanufacture of the F-15 Pitch/Roll Channel Assemblies & Pitch Trim Controller
ID: FA811826R0001Type: 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

VALVES, POWERED (4810)

Set Aside

8(a) Sole Source (8AN)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of F-15 Pitch/Roll Channel Assemblies and Pitch Trim Controllers, with a focus on returning these components to like-new condition. The procurement involves comprehensive tasks such as disassembly, cleaning, inspection, maintenance, re-assembly, testing, and adherence to technical orders and OEM specifications, addressing challenges like obsolescence and requiring a robust Supply Chain Risk Management plan. This contract is critical for maintaining the operational integrity of the F-15 aircraft, ensuring that essential components function effectively in support of military operations. Interested contractors should contact Alan Tran at alan.tran.1@us.af.mil or Morgan Mcgarity at morgan.mcgarity@us.af.mil for further details, with the contract set aside for 8(a) sole source and performance expected in S Coffeyville, Oklahoma.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) FD2030-25-00855 outlines the requirements for the upgrade and remanufacture of F-15A-D and E model Pitch and Roll Channel Assemblies and F-15E Pitch Trim Controllers for the Department of the Air Force. The work involves disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing to return items to like-new condition, adhering to technical orders and OEM specifications. Key aspects include Pre-Award Survey and Initial Production Evaluation requirements, detailed reporting and quality assurance protocols, and strict adherence to parts control and technical order maintenance. The SOW also addresses potential challenges like obsolescence and diminishing manufacturing sources, requiring contractor plans for alternative sourcing and reverse engineering. Furthermore, it mandates a comprehensive Supply Chain Risk Management (SCRM) plan covering continuity of operations, foreign influence disclosure, and robust cybersecurity measures to ensure mission effectiveness and supply chain integrity.
    The CAV AF Reporting Requirements document outlines contractor responsibilities for reporting government-owned assets within the Commercial Asset Visibility Air Force (CAV AF) system. This system is the primary record for daily status updates of assets at contractor repair facilities, including those in Inventory Control Points. Contractors must ensure asset records are accurate, report daily or within one business day of maintenance actions, and assign at least two CAV AF reporters. Reporters need a valid Public Key Infrastructure (PKI), must submit DD Form 2875 within 10 days of contract award, and complete initial and annual DoD Information Assurance CyberAwareness Challenge training. The document details specific transactional reporting for "Not-on-Contract" items, inventory control point items, and contract line item number (CLIN) repairable assets. It also provides guidance on using DD Form 1348-1A for receipt and shipping, handling discrepancies, and procedures for contract closure and asset disposition. Non-compliance with reporting accuracy and timeliness can lead to Program Management Review, emphasizing the critical need for contractors to adhere to these requirements for effective government inventory management.
    This government file outlines the Contract Data Requirements List (CDRL) for contract FD20302500855, pertaining to F15 PRCA, F15E Hydraulic Servo, and F15 Hydraulic Ser systems. It details four key data items: Commercial Asset Visibility (CAV) Reporting, Contract Depot Maintenance (CDM) Monthly Production Report, Government Property Inventory Report, and Production Surge Plan. Each item specifies reporting authority, contract reference, requiring office, frequency, and submission details. CAV reporting is required within 24 hours of a transaction. CDM production reports are due monthly within five business days of the previous month's end. Government property inventory reports are annual, due within seven calendar days of the reporting period's end or government request. The Production Surge Plan, or Capability Analysis Plan (CAP), is due 30 days post-award, outlining the contractor's ability to meet increased demand during national emergencies. All reports must be in English and submitted electronically, often with distribution statements restricting access or including export control warnings. The CDRL serves all basic and option years of the contract.
