REPAIR OF B-1 INTEGRATED BATTLE STATION PROCESSOR SRUS
ID: FA811723R0015Type: 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- AIRCRAFT COMPONENTS AND ACCESSORIES (J016)
Timeline
  1. 1
    Posted Mar 20, 2024, 3:35 PM UTC
  2. 2
    Updated Dec 2, 2024, 12:00 AM UTC
  3. 3
    Due Apr 30, 2025, 8:00 PM UTC
Description

The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B-1 Integrated Battle Station Processor SRUS, with the contract number FA8117-23-R-0015. The procurement aims to ensure the operational readiness of critical electronic systems used by the Air Force, requiring contractors to adhere to strict quality assurance standards and timely delivery schedules. This opportunity is vital for maintaining the functionality of the B-1 aircraft, with a proposal submission deadline extended to April 30, 2025. Interested parties can reach out to Michael Shand at michael.shand@us.af.mil or David Herrig at david.herrig.1@us.af.mil for further inquiries.

Files
Title
Posted
Mar 28, 2024, 7:16 AM UTC
Dec 2, 2024, 4:45 PM UTC
The document outlines the Contract Data Requirements List (CDRL) for the Acquisition and Sustainment Data Package (ASDP) concerning a Circuit Card Assembly under contract number FD20302201739. It specifies various data item submissions crucial for maintaining and acquiring data throughout the contract lifecycle. Key items include the Teardown Deficiency Report, Deficiency Report, Counterfeit Prevention Plan, Production Surge Plan, Engineering Change Proposal, and monthly reporting requirements for the Contract Depot Maintenance. Each data item is categorized with submission guidelines, frequency, and distribution details primarily oriented toward the Department of Defense. Additionally, the document underscores strict adherence to security protocols due to the sensitive nature of the technical data, which requires compliance with applicable regulations regarding export control and disposal. This systematic documentation aims to ensure effective communication and management of technology-based needs throughout the contract duration, emphasizing federal and defense contractor collaboration. Overall, the CDRL encapsulates the imperative nature of structured data management in government contracting processes, reflecting accountability and transparency within the operational framework.
Dec 2, 2024, 4:45 PM UTC
The document is an amendment to the solicitation FA8117-23-R-0015, issued by the Department of the Air Force, specifically the AFSC PZABA office. The primary purpose of this amendment is to extend the proposal submission deadline to 30 April 2025. It provides details about the contract modification process, including the acknowledgment requirements for contractors regarding the amendment, emphasizing that their acknowledgment must be received before the newly specified deadline. The document also outlines that all prior terms and conditions remain unchanged unless specified otherwise. The amendment was officially signed by the contracting officer, David W. Herrig, validating the changes. This type of document is typical in government Requests for Proposals (RFPs), ensuring transparency and fairness in the procurement process while allowing potential contractors sufficient time to prepare their proposals.
Mar 28, 2024, 7:16 AM UTC
Dec 2, 2024, 4:45 PM UTC
The document is a Request for Proposal (RFP) issued by the Department of the Air Force, focusing on the procurement of services related to the repair of various circuit card assemblies and electronic components. The solicitation is under the contract number FA8117‐23‐R‐0015 and outlines the responsibilities of the contractor regarding the repair of specific components, including the need for compliance with inspection and acceptance stipulations. Key components include detailed descriptions of supplies and services required, quality assurance standards, and specified delivery timelines, emphasizing a 30-day delivery schedule after receipt of orders. The RFP highlights the requirements for documentation such as DD1348‐1 for shipping and emphasizes the importance of including accurate inspection and acceptance reports. The outlined repairs cater to crucial electronic systems used by the Air Force, and options for additional repairs are also provided, with a directive for the government and contractors to negotiate for effective service execution. The proposal reflects the government’s commitment to maintaining operational readiness through effective asset management and repair services, ensuring all work is completed under defined regulations and quality standards.
