Control Modules
ID: HML72-R03LType: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3029 71 FTW CVCENID, OK, 73705-5037, USA

NAICS

All Other Miscellaneous Electrical Equipment and Component Manufacturing (335999)

PSC

ELECTRONIC MODULES (5963)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of 30 control modules (part # 10175021-SP) to be delivered to Vance Air Force Base in Enid, Oklahoma. This solicitation, categorized as a Combined Synopsis/Solicitation, requires compliance with federal regulations, including certifications related to the Buy American Act and anti-lobbying provisions. The control modules are critical components for various defense applications, underscoring their importance in maintaining operational readiness. Interested vendors must submit their bids by 11:00 AM CST on Tuesday, October 15, 2024, via email to Heather Long at heather.long.10.ctr@us.af.mil, ensuring adherence to all specified requirements and regulations.

    Point(s) of Contact
    Files
    Title
    Posted
    The Annual Commercial Products & Services Representations and Certifications form serves as a critical document for potential suppliers to ASRC Federal, ensuring compliance with U.S. government regulations. Offerors must complete the form accurately, which includes certifications about their business status and financial disclosures related to federal contracting. It mandates that companies disclose any past legal issues, accept electronic signatures based on jurisdiction, and report details about executive compensation for transparency, particularly if federal contract revenues exceed specified thresholds. The form incorporates several Federal Acquisition Regulation (FAR) clauses, including limitations on lobbying expenditures and disclosures about ownership by foreign entities or governments of terrorist countries. Complete and truthful representations are mandatory to avoid non-responsiveness in bid proposals, which may result in rejection for contract awards. This document underscores the importance of regulatory compliance in the procurement process for federal grants and contracts, aligning with government guidelines to maintain accountability and integrity in federal transactions.
    The document is a Request for Quote (RFQ) issued by Heather Long at Vance AFB for the procurement of 30 control modules (part # 10175021-SP) with specified delivery and payment terms. The RFQ outlines critical details such as a due date for quote submission by October 15, 2024, and specifies a valid quote period of 60 days. It emphasizes that all offers must comply with federal regulations, including anti-lobbying certifications for amounts exceeding certain thresholds. Offerors must also comply with shipping regulations and related classification requirements under ITAR and EAR. The RFQ includes a clause regarding the Buy American Act, requiring offerors to certify the domestic origin of their products. The buyer retains discretion to accept offers based on overall value rather than solely on price, and reserves the right to reject non-compliant bids. Additionally, terms such as freight pricing and potential government contract related compliance like the Defense Priorities and Allocations System (DPAS) are highlighted. The document serves as an official solicitation for bids from suppliers, ensuring adherence to federal procurement policies and addressing product-specific regulations. It encapsulates governmental needs and provides a framework for vendors to respond with competitive offers.
    The document outlines the terms and conditions of a contract between ASRC Federal Holding Company and the Seller, primarily for providing commercial items under a U.S. Government Prime Contract. It encompasses the formation of the contract, applicable laws, assignment and subcontracting, changes, and compliance with safety regulations. Key provisions include Seller's obligations for timely performance, quality control standards, and adherence to intellectual property rights. The document also emphasizes the importance of confidentiality regarding both BUYER's and SELLER's information, establishes guidelines for payments, and defines conditions for termination and indemnification. Each clause is linked to specific government regulations (FAR, DFARS), ensuring that both parties meet legal and operational standards while undertaking contractual obligations. This comprehensive legal framework facilitates transparency and accountability in transactions supporting federal initiatives and compliance.
    The Vendor Authorization Request document outlines ASRC Federal's policy to encourage participation from qualified small businesses with SBA certifications in government contracts. It requires detailed vendor information, including legal and business names, addresses, taxpayer identification, and business type classifications such as Woman-Owned, Veteran-Owned, or Small Disadvantaged businesses. Additionally, it includes a section for Electronic Funds Transfer (EFT) authorization, requesting specific banking information and documentation to facilitate payments. The document emphasizes compliance with the Small Business Administration's regulations regarding misrepresentation of business status. Authorized representatives must provide signatures, and internal use sections ensure proper tracking of vendor requests. Overall, this form serves as a comprehensive application for vendors seeking approval to work with ASRC in alignment with federal procurement goals.
    The document is the IRS Form W-9, which serves as a Request for Taxpayer Identification Number and Certification. Individuals or entities provide this form to report their taxpayer identification number (TIN) for various income types that require IRS reporting, such as interest, dividends, and compensation. Key components include sections for the name of the entity, taxpayer classification, exemptions, address, and TIN. The form emphasizes the need for accurate information to avoid backup withholding, which involves withholding a portion of payments until the TIN is provided. Recent updates clarify how disregarded entities must complete the form and require flow-through entities to disclose foreign partners. Overall, the W-9 aims to ensure compliance with IRS regulations while minimizing identity theft risks and requiring documentation from U.S. persons. This form is critical in the context of government RFPs and funding opportunities, as accurate taxpayer information is essential for proper disbursement and reporting of grants and contracts.
    Lifecycle
    Title
    Type
    Control Modules
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Ball Valves