    DI-MGMT-80441D outlines the requirements for the Government Property (GP) Inventory Report, a mandatory deliverable for contractors managing government-furnished property (GFP) or contractor-acquired property (CAP). This report enables the Department of Defense (DoD) to track GP in a contractor's possession, including subcontractors, by contract. The DID specifies an electronic .xls or .xlsx format and details 18 required data fields, such as Contract Number, Asset Identification Numbers (both agency and contractor), Item Description, Manufacturer Part/Model/Serial Numbers, National Stock Number, Quantity, Unit of Measure, Unit Acquisition Cost, Unique Item Identifier (for GFP), Asset Location, Type of Government Property (GFP or CAP), Classification of Government Property, Date of Last Physical Inventory, and Federal Condition Code. This document supersedes DI-MGMT-80441C and is crucial for contracts involving government property to ensure proper inventory management and reporting.
    The provided government file, sourced from http://assist.dla.mil, serves as a disclaimer regarding the currency of the document. Its main purpose is to advise users to verify that it is the latest version before use. This brief file is crucial in the context of government RFPs, federal grants, and state/local RFPs, where outdated information could lead to non-compliance or incorrect submissions. The repeated warning underscores the importance of using current data in government-related processes.
    The DI-MGMT-81838 document outlines the Commercial Asset Visibility (CAV) Reporting requirements, providing instructions for contractors on tracking government-owned reparable assets during the repair cycle at their facilities. The CAV application is a web-based inventory management system that enables contractors to report transactions as they occur, automatically updating a central database. This Data Item Description (DID) specifies the format and content for these reports, as detailed in the Contract Statement of Work. Required reporting includes various transactions such as asset receipt, inductions, items awaiting parts, completions, shipments, and items beyond economic repair. Contractors must also report status code changes and generate numerous reports, including repair history, condition codes, and discrepancy reports. The document emphasizes the system's role in providing comprehensive visibility and management of government assets within commercial repair environments.
    DI-PSSS-81995A outlines the requirements for the Contract Depot Maintenance (CDM) Monthly Production Report, which provides the government with essential monthly maintenance production figures, asset status, performance to schedule, anticipated production, and a summary of unresolved issues. This Data Item Description (DID) is applicable to any depot level maintenance contract and supersedes DI-PSSS-81995. The report mandates a specific format (Table I) and content, divided into Part I and Part II. Part I requires detailed information from the Production Management Specialist (PMS) and the Contractor, covering administrative details, item identification (Federal Supply Class and National Item Identification Number), delivery order numbers, contract line item numbers, quantities on contract, and various asset statuses such as reparables received, on hand, inducted, awaiting parts, produced, serviceables on hand, shipped, and condemned. Part II, the Production Summary, is conditional, required only if production forecasts are missed, current forecasts deviate from scheduled quantities, or future production problems are anticipated. The report is due within 10 business days of the previous month's last calendar date.
    This government solicitation, FA8118-26-R-0001, issued by the Department of the Air Force, outlines requirements for the remanufacture and modification of F-15 A-D and F-15E model Pitch/Roll Channel Assemblies and F-15E Pitch Trim Controllers. The contract includes a basic two-year period and a one-year option, with firm-fixed-price items and provisions for
    This GFP Attachment details requisitioned items for a federal government solicitation (Pre-stage Identifier: 1011834) with an attachment date of 2025-10-15. The attachment lists three distinct items: two types of Hydro Servomechanisms and one Linear Direct Valve. The servomechanisms, identified by NSN 1650014462029 (Quantity: 18, Cost: $172,210.00 each) and NSN 1650014460599 (Quantity: 42, Cost: $185,500.00 each), are described as pitch and roll channel assemblies used for unaugmented longitudinal aircraft control. The Linear Direct Valve (Quantity: 24, Cost: $44,130.00 each) with NSN 4810013963097 receives pilot input displacement. All items are designated as
    This document provides a detailed description of a hydraulic servomechanism, NSN 1650014460599, manufactured by CAGE 94697 with reference number A71500-5. This component is critical for the F-15 Aircraft, specifically functioning as a link between the pilot's control stick and the control surface power servos for pitch and roll. The item has a criticality code of X, a demilitarization code of B, and a security code of U. Key dimensions include a length of 25.20 inches, a width of 9.50 inches, a height of 16.70 inches, and a weight of 72.50 pounds. It is constructed from steel and aluminum and contains no helium. The initiator of this description is Brent D. Adams from 848 SCMG / GUMBB, available at DSN 336-3777 or commercial 405-736-3777. This item description is crucial for procurement, maintenance, and logistical planning related to F-15 aircraft components within government operations.