Dec 2, 2024, 4:45 PM UTC
The document outlines various items associated with a federal contract award for the B1 IBS Processor, detailing specifications for circuit card assemblies and electronic components. The attachment lists a total of 21 non-serialized items, including their descriptions, quantities, part numbers, unit acquisition costs, and associated CAGE codes, indicating the suppliers involved. Key components involve circuit card assemblies crucial for the operation of the B1 IBS Processor, with quantities ranging from 1 to 50 units. The delivery event for most items is noted as 'Use As-Is,' signifying immediate deployment without modifications. By providing this detailed information, the document serves as a foundational element in fulfilling the requirements set forth in government RFPs, ensuring compliance with expected technical standards and procurement processes. This systematic presentation aids in transparency and efficiency within federal contracting and procurement activities.
Mar 28, 2024, 7:16 AM UTC
Dec 2, 2024, 4:45 PM UTC
The document outlines specific packaging requirements for military items under Purchase Instrument Number FD20302201739-00. It emphasizes compliance with United Nations regulations regarding wood packaging material (WPM) due to concerns about invasive species, mandating that all wooden packaging be made from debarked wood and heat-treated to specific standards. The document details packaging instructions per MIL-STD-2073-1 for military packaging, including shipping and container marking standards according to MIL-STD-129. Several Military Long Line Packaging items are listed with associated coded data, dimensions, and additional markings for ESD and reusable containers. Overall, the purpose of the document is to ensure that all packaging for military equipment adheres to strict guidelines to prevent pest transmission globally, while also outlining the required standards for preserving, marking, and packaging items effectively. This falls within the context of federal government RFPs and grants, highlighting the importance of regulatory compliance in military logistics and supply chain management.
Mar 28, 2024, 7:16 AM UTC
Mar 28, 2024, 7:16 AM UTC
Dec 2, 2024, 4:45 PM UTC
The Performance Work Statement (PWS) FD2030-22-01739 outlines the repair requirements for various Multi NSNs associated with the B-1 aircraft, detailing contractor responsibilities for ensuring delivery of serviceable products. Key aspects include defining a quality system in accordance with ISO 9001:2015, establishing a counterfeiting prevention plan, conducting pre-award surveys for non-original equipment manufacturers, and compliance with specifications regarding precious metals, nuclear hardness, and environmental concerns. The document emphasizes the importance of timely reporting, the maintenance and calibration of support equipment, and the identification of components that may be obsolete. Moreover, the PWS specifies the need for documentation during repair processes, including incident reports and the handling of Government Furnished Property (GFP). Contractor performance will be monitored and assessed, ensuring that quality standards are met and delivery schedules adhered to. If performance metrics are not achieved, corrective actions must be taken within specific timeframes. In summary, this PWS ensures that all repair tasks are completed efficiently to support the operational readiness of the B-1 aircraft while maintaining rigorous quality and safety standards.
Dec 2, 2024, 4:45 PM UTC
This document details a transportation and procurement notice for the U.S. Department of Defense, specifically related to Purchase Instrument Number FD20302201739-00. Initiated on March 10, 2023, the procurement covers the shipment of various items, each identified by National Stock Numbers (NSN). The primary transportation terms are Free on Board (F.O.B.) Origin and Destination, necessitating prior contact with the Defense Contract Management Agency (DCMA) to acquire shipping instructions and regulatory compliance documentation. Numerous line items specified for shipment are directed to the DLA Distribution Depot Oklahoma at Tinker Air Force Base. The document outlines critical financial aspects, including transportation funding codes and account numbers necessary for the procurement. Additional guidance emphasizes the importance of engaging with DCMA to avoid unnecessary costs and complications in the shipping process. The notice serves as a crucial component in the broader context of federal contracting and grant processes, ensuring adherence to transportation regulations and facilitating successful delivery of government-related procurements.
