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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Repair of B-1B Rate of Flow Transmitter
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B-1B Rate of Flow Transmitter under solicitation number FA8117-25-R-0005. The procurement aims to secure comprehensive repair services, including inspections and data reporting, to ensure the operational readiness of this critical aircraft component, with a focus on quality control and compliance with military standards. This opportunity is open to various business types, including small and veteran-owned entities, and requires submissions by March 10, 2025. Interested contractors can reach out to primary contact Relijah Sherman at relijah.sherman@us.af.mil or secondary contact David Herrig at david.herrig.1@us.af.mil for further information.
    Overhaul of B-1 Hydraulic Motors
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul of B-1 hydraulic motors under Solicitation FA8118-25-R-0025. This procurement involves a one-year firm fixed-price requirements contract, where the selected contractor will be responsible for disassembly, cleaning, inspection, reassembly, and testing of the hydraulic motors to restore them to a like-new condition. The overhaul is critical for maintaining operational readiness and ensuring the reliability of essential defense equipment. Proposals are due by March 3, 2025, at 3:00 PM, and interested parties should direct inquiries to Dessie Breslin at dessie.breslin@us.af.mil or Amy Gil at amy.gil@us.af.mil.
    FD20302500815 - Spare Buy of the B-1 Electrical Solenoid - NSN: 5945-01-204-3507TP
    Buyer not available
    The Department of Defense, through the Air Force Sustainment Center, is planning to procure a spare B-1 Electrical Solenoid, identified by NSN 5945-01-204-3507TP, under Purchase Request FD2030-25-00815. This procurement involves a firm fixed-price contract for the delivery of 27 units, with a deadline for delivery set for January 7, 2026, and allows for early delivery options. The B-1 Electrical Solenoid is a critical component for the B-1 bomber aircraft, emphasizing the importance of quality and compliance in sourcing such essential parts. Interested vendors must submit a Source Approval Request (SAR) and written inquiries via email to the primary contact, Kacie Cram, at Kacie.cram@us.af.mil, with a request for quotation (RFQ) expected around March 1, 2025, and a closing date of May 1, 2025.
    FA822025RB004 F-4 Repair and Overhaul
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and overhaul of F-4 aircraft components under the contract number FA822025RB004. This procurement aims to support Foreign Military Sales (FMS) by ensuring the operational readiness of critical military assets through comprehensive repair services, including teardown, testing, evaluation, and refurbishment of various aircraft parts. The contract is structured as a firm-fixed-price agreement, with specific requirements outlined for each component, and emphasizes compliance with federal acquisition regulations. Interested contractors must acknowledge receipt of amendments and submit their proposals by the extended deadline of February 28, 2025. For further inquiries, potential bidders can contact Danielle Stiff at danielle.stiff.1@us.af.mil or call 1-801-777-8416.
    Amendment 0002 - Control Unit, Supervisor, NSN: 2995015195438NZ (new manufacture)
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the procurement of Control Units, Supervisor for the F100-PW-220 engine, as part of a Foreign Military Sales (FMS) initiative. This opportunity involves a one-time purchase of 22 units, with a focus on compliance with stringent quality assurance standards and the requirement for sources to be qualified prior to contract award. The solicitation has been extended, with proposals now due by February 26, 2025, at 12:00 PM CST, and interested parties are encouraged to submit their proposals via email to the designated contacts, Daren Harmon and Ms. Kawika Tse Ah Lo. For further inquiries regarding the Source Approval Request process, potential bidders can reach out to the AFSC Small Business Office.
    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.
    B-1B Electronic Component
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking suppliers for the procurement of electronic components specifically for the B-1B aircraft. This presolicitation opportunity falls under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing, and involves the provision of electrical and electronic assemblies, boards, cards, and associated hardware as classified under PSC code 5998. The components are critical for maintaining the operational readiness and functionality of the B-1B aircraft, which plays a vital role in national defense. Interested vendors can reach out to Lori Lumsden at lori.lumsden.1@us.af.mil or call 405-734-0370 for further details regarding the procurement process.
    Remanufacture Upgrade of B-52 Stabilizer Trim Actuator
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is soliciting proposals for the remanufacture and upgrade of B-52 stabilizer trim actuators under solicitation FA8118-25-R-0015. Contractors are required to restore the actuators to a like-new condition, which includes complete disassembly, cleaning, inspection, and reassembly, while adhering to stringent quality assurance standards and military specifications. This procurement is critical for maintaining the operational readiness of the B-52 fleet, ensuring that vital military equipment meets high performance and reliability standards. Proposals are due by March 10, 2025, and interested parties can contact Morgan Mcgarity at morgan.mcgarity@us.af.mil for further information.
    Remanufacture of Electro-Mechanical Actuator NSN: 1680-01-289-2958RK PN: Y56A
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of B-1B Electro-Mechanical Actuators, identified by NSN 1680-01-289-2958RK and part number Y56A. This procurement involves a five-year firm-fixed price Requirements type contract, which includes a three-year basic ordering period and a two-year option, aimed at restoring the actuators to like-new condition while adhering to stringent quality standards and regulatory requirements. The actuators are critical components for aircraft rudder positioning, enhancing aviation safety and operational effectiveness. Interested small businesses are encouraged to submit proposals, with the contract award anticipated on May 7, 2024. For further inquiries, Matthew Churchwell can be contacted at matthew.churchwell.2@us.af.mil or by phone at 405-582-4184.
    F108 Stage 1 Fan Blade Repair 005-010 (please respond by 24 February 2025 at 4:00 PM CST)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the finishing repairs of the F-108/CFM 56-2A/B Stage 1 Fan Blade, with a focus on parts associated with NSN 2840-01-196-6053PN. The procurement will be executed through a Firm-Fixed-Price Blanket Purchase Agreement, and interested parties are encouraged to demonstrate their capabilities, experience, and qualifications related to the repair process by submitting documentation by February 24, 2025. This opportunity is critical for maintaining the operational readiness of aerospace components, and potential contractors must comply with established technical and quality assurance standards as outlined in the associated Repair Data List and Repair Qualification Requirements. For further inquiries, interested businesses can contact Jaqueline Hughes at jaqueline.hughes@us.af.mil or Bridgette Miles at bridgette.miles@us.af.mil.