    This government file details the specifications for a SERVOMECHANISM, HYDR, NSN 1650014462029, CAGE 94697, with reference number 010-63055-24, designated for the F-15 aircraft. The item is critical (code X), requires demilitarization (code B), and has a security code of U. Its primary function is to assist in unaugmented longitudinal control through the pitch and roll channel assembly. The item is made of aluminum and steel, weighs 69.0000 lbs, and measures 24.0000 x 6.2500 x 17.0000 inches. The document also includes initiator contact information and confirms no helium content, precious metals, or jewel bearings. This detailed description is typical for a government RFP or procurement document, outlining essential characteristics for potential contractors.
    This government file details a VALVE,LINEAR,DIRECT (NSN 4810013963097HS) for a Pitch and Roll Channel Assembly, identified by reference number A71504-6. The item, with a criticality code of 'X' and demilitarization code 'B', is made of aluminum, steel, and rubber, weighing 8.2000 lbs with dimensions of 5.8000 (L) x 5.6000 (W) x 6.6000 (H) inches. Its function is to receive inputs from the pilot's input displacement. Contact information for the initiator, PAUL.P.SAPACK of 423 SCMS / GUMB, is provided. This document appears to be an item description for procurement or inventory management within a federal government context.
    The IUID Checklist, version 1, generated on August 5, 2025, details the unique identification marking requirements for a specific item, the SERVOMECHANISM, HYDR, with NSN 1650014460599. DFARS 252.211.7003, Section (c)(1)(ii), mandates IUID marking in accordance with MIL-STD-130, guided by Engineering Drawing number 2011C1312-T. The document also addresses embedded items under Section (c)(1)(iii), noting that an unspecified item is embedded within the SERVOMECHANISM. This checklist, initiated by Jenny Ewy from 423 SCMS / GUEA, outlines the necessary marking procedures for federal government procurement, ensuring traceability and compliance for critical defense items.
    The IUID Checklist details the unique identification marking requirements for a SERVOMECHANISM, HYDR (NSN 1650014462029) as per DFARS 252.211.7003. Marking is to be performed in accordance with MIL-STD-130, with the contractor determining the location and method. The document also addresses embedded items, specifically noting that an unspecified item is embedded within the SERVOMECHANISM. This checklist is crucial for federal government RFPs, ensuring proper tracking and identification of critical items within the supply chain.
    The document is an Item Unique Identification (IUID) Checklist, specifically focusing on the IUID marking requirements for a "VALVE,LINEAR,DIRECT" with NSN 4810013963097HS. It specifies that DFARS 252.211.7003 SECTION (c)(1)(ii) applies to this item. The marking is to be performed according to MIL-STD-130, with the contractor determining the location and method. The checklist also includes a section for embedded items, indicating that if applicable, they would be embedded within the aforementioned valve. This document ensures compliance with federal acquisition regulations regarding unique item identification for government-procured items.
    The Department of the Air Force's 848th Supply Chain Management Group issued a memorandum establishing Justification for Qualification Requirements (JQR) for numerous managed items. This JQR, expiring on June 3, 2031, was synopsized on sam.gov on June 27, 2024, and includes the JQR-RQR-848 (Final-Redacted), RQR-848, and the Master Item List. The memorandum acts as a placeholder within PRPS for Qualification Requirement (QR) activity on the National Item Identification Number (NIIN) or Purchase Instrument Line Item (PILI) checklist, replacing individual JQR/QR uploads for specific items, as the master documents cover a broad range of items.
