F100 Module Kit Servo Valve
ID: FA812125R0026Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8121 AFSC PZAAATINKER AFB, OK, 73145-3303, USA

NAICS

Aircraft Engine and Engine Parts Manufacturing (336412)

PSC

GAS TURBINES AND JET ENGINES, AIRCRAFT, PRIME MOVING; AND COMPONENTS (2840)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide the F100 Module Kit Servo Valve, a critical component for aircraft engine systems. This procurement involves a Firm Fixed Price Requirements contract for a one-time purchase of new manufacture spares, with a minimum order of 17 units and a maximum of 51 units, emphasizing the importance of quality assurance and compliance with aviation safety standards. The selected vendor will play a vital role in supporting national defense initiatives, as the item is essential for the operation of the F100-PW-220/229 aircraft engines. Interested parties must submit their proposals by August 11, 2025, at 3:00 PM CDT, and are encouraged to contact Clifford Darrington or Ms. Kawika Tse Ah Lo for further inquiries regarding the solicitation process.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the procurement details for a CIVV Controller EHSV Module Kit, identified by NSN 2915012240753NZ and CAGE 06848. This kit is integral to the Main Fuel Control system and plays a crucial role by converting electrical signals into pressure signals for fuel flow scheduling. The item is described as having dimensions of 6.3 inches in length and width, 10.5 inches in height, and weighs 3.1 pounds. It is constructed from nickel alloy and classified under a security code, with a criticality code indicating its importance. The item’s release is being managed by James D. Roush from the AFLCMC / LPSAAC office. Additionally, the file references potential requirements for government-furnished equipment and materials. The document encapsulates the essential specifications and oversight necessary for the acquisition process, serving as a resource for federal and local agencies engaged in procurement activities, particularly in defense contracting. This summary reflects the document's focus on the technical specifications and procurement oversight necessary for effective government contracting.
    The Manufacture Qualification Requirements (MQR) for Propulsion Critical Safety Items (CSI) and Critical Application Items (CAI) outlines the technical standards potential sources (PS) must meet to gain Engineering Support Activity (ESA) approval for manufacturing propulsion items. The document specifies that PS must submit a valid Company Profile and a Source Approval Request (SAR), which will undergo a structured evaluation process. It details the necessary documentation such as technical data requests, self-assessment checklists, and qualifications specific to manufacturing and quality assurance systems. Approval durations are set at three years for CSI and seven years for CAI, after which re-evaluation is required. The MQR emphasizes the importance of strict adherence to guidelines regarding proprietary data rights and the submission formats to ensure compliance. It serves as a framework for the government’s procurement strategy, emphasizing quality assurance and safety in defense manufacturing crucial for national security initiatives.
    The Surplus Materiel Worksheet, dated April 15, 2022, outlines the evaluation process for surplus material availability concerning a specific part (NSN 2915012240753NZ, Part Number 351005) related to the F100-PW-220/229 aircraft engine. The evaluation is conducted by Eric C. Shelley, with emphasis on compliance with AFMC FAR Supplement Part 5352. The document indicates surplus materials may be acceptable if they meet specified criteria, such as part verification, prior government ownership, and end-item inspection. Evaluators must check dimensions, test for acceptance, and confirm any reconditioned or used items. The form mandates testing and inspection protocols, stipulating that any surplus material must remain unopened, undamaged, and free from corrosion to be deemed acceptable. Misrepresentation by vendors will lead to item rejection and return at no cost to the government. The engineer evaluator responsible for the process is Cyle R. Fabrie, who must review and approve any surplus offers based on the established requirements. The summary reflects the requirements for surplus material evaluations within the context of federal procurement regulations, underlining the government's commitment to ensuring high standards and accountability in the acquisition of surplus items.