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of seven Jumbo BIV 5.0” STORZ X 6.0” NHF valves, as outlined in the combined synopsis/solicitation notice. This procurement is critical for maintaining operational readiness and ensuring the availability of essential equipment at Vance Air Force Base in Enid, Oklahoma. Interested vendors must comply with federal regulations, including the submission of a signed IRS Form W-9 and adherence to the Buy American Act, with bids due by 11:00 AM CST on October 10, 2024. For further inquiries, vendors can contact Heather Long at heather.long.10.ctr@us.af.mil or by phone at 580-213-7179.
    ELECTRO-MECHANICAL ACTUATOR
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting bids for the procurement of electro-mechanical actuators under solicitation SPRTA1-23-Q-0411. The procurement includes specific requirements for U.S.-origin materials and compliance with quality standards such as AS9100, with an emphasis on adherence to federal regulations including the Buy American Act. These actuators are critical components for various defense applications, ensuring operational readiness and reliability in military systems. Interested vendors must submit their quotations by the extended deadline of October 14, 2024, and can direct inquiries to David Garcia at david.garcia.59@us.af.mil or by phone at 405-739-5501.
    F-16 Circuit Card Assembly
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, OK, is soliciting offers for the acquisition of F-16 Circuit Card Assemblies, as outlined in solicitation number SPRTA1-24-Q-0391. This procurement aims to secure essential electronic components critical for the operation and maintenance of F-16 aircraft, emphasizing compliance with federal acquisition regulations and the Buy American Act. Interested businesses, including those in various small business categories, must submit their price proposals for quantities ranging from a minimum of 2 to a maximum of 9 units by the deadline of October 15, 2024. For further inquiries, potential offerors can contact Ronald Draper at ronald.draper.1@us.af.mil.
    F-16 VALVE, REGULATING
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Aviation at Oklahoma City, OK, is soliciting proposals for the procurement of F-16 valve regulating devices, as outlined in a Request for Quotation (RFQ). Suppliers are required to provide new manufactured items that comply with export control regulations, with specific delivery requirements and a firm fixed price structure for varying quantities. These valves are critical components for military aircraft, ensuring operational efficiency and safety. Interested vendors must submit their proposals by October 28, 2024, and are encouraged to contact Lori Lumsden at lori.lumsden.1@us.af.mil or call 405-855-3559 for further information regarding the solicitation.
    Spare Buy (Supply) for the B-52 Pilot Valve
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotations for the procurement of 63 B-52 Pilot Valves, identified by NSN: 1660-00-949-9895. This procurement is critical for maintaining the operational readiness of military aircraft, emphasizing the importance of quality assurance and compliance with federal regulations, including the Buy American Act. Interested vendors must submit their quotations by October 28, 2024, and complete a Source Approval Request (SAR) package to be considered, with additional details available from primary contacts David O'Rourke and Shirley V. Harmon via their provided emails and phone numbers.
    CONTROL BOX, ELECTRICAL
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is seeking quotations for the procurement of an Electrical Control Box (NSN: 1660-01-240-9042). The specifications for this item include features such as temperature sensors and a metallic housing, with suppliers invited to provide firm fixed pricing for quantities ranging from a minimum of 6 to a maximum of 37 units. This procurement is critical for maintaining operational capabilities within the defense sector, emphasizing compliance with federal guidelines, including the Buy American Act. Quotations are due by October 23, 2024, and interested suppliers can contact James Maynard at james.maynard.6@us.af.mil or by phone at 405-855-3351 for further information.
    SWASHPLATE, CONTROLLER
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Aviation at Oklahoma City is soliciting proposals for the acquisition of a swashplate controller, a hydraulic motor component critical for aircraft operations. The procurement aims to secure 89 units, with bidders required to submit price proposals based on varying quantity ranges, emphasizing compliance with the Buy American Act and cybersecurity standards through the Cybersecurity Maturity Model Certification (CMMC). This contract is vital for maintaining the operational readiness of military aircraft, ensuring adherence to quality standards and domestic manufacturing. Interested parties must submit their offers by October 21, 2024, and can direct inquiries to James Maynard at james.maynard.6@us.af.mil or by phone at 405-855-3351.
    POWER MODULE
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of a POWER MODULE, which is categorized under the NAICS code 334290 for Other Communications Equipment Manufacturing. The contract requires the manufacture and quality assurance of the POWER MODULE, with specific guidelines for inspection, packaging, and compliance with military standards. This procurement is critical for supporting national defense operations, and interested vendors must ensure they meet all requirements, including providing a surplus material certificate if applicable. For further inquiries, potential bidders can contact Tyler Holmes at 717-550-3106 or via email at TYLER.HOLMES@DLA.MIL.
    B-2 Cylinder Assembly
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of B-2 Cylinder Assemblies, specifically designed to activate the main landing gear doors of aircraft. The solicitation requests a 20% reduction in cost and a 25% reduction in production lead time for a total quantity of eight units, which are made from aluminum/alloy materials. This procurement is critical for maintaining the operational readiness of military aircraft, with a delivery deadline set for August 12, 2025. Interested vendors should submit their capability statements or proposals to Dana Craun at dana.craun@us.af.mil or call 405-426-9405, as electronic procedures will be utilized for this solicitation.
    58--COMPARATOR MODULE,S
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of Comparator Modules under a firm-fixed-price contract. The primary objective is to manufacture and supply these modules, which are critical for various electronic countermeasure applications, ensuring compliance with stringent quality and inspection standards. This procurement is vital for maintaining the operational readiness of naval systems, and interested vendors must submit their offers via email to the designated contact, Brandyn Miller, by the specified due date. For further inquiries, potential bidders can reach out to Mr. Miller at 717-605-1393 or via email at brandyn.a.miller2.civ@us.navy.mil.