FD2030-23-01328 - Remanufacture of F-16 Scroll Housing
ID: FA811825R0005Type: 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
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of F-16 A/B Scroll Housing, with a focus on ensuring compliance with military standards and quality assurance. The procurement involves a five-year firm-fixed price Requirements type contract, which includes a three-year basic period and a two-year option, emphasizing the need for contractors to replace consumable parts and adhere to strict testing protocols. This remanufactured component is critical for maintaining the operational readiness of F-16 aircraft, underscoring its importance in defense logistics. Interested contractors should contact Matthew Churchwell at matthew.churchwell.2@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further details, with proposals due as specified in the solicitation documents.

    Files
    Title
    Posted
    This extensive government document encompasses a range of federal and state/local requests for proposals (RFPs) and grant opportunities. It appears to focus on various programs aimed at improving service delivery, infrastructure projects, and environmental assessments. Key ideas include the importance of compliance with standards and regulations specific to each project type, often detailing expectations for community engagement, technical specifications, contractor qualifications, and fiscal responsibility in budgeting and reporting. The structure hints at a systematic approach, outlining distinct sections that address eligibility criteria, application procedures, funding sources, and deadlines. The document emphasizes the need for thorough documentation, pre-project assessments, and the consideration of public health and safety concerns as essential elements throughout the proposal process. Overall, the essence of this document is to provide guidance and support for stakeholders seeking to engage with government-funded initiatives, ensuring that all participants have the necessary information to prepare effective proposals that align with the government’s objectives in resource allocation and community enhancement.
    The document reviewed pertains to resources available through the Defense Logistics Agency (DLA), specifically focusing on the official site for accessing government information. The purpose is to direct users to the correct source for procurement, federal grants, and RFPs (Requests for Proposals) related to defense logistics. It emphasizes the importance of verifying the currency of downloadable materials to ensure compliance and accuracy in use. The repeated mention of checking the source indicates a prioritization of diligence in using updated information for federal engagement. Overall, the document underscores the significance of maintaining up-to-date knowledge in the context of federal contracting and grants, essential for effective participation in government proposals and contracting activities.
    The Commercial Asset Visibility (CAV) Reporting, under Data Item Description DI-MGMT-81838, outlines the methodology for tracking government-owned reparable assets as they move through the repair cycle at commercial facilities. The CAV system, accessible via the web, automates transaction reporting, ensuring real-time updates to the CAV database. This system functions as an inventory management tool for assets with various statuses, including procurement and loaned assets. The document stipulates requirements for transaction reporting, including asset receipts, inductions, completions, and shipments, along with status code changes and the generation of various reports such as repair history and discrepancies. The goal is to facilitate efficient asset tracking and data management through a structured approach consistent with contract stipulations. In essence, the CAV Reporting serves as a framework for contractors to manage inventory and reporting duties related to government assets, ensuring accountability and transparency throughout the repair process. This promotes effective asset management in line with government RFPs and contracts.
    The "Contract Depot Maintenance (CDM) Monthly Production Report" provides essential monthly maintenance production data for the federal government. It details asset accountability, performance metrics, and unresolved issues at contractor facilities. This report, governed by the Data Item Description (DID) DI-PSSS-81995A, is applicable to depot-level maintenance contracts and aims to ensure detailed reporting standards on contract performance. Structured into two parts, the report requires comprehensive data including contractor and PMS contact details, item identifications, and various metrics such as the quantities of repairs received, inducted, produced, and shipped. Key content includes a production summary that flags discrepancies between predicted and actual outputs, highlighting potential production issues. The report must be submitted within ten business days following month's end and serves as a critical accountability tool in assessing contractor performance within the context of federal RFPs and grants, ensuring transparency and informed decision-making in government contract management.
    The document outlines a Request for Proposal (RFP) FA8118-25-R-0005 issued by the Department of the Air Force for the remanufacture of F-16 Scroll Housings, specifically NSN: 1660-01-058-2439TP. The RFP includes a five-year contract structure, with a three-year basic period followed by a two-year option. Proposals are invited from various business categories, including small businesses and veterans. Key responsibilities for the contractor include providing all materials and resources necessary for remanufacturing, ensuring all work complies with specified technical requirements, and achieving quality assurance certifications. The document emphasizes the need for pre-award evaluations, submission of required documentation, and adherence to inspection standards. Contractors are also informed about potential "over and above" work, which must be pre-approved and executed under specified conditions. Delivery schedules stipulate regular monthly shipments after order receipt. Future submissions and inquiries must comply with an established communications protocol, including the use of designated email contacts. Overall, this RFP aims to secure capable contractors to fulfill essential defense supply needs while adhering to stringent federal procurement standards and regulations.
