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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES (J016)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the B-1 Integrated Battle Station Processor SRUS, under solicitation number FA8117-23-R-0015. This procurement aims to secure noncommercial repair services for critical electronic components, ensuring the operational readiness and integrity of the B-1 aircraft systems. The solicitation emphasizes the importance of adhering to rigorous quality standards and compliance with federal guidelines throughout the repair process. Interested contractors must submit their proposals by the extended deadline of April 30, 2025, and are encouraged to acknowledge receipt of all amendments to avoid rejection of their offers. For inquiries, potential bidders can contact Michael Shand at michael.shand@us.af.mil or David Herrig at david.herrig.1@us.af.mil.

    Files
    Title
    Posted
    The document is an Amendment of Solicitation/Modification of Contract, specifically identified as FA8117-23-R-0015-0008, issued by the Department of the Air Force (AFSC PZABA). The primary purpose of this amendment is to extend the deadline for proposal submissions to April 30, 2025. The original solicitation, dated July 5, 2023, required acknowledgment of this amendment by prospective contractors, either by resubmitting their proposals or by written acknowledgment. The amendment provides details of the contracting officer, David Herrig, and the necessary contact information for further communication. It emphasizes the importance of timely acknowledgment to avoid rejection of offers. Overall, this document serves as an administrative update, ensuring all interested parties are aware of the revised submission timeline while maintaining other terms of the initial solicitation.
    This document is an amendment to a solicitation issued by the Department of the Air Force, specifically concerning noncommercial repair under RFP number FA811723R0015, with amendment number 06. The main purpose of this amendment is to extend the deadline for submission of offers from April 19, 2024, at 5:00 PM to June 18, 2024, at 3:00 PM. The amendment outlines the requirement for contractors to acknowledge receipt of this amendment to ensure their offers are considered, with specific instructions on how to do so. The document maintains all other terms and conditions previously outlined in the solicitation, confirming they remain unchanged and effective. This extension is critical for bidders to prepare their proposals adequately.
    The document outlines a solicitation for repair services related to electronic components for the Department of the Air Force (Contract No. FA8117-23-R-0015). It involves a sealed bid for the repair of circuit card assemblies and other electronic components, including required specifications for delivery and quality assurance. The solicitation is issued by the Air Force Sustainment Center at Tinker Air Force Base, with a submission deadline set for April 19, 2024. Each line item specifies firm fixed prices, inspection and acceptance standards, and is categorized by priority. The contracting framework emphasizes that the repairs must align with certain standards and requirements, including inspections from DCMA Quality Assurance Representatives and the inclusion of specific documentation such as DD1348-1 forms for shipped assets. Additionally, there is a provision for negotiation of repair prices related to Boeing-manufactured equipment in collaboration with the contractor for effective service delivery. Overall, the RFP exemplifies the government's strategic approach to outsourcing repair work while ensuring compliance with rigorous standards and timelines.
    The document is an amendment to the solicitation FA8117-23-R-0015 for non-commercial repair services issued by the Department of the Air Force. The amendment, effective August 9, 2023, extends the deadline for submission of offers from August 7, 2023, to September 6, 2023, at 3:00 PM. It emphasizes the importance of acknowledging receipt of this amendment as failure to do so may result in rejection of offers. The document details the administrative contact for the solicitation, including the buyer's information, and specifies that all other terms of the solicitation remain unchanged and in full effect. The amendment is crucial for ensuring potential contractors have adequate time to prepare and submit their offers. This extension reflects the government's commitment to transparency and fairness in the procurement process.
    The document is an amendment to a solicitation for a noncommercial repair contract by the Department of the Air Force. It updates the solicitation identified as FA811723R0015, with this being Amendment Number 02. The main purpose of the amendment is to extend the deadline for submitting offers from 7 September 2023 at 3:00 PM to the new deadline of 6 October 2023 at 3:00 PM. The document outlines that all terms and conditions of the solicitation remain unchanged aside from this date adjustment. It emphasizes the importance for contractors to acknowledge receipt of this amendment or risk having their offers rejected. The primary contact for inquiries is identified as David Herrig, whose contact information is provided. This amendment reflects standard procedures within government Request for Proposals (RFPs), ensuring bidders are well-informed and have ample time to respond.