    This government file outlines packaging requirements for various items under purchase instrument FD20302500855-00, Version 2. It emphasizes compliance with MIL-STD 129 Revision R and MIL-STD 2073-1 Revision E, particularly regarding United Nations restrictions on wood packaging material (WPM) to prevent invasive species. All WPM must be constructed from debarked, heat-treated wood (56°C/133°F for 30 minutes) and certified by an ALSC-recognized agency, adhering to ISPM No. 15. The document details specific packaging and marking instructions for multiple items (e.g., 4810013963097HS, 1650014462029, 1650014460599), requiring MIL Long Line Packaging and compliance with MIL-STD-2073-1 for packaging and MIL-STD-129 for shipping and storage markings. Additional marking for shipping containers may include unit serial numbers or OEM information as specified on AFMC Form 158. Some items are noted as requiring “No Packaging Data.” The document is signed by Sean R. Cox, a packaging specialist.
    The document,
    The "RDL REVISION" document is a Repair Data List (RDL) for a HYDRAULIC SERVOMECHANISM, identified by NSN 1650014462029 and Part Number 010-63055-24, from CAGE CODE 94697. Dated May 7, 2013, this one-page document outlines the availability and distribution of repair data. It includes a legend for "FURNISHED METHOD CODE," detailing how technical data is provided, such as with solicitation, contract award, or upon request. This file is crucial for government procurement processes, specifically in federal RFPs, by clarifying data provision for repairs of specified government equipment, ensuring transparency and compliance regarding technical information access.
    The RDL REVISION document, dated January 3, 2025, is a Repair Data List for a linear direct valve, identified by NSN 4810013963097HS and CAGE CODE 94697, with part number A71504-6. This document specifies repair data references 9H27-2-3 and 9H27-2-4, both associated with CAGE CODE 94697. It also includes a legend for Furnished Method Codes, which indicates how repair data will be provided, ranging from classified documents and those furnished with solicitation or contract award, to data available upon request or not available. This list is crucial for understanding the availability and method of acquiring technical data necessary for the repair and maintenance of the specified valve, indicating its role in federal procurement and maintenance operations.
    This document, FD20302500855-00, initiated on August 4, 2025, details transportation data and instructions for federal government solicitations, focusing on F.O.B. Origin and Destination terms. It outlines essential procedures for vendors, particularly emphasizing contact with DCMA Transportation via their SIR eTool System for shipping instructions on "DCMA Administered" contracts. Failure to comply may lead to frustrated freight and additional vendor expenditures. The document provides critical transportation funds information, including TACRN AAA and various LOA and account codes. It lists multiple ship-to items with specific NSN/Pseudo NSNs and corresponding purchase instrument line item numbers, all directed to DLA Distribution Depot Oklahoma, Bldg 506 Dr 22, Tinker AFB, OK 73145, USA. Contact information for Cole, Chiquita D, from 406 SCMS / GULAA, is provided for further assistance. The file is a critical reference for ensuring compliance with federal transportation regulations for government procurements.
    Lifecycle
    Similar Opportunities
    F118 Front Frame Assembly
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the remanufacture of the F118 Front Frame Assembly, with a focus on restoring components to their original life expectancy. The procurement involves the remanufacture of various National Stock Numbers (NSNs) related to the F118 Front Frame, requiring contractors to provide labor, materials, and facilities for repair, testing, and logistics. This initiative is crucial for maintaining the operational readiness of Air Force aircraft, ensuring safety and performance standards are met. Interested parties must submit their business information and complete a Source Approval Request (SAR) package by December 24, 2025, and can contact Cynthia D Viney or Tara Parker for further details.
    FD20302600008 - Remanufacture of KC-135 Valves & Pumps; NSN: 2915-01-452-5123RK, 2915-01-452-5126RK, 2915-01-527-8152RK, 2915-01-510-1161RK
    Buyer not available
    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.