Mar 28, 2024, 7:16 AM UTC
Dec 2, 2024, 4:45 PM UTC
The memorandum from the Department of the Air Force outlines the required personnel and skill levels for contract FD2030-22-01739 aimed at supporting operations at Tinker Air Force Base, Oklahoma. It specifies five job codes along with corresponding titles and grade levels: Shipping/Receiving Clerk (WG-4), Production Control Clerk (GS-6), Supply Technician (GS-7), Electronics Technician, Maintenance III (WG-10), and Aircraft Quality Control Inspector (WG-11). The document is issued by Jeffrey A. Price, an Equipment Specialist at the 422 SCMS/GUMC, and provides his contact information for further inquiries. This memorandum serves as a foundational element for the RFP process, ensuring that potential contractors are aware of the requisite skill sets necessary to fulfill the contract requirements effectively.
Mar 28, 2024, 7:16 AM UTC
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Remanufacture of B-1 Cylinder Assemblies (Bungees)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of B-1 Cylinder Assemblies (bungees) under a total small business set-aside contract. The objective of this procurement is to restore these assemblies to a like-new condition, ensuring compliance with stringent quality assurance standards and safety regulations. This contract is critical for maintaining the operational readiness of the B-1 aircraft, which plays a vital role in national defense. Interested contractors must submit their proposals by April 28, 2025, and can reach out to Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at Jacqueline.West@us.af.mil for further information.
Remanufacture of B-1B Compressor Housing
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of B-1B Compressor Housing under a firm fixed-price contract. This procurement aims to ensure the availability of critical components necessary for the operational readiness of military aircraft, emphasizing the importance of quality and compliance with federal acquisition regulations. The total award amount for this contract is set at $78,776.78, with a bid submission deadline of June 10, 2025, at 3:00 PM. Interested small businesses, particularly those owned by veterans and women, are encouraged to participate, and inquiries can be directed to Mayona Presley at mayona.presley@us.af.mil or Amy Gil at amy.gil@us.af.mil.
B-1B Surface Sensor Gearboxes
Buyer not available
The Department of Defense, specifically the Air Force Sustainment Center, is seeking proposals from small businesses for the remanufacturing of B-1B Surface Sensor Gearboxes. This procurement involves comprehensive remanufacturing processes, including disassembly, cleaning, inspection, maintenance, reassembly, testing, and finishing to restore the gearboxes to like-new condition. The contract will be structured as a firm fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) over a five-year period, with delivery requirements of 15 units every 60 days for two distinct gearbox models. Interested vendors must submit a Source Approval Request (SAR) package and can expect the solicitation to be issued around May 14, 2025. For further inquiries, vendors can contact Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil.
Repair B-1B(PACU)(EPRC)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources for the repair of the B-1B Enhanced Pre-Processor Avionics Control Unit (PACU) Replacement Computer (EPRC). The procurement aims to find contractors with the necessary repair data, expertise, and capabilities to meet the qualification requirements for this critical avionics component, which plays a vital role in the command and control functions of the B-1B bomber's electronic countermeasures system. Interested parties are encouraged to submit documentation demonstrating their capabilities by May 23, 2025, to Kenneth Dickman at kenneth.dickman@us.af.mil or Marci W. Ross at marci.ross.1@us.af.mil, as the government will not reimburse any expenses incurred during this market research process.
B-1 Multi Functional Display
Buyer not available
The Department of Defense, specifically the Air Force, is seeking sources for the B-1 Multi Functional Display, as outlined in a Sources Sought notice. This opportunity aims to identify potential contractors capable of providing repair and overhaul services for specific Multi Functional Display units, which are critical components for aircraft operations. The initiative underscores the importance of maintaining operational readiness and safety standards within the defense sector, as these displays are integral to aircraft functionality. Interested vendors must submit a Source Approval Request (SAR) package by December 11, 2024, to the designated email address, with further inquiries directed to SEND RESPONSES HERE at 422.SCMS.AFMC.RFI@us.af.mil.