    This document is an amendment to a solicitation for noncommercial repair services issued by the Department of the Air Force. The amendment, identified as FA8117-23-R-0015-0003, is effective starting October 4, 2023, and extends the deadline for quotation responses from October 6, 2023, to November 6, 2023, at 3:00 PM. The amendment requires potential contractors to acknowledge receipt prior to this new deadline. In terms of administration, the document is managed by the Air Force Sustainment Center under the guidance of Buyer David Herrig. Overall, the purpose of this amendment is to extend the timeline for submissions, ensuring participation from interested contractors while maintaining prior solicitation conditions unchanged.
    The document is an amendment to solicitation FA8117-23-R-0015, issued by the Department of the Air Force for noncommercial repair services. It formally modifies the original solicitation by extending the submission deadline for offers from November 6, 2023, at 3:00 PM to January 8, 2024, at 3:00 PM. Contractors are required to acknowledge this amendment to ensure their offers are considered, as failure to do so may result in rejection. The document outlines administrative changes and confirms that the terms of the original solicitation remain in effect except as amended. It serves to inform potential bidders about critical updates and ensures they have the necessary timeline to prepare their submissions adequately. This amendment is part of standard procedures in government procurement to maintain transparency and clear communication with contractors.
    The document notes an error in the contract writing system that prevented the implementation of Amendment 0007. This brief communication is authored by David Herrig, the Contracting Officer, indicating a procedural issue that likely affects the contract management process. The nature of the error suggests a need for resolution regarding the amendment's intended function within the scope of the relevant government contracts. The notice underscores the importance of accurate contract administration in ensuring compliance with federal guidelines. However, no specific details about the content or implications of Amendment 0007 are provided, underscoring the need for further clarification or follow-up actions to rectify the oversight.
    The document serves as an amendment to the solicitation FA811723R0015, issued by the Department of the Air Force. The primary purpose of this amendment is to cancel the solicitation in its entirety. The amendment was officially processed on July 15, 2025, and supersedes prior solicitation details dated July 5, 2023. It outlines that contractors must acknowledge receipt of this amendment to avoid the rejection of any offers submitted, ensuring compliance with the necessary procedural requirements. The document retains all other terms and conditions of the initial solicitation, maintaining their full force and effect except for the cancellation. This amendment reflects standard practices in federal contracting, where such changes are made formally to update or clarify existing solicitations or agreements. Overall, the brief and straightforward nature of this amendment aligns with typical government protocols for managing contracts and solicitations.
    The Performance Work Statement (PWS) prepared by the Department of the Air Force outlines the requirements for the repair of B-1 Multi NSNs at Tinker Air Force Base. The document delineates the responsibilities of contractors, emphasizing repair capabilities, quality management systems, and the need for compliance with various technical specifications and safety regulations. Key sections cover service descriptions, pre-award survey requirements, quality control, obsolescence management, and counterfeit prevention. The document mandates that contractors demonstrate their ability to perform services while adhering to ISO standards and provides stipulations for handling government-furnished materials. Detailed processes for inspection, testing, and documentation are specified to ensure the delivery of serviceable items. Additionally, the PWS includes directives for environmental and safety compliance, particularly concerning hazardous materials and electronic parts. Ultimately, the PWS serves as a contractual guide, outlining performance objectives, monitoring requirements, and essential services necessary for effective maintenance and repair operations for the B-1 Multi NSNs, thereby ensuring readiness and operational integrity of the Air Force assets.
    The Department of the Air Force's Headquarters Oklahoma City Air Logistics Center has issued a memorandum detailing the personnel and skill requirements for contract FD2030-22-01739. The document specifies the minimum requirements for various job positions necessary to support the proposed contract. The list includes a 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). Each position is designated with a specific grade level, reflecting the skill and experience necessary for effective performance. For further inquiries, Jeffrey A. Price from the 422 SCMS/GUMC is the designated point of contact, reachable at the provided phone number. This memorandum aligns with the federal contracting process, providing a succinct summary of required skills for potential bidders responding to the RFP.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Remanufacture B-1 Horizontal Stabilizer Servo-Cylinder
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for a five-year firm-fixed-price requirements contract to remanufacture B-1 Horizontal Stabilizer Servo-Cylinders. This procurement involves restoring various models of servo-cylinders, which are critical components for aircraft flight control surfaces, to a like-new condition, requiring compliance with ISO 9001-2015 standards and a minimum Supplier Performance Risk System (SPRS) assessment score of 110. Proposals are due by January 15, 2026, at 1:00 PM, and payment will be contingent upon the availability of appropriated funds. Interested vendors should contact Dessie Breslin at dessie.breslin@us.af.mil or Amy Gil at amy.gil@us.af.mil for further details.
    Repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is issuing a solicitation for the repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW, under a firm-fixed price indefinite-delivery requirements contract. The procurement involves comprehensive repair services, including minor and major repairs, as well as handling units deemed Beyond Economically Repairable (BER) and Beyond Physical Repair (BPR). This equipment is critical for monitoring and controlling avionics systems in the B-2 aircraft, ensuring operational readiness and safety. Interested contractors must submit their proposals by January 8, 2026, and can direct inquiries to Morgan Wallar Larsen at morgan.wallarlarsen@us.af.mil or Lance Culver at jimmy.culver@us.af.mil.
    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.
    B-1B Interface Unit, Comm
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of a new manufacture of the B-1B Interface Unit, Comm, identified by NSN: 5895-01-589-9678 EK. This firm-fixed-price contract is for an initial quantity of four units, with the possibility of quantity adjustments at the government's discretion, and is categorized under NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. The delivery of the units is required by March 31, 2026, and interested vendors must submit their offers electronically by January 2, 2026, at 3:00 PM. For further inquiries, potential bidders can contact Lori Lumsden at lori.lumsden.1@us.af.mil.
    B-1 Multi Functional Display
    Dept Of Defense
    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.
    Repair of the Air Data Processor (ADP)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the Air Data Processor (ADP) under solicitation FA8538-26-R-0005. This Firm Fixed Price contract requires the provision of all necessary parts and labor to test and repair the ADP, which is critical for the operational capabilities of F-15 aircraft. The contract is a sole source requirement directed to Honeywell International, as they possess the unique technical data and expertise necessary for this specialized repair, with a total quantity of 50 units to be addressed. Proposals are due by January 6, 2026, at 4:00 PM EST, and interested parties can contact Madison Norris at madison.norris@us.af.mil for further information.
    MANUFACTURE OF STRUCTURAL PANEL FOR THE B-1 AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the manufacture of structural panels for the B-1 aircraft under a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This procurement requires compliance with specific quality standards, including AS9100/ISO 9001-2015, and necessitates an "EXPORT CONTROLLED" certification to access technical data, with annual estimated quantities of 33, 31, and 31 units over the contract period. The contract, which will be awarded based on the Lowest Price Technically Acceptable (LPTA) criteria, has a minimum order quantity of 24 units and a maximum of 95 units per order, with a total contract maximum of 142 units. Interested parties should submit their proposals by December 15, 2025, at 3:00 PM, and can contact Dana Craun at dana.craun@us.af.mil or 405-426-9405 for further information.
    B-1B COVER ACCESS AIRCRAFT, NSN: 1560-01-164-5921EK; PN: L2500049-011
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of B-1B cover access aircraft components, specifically identified by NSN: 1560-01-164-5921EK and PN: L2500049-011. This solicitation allows for varied offer quantities, encouraging contractors to provide pricing for different ranges, while emphasizing the necessity for all offerors to possess "EXPORT CONTROLLED" certification to access the Technical Data Package (TDP) and comply with stringent quality standards, including ISO 9001 and AS9100. The procurement is crucial for maintaining the operational readiness of aerospace assets, ensuring that high-quality parts are available for military aircraft. Interested parties must submit their proposals by January 7, 2026, at 3:00 PM, and can direct inquiries to Genevee Suba at genevee.suba@us.af.mil.
    58--PROCESSOR,TARGET LO, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of 30 units of a processor, designated as NSN 7R-5895-016817735-QF, which is critical for flight operations. This procurement is a sole-source requirement directed to The Boeing Company, necessitating engineering source approval to ensure the quality and reliability of the part, as it involves unique design capabilities and technical data that are not readily available to the Government. Interested parties must submit their proposals along with the necessary source approval documentation within 45 days of this presolicitation notice, with all inquiries directed to Mackenzie Cannataro at (215) 697-0288 or via email at mackenzie.cannataro.civ@us.navy.mil.