    The document outlines quality assurance provisions and special inspection requirements for a specific item managed under federal procurement guidelines. It lists essential identifiers such as the PR/MIPR number and National Stock Number. The document emphasizes the necessity of adhering to various Federal Acquisition Regulation (FAR) clauses related to inspection and quality control, including requirements for a Certificate of Conformance and other standards under ISO 9001:2000. A significant emphasis is placed on avoiding the use of Class I ozone-depleting substances, with a statement affirming compliance with relevant Air Force policies. Additionally, the document provides contact information for personnel involved in the inspection and equipment specification, identifies the quality pre-award survey status, and highlights a recommendation for AFMC participation. The technical authority's signature validates the document on October 30, 2023. Overall, the document serves as a critical resource to ensure that product quality, safety, and environmental compliance are maintained throughout the procurement process.
    The document outlines transportation data related to a government solicitation, specifically for the purchase instrument FD20302501234-00 initiated on April 1, 2025. It provides guidelines on F.O.B. (Free on Board) terms and transportation provisions, indicating the necessity for vendors to contact the DCMA Transportation Office for shipping instructions prior to any movement of freight. The file details vendor transportation instructions in accordance with the basic contract and includes essential transportation funds information such as account codes and associated purchase details. The designated ship-to location is the DLA Distribution Depot at Tinker AFB, Oklahoma, with specific references to the item being shipped, including its stock number and NSN. The document emphasizes compliance with Department of Defense regulations, detailing the importance of obtaining appropriate shipping documentation and regulatory clearances to avoid incurring additional costs. Overall, the document serves as a guide for ensuring proper compliance and communication in transportation processes for federal solicitations, prioritizing coordination with relevant transportation authorities.
    The document outlines packaging requirements pertinent to the U.S. federal government's procurement processes, specifically related to wood packaging materials (WPM) to prevent the spread of invasive species, such as the pinewood nematode. It states that all wooden materials used for packaging, including pallets and containers, must be made from debarked wood and subjected to heat treatment at specified temperatures. Certification from an accredited agency recognized by the American Lumber Standards Committee is mandatory. The document also emphasizes compliance with military packaging standards (MIL-STD 129 and MIL-STD 2073-1), detailing necessary shipping container markings and additional vendor packaging instructions. Contact information for the packaging specialist is provided for further inquiries. This guidance is crucial for ensuring safe packaging in line with international trade regulations and military standards, reflecting the government's commitment to both environmental protection and compliance in procurement practices.
    The document outlines the solicitation FA8121-25-R-0026 issued by the Department of the Air Force for the procurement of aircraft engine and engine parts manufacturing services, specifically a Module Kit for a Servo Valve. This contract is open for all businesses, including small and veteran-owned businesses, with a maximum acceptable delivery time of 120 days for submitted offers. It details the requirements for submissions, including the necessity for compliance with quality assurance standards and acceptance inspections. The procurement involves specific quantity limits (minimum of 17 and maximum of 51 units for the Module Kit) and emphasizes the inclusion of unique item identification for tracking. The document includes clauses regarding payment procedures, contract termination, and responsibilities for supply quality and safety, especially given that the item is deemed a critical safety item for aviation purposes. The overarching goal of this solicitation is to obtain quality-engineered components essential for aviation safety and national defense, ensuring adherence to regulatory standards throughout the contracting process.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    F-100 Tube Assembly, Metal
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of F-100 Tube Assembly, Metal, designated as a Critical Safety Item. The requirement includes a total of 12 units, with an estimated Request for Proposal (RFP) issue date of September 5, 2025, and a close date of October 6, 2025, for delivery by December 31, 2026. This assembly is crucial for aircraft engine operations, and the government intends to negotiate with a limited number of sources, primarily RTX Corporation, due to the specialized nature of the item. Interested parties should direct inquiries to Jeremy Bryant at jeremy.bryant@us.af.mil or call 405-855-7112, and all proposals submitted within 45 days will be considered.
    Spare Procurement
    Buyer not available
    The Department of Defense, specifically the United States Air Force, is conducting market research through a Sources Sought Synopsis (SSS) to identify potential sources for the manufacture of a MODULE KIT, SERVO VA (NSN 2915-01-244-5400NZ, P/N 20105100). This procurement aims to assess whether the requirement can be fulfilled competitively or as a Small Business Set-Aside, with interested businesses expected to provide all necessary labor, materials, and facilities for manufacturing, inspection, testing, and shipping of the item. The selected sources may also be tasked with supply chain management and logistics planning, addressing challenges related to diminishing manufacturing sources. Interested parties must submit their business information and a Source Approval Request (SAR) package by November 14, 2025, and can reach out to Nathan R. Sholund or Gregory Howard via email for further inquiries.
