Repair of KC-135 Electronic Control Unit Assembly (ECUA)
ID: FA8117-25-R-0013Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8117 AFSC PZABATINKER AFB, OK, 73145-3303, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of KC-135 Electronic Control Unit Assemblies (ECUAs) at Tinker Air Force Base in Oklahoma. The procurement aims to ensure the maintenance and operational readiness of critical aircraft components, emphasizing quality assurance, timely deliveries, and adherence to ISO 9001:2015 standards. This opportunity is vital for sustaining the Air Force's operational capabilities and involves compliance with various regulatory and cybersecurity protocols. Interested contractors should contact Kristen Carter at kristen.carter@us.af.mil or Gregory Howard at gregory.howard.9@us.af.mil for further details, with the solicitation response deadline extended to June 5, 2025, at 3:00 PM.

    Point(s) of Contact
    Files
    Title
    Posted
    This document pertains to the amendment of a solicitation issued by the Department of the Air Force regarding Contract ID FA8117-25-R-0013. The primary purpose of the amendment, effective May 9, 2025, is to extend the solicitation response deadline from May 9, 2025, to June 5, 2025, at 3:00 PM. Interested parties must acknowledge receipt of this amendment through several methods, including returning copies or including acknowledgment in their offers. The document outlines the procedural details to ensure compliance by contractors and emphasizes the importance of timely acknowledgment to prevent rejection of offers. Further administrative changes related to the procurement process may also be included, but the core terms and conditions remain unchanged. Overall, this amendment not only extends the deadline but reinforces the required procedures for contractors participating in the solicitation process.
    The document outlines a Contract Data Requirements List (CDRL) related to the KC-135 system under Contract No. FD20302402256. It specifies multiple data items that contractors must submit, including Commercial Asset Visibility Reporting, Government Property Inventory Report, Acquisition and Sustainment Data Package, Counterfeit Prevention Plan, Production Surge Plan, Bill Of Materials, Engineering Change Proposal, and Contract Depot Maintenance Monthly Production Report. Each data item outlines submission frequency, distribution statements, and requirements for electronic submission, emphasizing compliance with technical data export controls. Reports are required to be timely, accurate, and in English, and specific deadlines are established for initial and subsequent submissions. The document is framed within the context of Department of Defense contracting, indicating the vital role of data management in ensuring effective supply chain operations and asset visibility for military readiness. Overall, the CDRL establishes clear expectations for contractors on the documentation needed to support the military's operational and regulatory requirements for the KC-135 aircraft.
    The document consists of multiple Data Item Descriptions (DIDs) detailing requirements for various federal government reports and proposals related to inventory, maintenance, and counterfeit prevention in defense contracts. Key topics include the Government Property (GP) Inventory Report, which mandates contractors to maintain accurate inventories of Government Furnished Property (GFP) and Contractor Acquired Property (CAP); the Engineering Change Proposal (ECP), outlining necessary documentation for engineering modifications; and the Acquisition and Sustainment Data Package (ASDP) Teardown Deficiency Report for assessing equipment deficiencies. Other significant entries cover the Bill of Materials (BOM) for managing supply chain risks, the Counterfeit Prevention Plan for safeguarding against counterfeit parts, and Commercial Asset Visibility (CAV) Reporting for tracking government assets during repairs. Each DID specifies formats, content requirements, and intended uses, emphasizing efficient documentation and compliance with military procurement practices. The overarching purpose of these DIDs is to ensure rigor in tracking, maintaining, and reporting on government assets, reflecting accountability and transparency within defense contracting processes.
    This document is an amendment to a U.S. Air Force solicitation, specifically amending solicitation FA811725R0013 to incorporate several updates and clauses essential to potential contractors. The amendment includes updated instructions to offerors for commercial products and services, changes to the options for extending the term of the contract, and specific clauses that now require contractors to acknowledge receipt before the specified submission deadline. Key changes include a definition of how offers should be submitted, details on submission requirements like bill of materials and pricing data, an extension of the options for services to be exercised within 30 days of contract expiration, and a stipulation that total contract duration should not exceed 60 months. The document's structure features sections detailing the purpose of the amendment, administrative changes, and additional instructions for prospective bidders, ensuring a clear guideline for compliance in the bidding process. Overall, this amendment reflects the government's intention to clarify terms and procedures, thereby facilitating a more straightforward engagement with contractors while ensuring adherence to federal acquisition regulations.
    This document details a solicitation for commercial products and services issued by the Department of the Air Force, primarily focusing on the acquisition of Electronic Control Unit Assemblies (ECUAs) for repair and maintenance. The solicitation outlines various items and services required, including major and minor repairs, recalibration, repairs for units with no faults found, and units deemed beyond economical repair across multiple option years. Key components of the contract include strict delivery timelines—typically necessary within 30 days after the order is placed—along with inspection and acceptance protocols to ensure quality assurance. The document specifies that the procurement process is open and encourages participation from small businesses, particularly those owned by service-disabled veterans and women, following the appropriate federal regulations. Pricing terms are set as firm-fixed with an emphasis on compliance with inspection standards. By providing transparent requirements and strict adherence to quality measures, this solicitation aims to reinstate operational capabilities for military operations, thus showcasing a commitment to maintaining the necessary infrastructure for defense readiness.