    This document outlines a requisition for 39 units of a Scroll Housing assembly, which is vital for the NHA Cooling Turbine on the F-16 aircraft. The requisition includes specific identifiers such as the National Stock Number (NSN) 1660-01-107-2459 and the CAGE Code 70210, along with the part number 764828-4. The assembly is non-serialized and is marked for delivery, with the acquisition cost noted as "Use As-Is." The delivery date is specified as September 9, 2024. This requisition falls within the context of federal government Requests for Proposals (RFPs) and procurement processes, emphasizing the importance of sourcing components necessary for military aircraft maintenance and operations. The document demonstrates the structured procurement framework, highlighting key details essential for fulfilling government contract obligations in the defense sector.
    The file details packaging requirements under Purchase Instrument Number FD20302301328-00, focusing on compliance with international standards for wood packaging materials (WPM) to prevent invasive species transmission, notably the pinewood nematode. It mandates that all wooden materials used in packaging—such as pallets and containers—must be debarked and heat-treated to specific temperatures for a set duration. Certification by an accredited agency recognized by the American Lumber Standards Committee is required. In addition, items must adhere to MIL-STD-2073-1 for military packaging and MIL-STD-129 for shipping and marking practices. Various packaging data requirements for specific items are included, alongside vendor packaging instructions. The document is issued by the 406 SCMS office, with Sean R. Cox designated as the Packaging Specialist. This comprehensive overview serves to uphold stringent standards for military supply chains and international trade compliance, reflecting the importance of biosecurity in packaging practices.
    The document outlines the Statement of Work (SOW) for the remanufacture of F-16 A/B Scroll Housing at Tinker Air Force Base, Oklahoma. It emphasizes quality assurance, regulatory compliance, and the requirements for contractors, including definitions, pre-award evaluations, production reporting, and quality programs. The SOW mandates the contractor to replace all consumable parts, conduct thorough inspections, and follow strict testing protocols to ensure that remanufactured items meet military standards. Furthermore, it binds contractors to document all dealings, maintain rigorous supply chain risk management practices, and develop cybersecurity plans to safeguard sensitive data. The outlined requirements are critical for ensuring mission effectiveness while adhering to government regulations, making this document essential for both procurement processes and operational integrity within the Defense Department context.
    The document outlines transportation data relevant to federal solicitations for procurement under purchase instrument number FD20302301328-00, initiated on July 8, 2024. It specifies F.O.B. (Free on Board) terms, indicating that freight will be delivered to the destination, along with key FAR (Federal Acquisition Regulation) citations for transportation provisions. Vendors are instructed to contact the DCMA (Defense Contract Management Agency) for shipping instructions and regulatory clearances prior to shipment. Failure to do so may lead to additional costs. The document details transportation account codes, shipment destinations—including a distribution depot at Tinker Air Force Base—and provides essential contact information for the responsible government personnel. It serves to guide vendors in fulfilling their transportation obligations while highlighting compliance with necessary transportation and documentation regulations in federal contexts. The overall purpose is to ensure efficiency and avoid delays or unexpected expenses during the transportation process related to federal contracts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Repair of the F-16 IF Assembly
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the F-16 IF Assembly, with a focus on interchangeable National Stock Numbers (NSNs) related to the aircraft's operational integrity. The procurement requires comprehensive repair services, including inspections, disassembly, and component replacement, while adhering to strict compliance with technical data and counterfeit prevention measures. This contract is critical for maintaining the functionality of military aircraft, ensuring they meet safety and operational standards. Interested vendors should contact Darin Rector at daren.rector@us.af.mil or Hunter Doney at hunter.doney@us.af.mil for further details, with a delivery timeline of 90 days after receipt of carcass and an estimated quantity of 12 units for the initial line item.
    FA811824R0070 Remanufacture of F-16 Leading Edge Flap PDU Assemblies
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of F-16 Leading Edge Flap Power Drive Unit (LEFPDU) assemblies under solicitation FA811824R0070. This procurement aims to establish a firm-fixed price contract with a duration of five years, consisting of a three-year base period and two one-year option periods, to ensure the availability of critical aircraft components. The LEFPDU is essential for the operational readiness of the F-16 aircraft, highlighting the importance of maintaining high standards in military aviation support. Interested contractors should direct inquiries to Jacqueline K. West at jacqueline.west@us.af.mil or Shirley V. Harmon at Shirley.Harmon.1@us.af.mil, with proposals due by the specified deadline.
    FA821225Q0001 F-16 Fuel Cells
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of four F-16 Fuel Cells, identified by National Stock Number (NSN) 15600122440803WF. This firm fixed-price contract aims to ensure the operational readiness of the F-16 aircraft, which is critical for national defense capabilities. Interested contractors must meet stringent qualification requirements, including submission of a source qualification request package, as the procurement is restricted to prequalified sources, and foreign participation is not permitted. Proposals are due by November 7, 2024, and interested parties should contact Cydnee Simpson at cydnee.simpson@us.af.mil for further information and access to the data package.