Re-manufacture of B-1B Electro-Mechanical Actuator
Buyer not available
The Department of Defense, through the Air Force Sustainment Center at Tinker Air Force Base, is soliciting proposals for the re-manufacture of the B-1B Electro-Mechanical Actuator. The contractor will be responsible for providing all necessary labor, facilities, equipment, and materials to restore the actuator to a like-new condition, which includes disassembly, cleaning, inspection, maintenance, reassembly, testing, and finishing actions. This actuator is critical for operating valves that control the hydraulically operated speed brakes of the B-1B aircraft, emphasizing the importance of maintaining operational capabilities for the Air Force. Interested vendors must submit a Source Approval Request if they have not been previously qualified, and all inquiries should be directed to Cliff Morgan or Matthew Tonay via email. The contract is structured as a firm fixed price requirements contract for a total duration of five years, with a three-year basic period and a two-year option, and requires delivery of units every 45 days to the designated shipping location.
FD20302500815 - Spare Buy of the B-1 Electrical Solenoid - NSN: 5945-01-204-3507TP
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of spare electrical solenoids for the B-1 aircraft, identified by NSN: 5945-01-204-3507TP. This opportunity involves acquiring between 14 to 41 units of electrical solenoids, with a focus on compliance with stringent safety and quality standards, as well as adherence to federal procurement regulations. The goods are critical for maintaining the operational readiness of the B-1 aircraft, underscoring their importance in military logistics and operations. Interested vendors should contact Kacie Cram at kacie.cram@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further details, and must ensure compliance with packaging and transportation requirements as outlined in the associated documents. The solicitation is open for competitive bidding, with a firm pricing commitment required for 120 days.
Remanufacture of the B-1 Landing Gear Up-lock Assembly
Buyer not available
The Department of Defense, through the Air Force Sustainment Center at Tinker Air Force Base, is seeking contractors for the remanufacture of the B-1 Landing Gear Up-lock Assembly. The procurement involves providing all necessary labor, facilities, equipment, and materials to disassemble, clean, inspect, maintain, reassemble, test, and finish the assembly to a like-new condition, with a contract duration of three years and an option for an additional two years. This assembly is critical for the B-1 aircraft's landing gear operation, and the government anticipates issuing a solicitation around April 30, 2025, with responses due by September 30, 2025. Interested vendors must contact Amy Gil at amy.gil@us.af.mil or Dessie Breslin at dessie.breslin@us.af.mil for further details and must comply with qualification requirements to participate.
F100-PW-220 Sprayring Manifold Assemblies
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul of F100-PW-220 Sprayring Manifold Assemblies, with the aim of establishing a reliable source for these critical components to enhance operational capabilities for the USAF and its international allies. This procurement will be structured as a firm-fixed-price contract with ten subsequent ordering periods, where price will be the sole evaluated factor for award, favoring the lowest total evaluated price while ensuring compliance with specified requirements. The solicitation due date has been extended to May 30, 2025, and interested contractors are encouraged to adhere to the outlined administrative processes, including invoicing and reporting via the Wide Area Workflow (WAWF). For further inquiries, potential bidders can contact Savannah Mincey at savannah.mincey@us.af.mil or William Heckenkemper at william.heckenkemper@us.af.mil.
B-1 Torque Motors
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the repair of B-1 torque motors utilized in military aircraft, as outlined in a Sources Sought Synopsis. The contractor will be responsible for providing all necessary labor, materials, facilities, and equipment to accomplish repair, testing, preservation, and packaging, while also managing supply chain logistics and forecasting for parts. This procurement is critical for maintaining operational readiness and safety of military aircraft, with specific estimated repair requirements for various part numbers and National Stock Numbers (NSNs) detailed in the opportunity. Interested vendors, including small and veteran-owned businesses, are encouraged to submit their business information and inquiries to the designated contacts, with no current solicitations available and a focus on gathering market research for future acquisition strategies.