    Servocyclinder
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is preparing to issue a Request for Proposal (RFP) for the procurement of servocylinders specifically for the F110 system. The RFP is expected to be released on February 14, 2025, with a closing date of March 17, 2025, and it will require the delivery of four units by February 16, 2027, to the designated destination DGRQ00. This procurement is vital for maintaining operational readiness in military applications utilizing the F110 system, and while there are qualification requirements, it is not classified as a critical safety item. Interested parties can reach out to David Todd Isaac at david.isaac.4@us.af.mil or call 405-855-3000 for further information.
    FD2030-26-00083
    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 a servovalve, hydraulic, identified by NSN 1650-00-609-8372. This procurement is critical for maintaining aircraft hydraulic systems, ensuring operational readiness and safety in military aviation. The top drawing for the item is 5-97213-2, with an engineering data revision dated June 11, 2025. Interested vendors should refer to the solicitation information for further details and contact the designated personnel once the solicitation is approved for quotes.
    Noun_Valve, Linear, Direct_Application_F-15_NSN_4810-01-220-3996_Part_Number_MC11219-3
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of a linear valve, specifically NSN 4810-01-220-3996, part number MC11219-3. The contract aims to acquire three units of this valve, which is critical for controlling landing gear and landing gear door functions, with a request for a 20% reduction in cost and a 25% reduction in production lead time. This procurement is essential for maintaining operational readiness and ensuring the functionality of aircraft systems. Interested vendors should submit their capability statements or proposals by the specified deadline, with delivery expected on or before July 25, 2027, to Hill Air Force Base, Utah. For further inquiries, contact Logan Hurtz at logan.hurtz@us.af.mil or Dana Craun at dana.craun@us.af.mil.
    F-100 Augmentor Nozzle SE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is seeking proposals for the procurement of F-100 Augmentor Nozzle SEs, with a total quantity of 401 units required by November 7, 2026. This acquisition involves critical safety items that necessitate first articles and qualification, and it is subject to export control regulations. The government intends to negotiate with a limited number of approved sources, including Paradigm Manchester, Inc., Beacon Industries, Inc., RTX Corporation, and Soldream, Inc., under FAR 6.302 due to the limited availability of responsible sources. Interested parties may submit capability statements within 45 days of the presolicitation notice, and for further inquiries, they can contact Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112.
    SPRTA1-26-R-0106 (NSN: 2840-01-448-7511)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is issuing a presolicitation for Request for Proposal (RFP) SPRTA1-26-R-0106, which seeks support for the Turbine Duct and Vane Assembly (NSN: 2840-01-448-7511, PN: 4083681-01) specifically for the F-110 aircraft. This procurement involves a total quantity based on FA requirements across six line items, with specific counts including 2, 4, and 1 lot for various components. The goods are critical for maintaining the operational readiness of military aircraft, underscoring their importance in defense logistics. Interested vendors should note that the estimated issue date for the RFP is November 28, 2025, with a closing date of December 28, 2025. For further inquiries, potential bidders can contact Alson Dacalio at alson.dacalio@us.af.mil or by phone at (405) 739-8448.
    F-100 Case, Compressor, Air
    Buyer not available
    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.
    F-16 Fuel Flow Divider Valve, NSN 2915010759723
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of 34 units of the F-16 Fuel Flow Divider Valve (NSN 2915-01-075-9723), with a potential range of 9 to 51 units. This component is critical for the operation of aircraft fuel systems, ensuring efficient fuel management in military aviation. Interested contractors must comply with specific packaging requirements and regulations, including adherence to MIL-STD standards and export control certifications, with inspections and acceptance occurring at the origin. For further details, including the technical data package, interested parties should contact Kevin Howe at kevin.howe.1@us.af.mil, and refer to the attached solicitation PDF "SPRTA26R0840" for comprehensive requirements.