    F-16 Cylinder Assembly
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting quotes for the procurement of an F-16 Cylinder Assembly, specifically identified by National Stock Number (NSN) 1650-01-417-8523. The procurement aims to acquire one unit of this critical component, which is essential for the operational readiness and maintenance of F-16 aircraft, thereby supporting national defense capabilities. Interested vendors must adhere to strict compliance with federal standards, including the Buy American Act, and are required to submit their quotations by November 11, 2024, with delivery expected by January 30, 2026. For further inquiries, potential bidders can contact Kody Quayle at kody.quayle@us.af.mil.
    2835-01-208-4430 (25-R-0009)
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the manufacturing of turbine and turbine generator set units, specifically for the item with NSN 2835-01-208-4430, known as the Housing, Gearbox, Tur for the F-16 aircraft. The procurement aims to acquire a total of 19 units, emphasizing the importance of compliance with military standards for packaging, preservation, and supply chain traceability, which includes detailed documentation and adherence to safety regulations for hazardous materials. Interested contractors are encouraged to participate, particularly small businesses, including women-owned and service-disabled veteran-owned enterprises, with proposals due by November 11, 2024, at 2:00 PM. For further inquiries, potential bidders can contact Johnny Wakefield at johnny.wakefield.2@us.af.mil or by phone at 385-519-8310.
    F-16 Cylinder, Actuating
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting bids for the procurement of five actuating cylinders for the F-16 aircraft, identified by NSN 1650-01-417-5468. The procurement requires adherence to specific military standards for packaging and marking, as outlined in the accompanying Statement of Work, which emphasizes compliance with regulations such as MIL-STD 2073-1 and MIL-STD 129. These components are critical for the operational readiness of military aircraft, ensuring safety and performance in various missions. Interested vendors should direct inquiries to Travis Bodily at travis.bodily@us.af.mil, with the RFQ numbered SPRHA4-24-Q-1078 issued on October 1, 2024, and no set-aside for small businesses.
    F-16 Motor, Direct Current
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting quotations for the procurement of direct current motors specifically designed for the F-16 aircraft. This Request for Quotation (RFQ) emphasizes stringent compliance with military standards for preservation, packaging, and marking, including adherence to MIL-STD-130 and MIL-STD-129, ensuring that all materials meet the necessary safety and operational requirements. The procurement is critical for maintaining the operational readiness of the U.S. military's F-16 fleet, highlighting the importance of quality assurance in defense supply chain management. Interested vendors should direct inquiries to Travis Bodily at travis.bodily@us.af.mil, noting that this RFQ is not set aside for small businesses and includes specific guidelines for submission, delivery schedules, and invoicing procedures.
    F-16 Hydraulic Drive Unit
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking sources for the manufacturing of F-16 Hydraulic Drive Units, specifically identified by NSN 1650013406328 and Part Number 16M002-821. This initiative aims to enhance competition and gauge small business interest for potential set-asides, with a focus on ensuring that interested vendors can manage all aspects of manufacturing, including labor, materials, inspection, testing, and logistics. The F-16 Hydraulic Drive Units are critical components for the operational readiness of the F-16 aircraft, underscoring the importance of reliable supply chains in military aviation. Interested parties must register as participants by selecting the "ADD ME TO INTERESTED VENDORS" option and are encouraged to respond with their business information and capabilities by the projected solicitation date in November 2024. For further inquiries, contact 423 SCMS at 423.SCMS.AFMC.RFI@us.af.mil.
    F-16 Hydraulic Drive Unit
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is conducting a Request for Information (RFI) to identify potential sources for the repair of the F-16 Hydraulic Drive Unit (HyDrive), particularly the M61A1 20mm HyDrive, with an NSN of 1005-01-061-8335. The procurement aims to establish a five-year contract for repair services, including a basic year and four option years, with projected quantities ranging from 1 to 30 units in the initial year and 1 to 20 units in subsequent years. The HyDrive is critical for the operation of the F-16 aircraft's weapon system, requiring strict quality control due to its operation under extreme conditions, including high vibrations and temperature variations. Interested parties must submit documentation showcasing their capabilities and experience by November 4, 2024, and can contact Melissa Wells or Charles Harris for further information.
    SPEED, BRAKE, AIRCRAFT
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of speed brake components for the F-16 aircraft. This solicitation involves a definite quantity contract for 32 units of the specified item, identified by NSN 1560-010450352 and part number 16M205-4, with a delivery schedule of 576 days after receipt of order. The components are critical for aircraft operations, and the procurement is classified under NAICS code 336413, focusing on other aircraft parts and auxiliary equipment manufacturing. Interested vendors must submit their proposals in writing by fax to (804) 279-4165, with the solicitation issue date set for October 30, 2024. For further inquiries, potential offerors can contact Cindy Hunt at (804) 971-7217 or via email at cindy.hunt@dla.mil.