    The document outlines the packaging requirements for wooden materials in compliance with international standards, particularly concerning invasive species restrictions like the pinewood nematode. It specifies that wood packaging materials (WPM) such as pallets and crates must be made from debarked wood and treated by heating to a specific temperature for a defined duration. Certifications from accredited agencies recognized by the American Lumber Standards Committee (ALSC) are mandated. The document references relevant international standards, particularly ISPM No. 15, for further guidance. Various Item Codes detail specific packaging instructions, with some items requiring military packaging standards (MIL-STD-2073-1) and marking per MIL-STD-129. Additional guidelines outline the conditions for shipping container markings, emphasizing requirements including OEM information when necessary. The document is intended for military and government suppliers to ensure compliance with preservation and shipping standards in defense logistics and international trade, contributing to the safe transportation of goods globally.
    The Performance Work Statement (PWS) for the Department of the Air Force outlines the repair requirements for KC-135 Electronic Control Units (ECUs) at Tinker Air Force Base, Oklahoma. It details the contractor's responsibilities, including initial production evaluations, quality assurance, supply chain risk management, foreign influence considerations, and cybersecurity protocols. The contractor must ensure adherence to ISO 9001:2015 standards and develop plans for counterfeit prevention, obsolescence handling, and supporting essential mission services during crises. Key sections include requirements for repair processes, quality control, including the necessity for proper part sourcing, and documentation for repair activities. The PWS emphasizes the importance of timely deliveries, maintenance of contractor identification throughout the project, and strict reporting protocols to the contracting officer. Production capabilities and surge plans must be ready to address increased demand, ensuring all repaired items are marked properly and comply with environmental and safety protocols. Overall, this document serves as a detailed guide for contractors engaged in maintenance services for the Air Force, ensuring that operations align with regulatory standards while addressing quality, efficiency, and security in defense supply chains.
    The government file details a preaward synopsis for a sole source solicitation involving the repair of the KC-135 Electronic Control Unit Assembly (ECUA), with the solicitation number FA8117-25-R-0013. Issued on March 21, 2025, and closing on April 21, 2025, the contract primarily focuses on providing repair services, including troubleshooting, calibration, and quality testing, ensuring that repaired items meet OEM specifications. The contract is structured as a Firm Fixed Price agreement with multiple line item numbers (CLIN) allocated for various types of repair, recalibration, and operational support tasks across a multi-year contract, encompassing a base year plus four one-year options. The contractor must replace non-compliant parts at their expense and follow strict guidelines, including IUID requirements for items exceeding $5,000. Communication regarding the solicitation is limited to written electronic inquiries, and all interested parties are encouraged to submit capability statements or proposals for consideration. An Ombudsman is appointed to address concerns during the proposal phase, maintaining confidentiality.
    The document outlines a transportation data solicitation for federal procurement, referenced by the purchase instrument number FD20302402256-00, initiated on February 5, 2025. It details transportation provisions, including destination and funding information, with key focus on items being shipped to DLA Distribution Depot Oklahoma, specifically Tinker Air Force Base. The document includes multiple line item numbers, each referencing the same NSN (National Stock Number) for various items designated for shipment. There is a mention of a zero-dollar PR (purchase request) to establish the contract. The responsible party for this procurement is identified as Dorothy A. Langford from the 406 SCMS/GULAA office. The structure of the document contains sections for logistical details and contact information, serving primarily as a resource for stakeholders involved in the federal procurement process, ensuring proper documentation and compliance for the transportation of goods. Overall, the purpose of this document is to facilitate government procurement and transportation support effectively.
    This document appears to be corrupted or contains significant formatting errors, preventing a cohesive interpretation of its contents. However, it seems related to government Requests for Proposals (RFPs) or grants at federal, state, or local levels. The likely purpose of the document includes outlines or instructions relevant to funding opportunities, project requirements, or guidelines specific to grant applications or proposals. Given this context, the file might encompass submission criteria, eligibility requirements, and deadlines for potential applicants. It may also discuss compliance objectives, reporting expectations, and contact information for prospective bidders or grant writers. In the framework of governmental RFPs and grants, such documents typically aim to articulate the process for obtaining funding, emphasize transparency in governmental procedures, and support the advancement of civic projects or research initiatives. Overall, key points would involve formalities related to submission, evaluation criteria, project scopes, deadlines, and guidelines for communication between applicants and funding entities, all critical for the successful navigation of the grant or bidding process.
    Similar Opportunities
    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.