    F-15/F-16 Constant Speed Drive Consumable Repair Parts
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of consumable repair parts for the F-15 and F-16 aircraft, specifically focusing on Constant Speed Drive components. This acquisition is part of a requirements corporate contract and is intended to support the ongoing maintenance and operational readiness of these military aircraft, with items being sole sourced to Collins Aerospace. Interested suppliers must submit their proposals by December 17, 2025, with delivery expected within 300 days after receipt of order, and should direct inquiries to John Whaley at john.whaley@dla.mil or by phone at 804-279-5213.
    Remanufacture of Flap Drive Angle Gearbox Assembly
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for the remanufacture of Flap Drive Angle Gearbox Assemblies for the KC-135 aircraft. Contractors are required to provide all necessary materials, labor, and expertise to restore the gearbox assemblies to a like-new condition, including disassembly, cleaning, inspection, re-assembly, and testing, while adhering to strict quality control and reporting requirements. This procurement is critical for maintaining the operational readiness of the KC-135 fleet, which relies on these assemblies for effective flap operation. Interested small businesses must submit a Source Approval Request (SAR) and are encouraged to contact Cliff Morgan or Amy Gil for further details, with proposals due by December 15, 2025, at 12:00 PM.
    Remanufacture B-1 Horizontal Stabilizer Servo-Cylinder
    Buyer not available
    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.
    F-15 Cable and LOD Repair Services, Air Force Enhancement Program (AFREP) for Seymour Johnson AFB
    Buyer not available
    The Department of Defense, through the 4th Contracting Squadron at Seymour Johnson Air Force Base, is soliciting proposals for F-15 Cable and Light Off Detector (LOD) Repair Services as part of the Air Force Enhancement Program (AFREP). This procurement involves a total small business set-aside for a firm fixed-price indefinite delivery indefinite quantity (IDIQ) contract, which includes a one-year base period and four one-year options, requiring the service provider to repair F-15E cable and LOD parts to serviceable condition in accordance with specified technical orders. Interested vendors must possess an approved Source of Approved Repair (SAR) letter and be registered in the System for Award Management (SAM) to be eligible for award. For inquiries, potential offerors can contact Angela Gibson at angela.gibson.4@us.af.mil or Glinnis Thompson at glinnis.thompson@us.af.mil, referencing Solicitation Number FA480926Q0003. All solicitation documents will be available on SAM.gov.
    Remanufacture of F-15 Butterfly Valve
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of F-15 Butterfly Valves under a total small business set-aside contract. This five-year firm fixed-price requirements contract includes a three-year basic period and a two-year option period, requiring contractors to restore the valves to a like-new condition through disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing. The valves are critical components for controlling cabin airflow in F-15 aircraft, emphasizing the importance of quality and compliance with stringent technical and safety standards. Proposals are due by December 15, 2025, and interested vendors should contact Cliff Morgan at clifford.morgan.8@us.af.mil or Amy Gil at amy.gil@us.af.mil for further information.
    New Manufacture F15/Valve, Solenoid
    Buyer not available
    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.
    Remanufacture of Electro-Mechanical Actuator
    Buyer not available
    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.
    AIRCRAFT EAGLE F-15, SCREW, ACTUATING, ACTUATOR
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of the Aircraft Eagle F-15 Actuating Screw Actuator, identified by NSN 1560-00-298-8901. This opportunity involves an Indefinite Quantity Contract with a duration of five years, requiring an estimated annual quantity of 10 units, with a total delivery schedule of 365 days for production. The actuator is a critical component for the F-15 aircraft, and the procurement is classified as unrestricted, allowing all responsible sources to submit offers. Interested parties should submit their proposals to the provided fax number and can access the solicitation on the DLA Internet Bid Board System, with the issue date expected around November 22, 2026. For further inquiries, contact Jenier Mitchell at jenier.mitchell@dla.mil or by phone at 804-659-6388.