    KC-46 Commercial Common Repairable Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the KC-46 Commercial Common Repairable Support contract, aimed at providing strategic repairable support services for the KC-46A aircraft. This competitive, full and open solicitation requires contractors to ensure a 30-day exchange of unserviceable assets for serviceable ones, which must be FAA-certified, thereby maintaining the aircraft's operational readiness and compliance with aviation standards. The contract will have a five-year base period with a maximum value of $470.9 million, and interested parties should direct inquiries to Stephen Schexnayder at stephen.schexnayder.2@us.af.mil or Joshua Taft at joshua.taft@us.af.mil, with proposals due in accordance with the specified timelines outlined in the solicitation documents.
    Common Data Entry Electronic Unit (CDEEU)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Common Data Entry Electronic Units (CDEEU) and associated components, primarily for F-16 aircraft, under solicitation FA8251-26-R-0002. The contractor will be responsible for testing and repairing various National Stock Number (NSN) items to a serviceable “A” condition, adhering to OEM specifications and ISO 9001-2015 quality standards, with deliveries expected to commence 30 to 60 days after receipt of assets. This procurement is critical for maintaining the operational readiness of F-16 avionics, ensuring that essential components are restored to functionality. Interested contractors should contact Piper Martin at piper.martin@us.af.mil or Jesse Baird at jesse.baird@us.af.mil for further details, and are encouraged to review the solicitation documents for specific requirements and deadlines.
    Remanufacture of the F-15 Pitch/Roll Channel Assemblies & Pitch Trim Controller
    Dept Of Defense
    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.
    Repair of Electronic Amplifier
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the repair of electronic amplifiers, identified by NSN 5996-01-384-9562 and Part Number URA0240L-400. The procurement aims to secure firm-fixed-price contracts for repair services, including no-fault-found and beyond-economic-repair options, essential for maintaining the functionality of the ARC-210 SATCOM system. This opportunity is critical for ensuring the operational readiness of military communications equipment, with the performance period for the basic contract set from August 16, 2026, to August 15, 2027. Interested contractors should submit their proposals by January 31, 2026, and can direct inquiries to primary contact Sheeja Santhosh at sheeja.santhosh@us.af.mil or secondary contact Kristen Carter at kristen.carter@us.af.mil.
    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.
    Remanufacture of F110 Transducer
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting market research through a Sources Sought Synopsis (SSS) to identify potential sources for the remanufacture of the F110 Transducer (P/N: 8524-0102, NSN: 6695-01-363-3031) at Tinker Air Force Base in Oklahoma. The procurement requires contractors to provide all necessary labor, materials, facilities, and equipment for the repair, testing, preservation, and packaging of the transducer, ensuring it is returned to the government in like-new condition. This effort is crucial for maintaining operational readiness and support for aircraft systems, and the government is open to all business types, including small business classifications, to foster competition. Interested parties must submit a Source Approval Request (SAR) package, including company details and business size classification, to the designated contacts by the specified deadline, as no contract will be awarded based on this market research.
    KC-46 Pneumatic Starter
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the KC-46 Pneumatic Starter project, which involves updates to existing Air Turbine Starter (ATS) test stands at Hill Air Force Base in Utah. The procurement aims to engage an Original Equipment Manufacturer (OEM) to develop and integrate new software and hardware necessary for testing the KC-46 ATS, including the creation of test templates and installation of required hardware. This initiative is crucial for ensuring the operational readiness and compatibility of the KC-46 aircraft's pneumatic starter systems. Interested parties, particularly Women-Owned Small Businesses, should refer to solicitation FA822826Q0004 and contact Hayden Thurston at hayden.thurston@us.afmil or Costadena Bournakis at costadena.bournakis@us.af.mil for further details, with a performance period set from January 5, 2026, to January 5, 2027.
    Remanufacture of B-1B Electro-Mechanical Actuator.
    Dept Of Defense
    The Department of Defense, through the United States Air Force, is seeking contractors for the remanufacture of B-1B Electro-Mechanical Actuators, which are critical components for aircraft yaw trim functionality. The procurement involves a firm-fixed-price, 5-year requirements contract that includes a 3-year basic period and a 2-year option, with an estimated annual requirement of 12 units. This initiative is vital for maintaining the operational readiness and safety of the B-1B aircraft fleet. Interested parties should note that the solicitation is expected to be released around December 31, 2025, and must direct inquiries to Jessica Vinyard or M. Ryan Churchwell via the provided email addresses. Offerors are required to comply with qualification requirements and submit a DD Form 2345 for technical data access.
    Repair of B-1B Torque Motor
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of B-1B Torque Motors, specifically National Stock Numbers 6105-01-232-8318 and 6105-01-232-8319. The procurement aims to secure comprehensive repair services, including provisions for "No Fault Found" items and additional work requirements, with a total estimated contract value of $4,149,750.00 over a base year and three option years. This contract is critical for maintaining the operational readiness of the B-1B aircraft, ensuring that essential components are serviced to meet military standards. Interested contractors must submit their proposals by January 30, 2026, and can direct inquiries to Amy Schmitz at amy.schmitz.1@us.af.mil or David Herrig at david.herrig.1@us.af.mil.