Repair of Aircraft Digital Clock
ID: FA811725R0008Type: 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 aircraft digital clocks under solicitation number FA811725R0008. This procurement aims to acquire repair services for multiple clock panel components, with a focus on maintaining operational readiness and compliance with stringent quality and inspection standards, including ISO 9001:2015. The clocks are critical for various aircraft types, ensuring their functional reliability and safety. Interested contractors should contact Relijah Sherman at relijah.sherman@us.af.mil or David Herrig at david.herrig.1@us.af.mil for further details, with proposals due by the specified deadline.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines packaging requirements for wooden materials associated with a specific purchase instrument (FD20302401991-00) in compliance with United Nations regulations concerning invasive species, particularly the Pinewood Nematode. It defines Wood Packaging Material (WPM) and prescribes that all wood used in pallets and containers must be sourced from debarked wood and subjected to heat treatment at a specified temperature for a defined duration. Certification from an accredited agency recognized by the American Lumber Standards Committee is mandated. The document also establishes that packaging and marking must adhere to Military Standards (MIL-STD-129 and MIL-STD-2073-1), specifying detailed instructions for labeling shipping containers, including serial numbers and OEM information. With contact details for the responsible packaging specialist provided, the document serves as a comprehensive guide to ensure compliance with military packaging protocols while highlighting environmental considerations. This alignment with government RFPs indicates a commitment to standardization and ecological awareness in federal procurement processes.
    The document outlines transportation data related to federal procurement for various items, initiated on October 17, 2024. It lists the terms of shipment, emphasizing the importance of following proper guidelines when shipping under "DCMA Administered" contracts to prevent additional costs. Specific F.O.B. (Free on Board) terms, freight classifications, and various clauses are specified, alongside detailed instructions for obtaining shipping instructions through the DCMA Shipment Instruction Request (SIR) eTool system. Eight items are listed with corresponding National Stock Numbers (NSNs) to be shipped to the Defense Logistics Agency Distribution Depot Oklahoma at Tinker Air Force Base. Each entry provides shipping details, including the DoDAAC (Department of Defense Activity Address Code) and account numbers. The contact for further transportation-related inquiries is identified as Glenn A. Carter from the 406 SCMS/GULAA office, providing his phone contact for assistance. Overall, this document functions as a comprehensive guideline for vendors regarding transportation logistics in government contracts, detailing necessary compliance steps and contact information to facilitate smooth shipping processes.
    The document outlines contract data requirements for the repair of digital clocks, focusing on multiple key reports needed for compliance and effective management during contract execution. Specifically, it encompasses Commercial Asset Visibility (CAV) reporting, Government Property Inventory reporting, Engineering Change Proposals, Counterfeit Prevention Plans, Production Surge Plans, and Bill of Materials for logistics and supply chain risk management. Each report has defined frequencies, submission guidelines, and specific information requirements aimed at ensuring accountability and effective asset management. For example, CAV reporting requires instantaneous updates post-maintenance activities, enabling real-time asset tracking. Moreover, there are stringent guidelines for preparing reports in standard formats, reflecting government accountability and adherence to procurement practices. Emphasis is placed on preventing counterfeit parts through a well-outlined prevention plan. This comprehensive set of requirements underscores the government's commitment to operational efficiency, asset management, and compliance with regulatory standards in a defense contracting context, ensuring all contractors meet expectations throughout the contract lifecycle.
    The document details a federal government solicitation for the repair of multi-aircraft digital clocks, specifically identified under solicitation number FA811725R0008. There are multiple line items for the aircraft digital clocks, which are documented as non-serialized items. The specifications include various part numbers and National Stock Numbers (NSNs), highlighting the quantities needed—ranging from 105 to 1550 units—along with their corresponding unit acquisition costs, all set at $9,211. Each item description stresses the requirement for these clocks to service multiple types of aircraft. Delivery events and other operational notes were indicated for each item, emphasizing the importance of adhering to military standards and timelines. This solicitation illustrates the government’s ongoing commitment to maintaining and enhancing the functional reliability of military aircraft through crucial equipment repairs.
    The document outlines a solicitation from the Department of the Air Force, specifically the Air Force Sustainment Center (AFSC), for the repair and maintenance of clock panel components. The Request for Proposal (RFP) FA8117-25-R-0008 is aimed at acquiring both commercial products and services on a firm fixed-price basis. The acquisition is classified as unrestricted, encouraging participation from various businesses, including small and women-owned enterprises. Key items for repair include multiple National Stock Numbers (NSNs), detailing specifications for delivery timelines, inspections, acceptance standards, and the requirement for quality assurance. The solicitation emphasizes continuity in supply, with specified quantities noted for regular intervals throughout the contract duration, incorporating options for additional years. It also requires compliance with established federal acquisition regulations. This structured approach ensures that the Air Force maintains operational readiness through reliable sourcing and rigorous adherence to safety and inspection standards while providing opportunities for diverse participation in government contracting. The overall aim is to secure efficient asset management and superior service delivery for critical defense components.
    The Performance Work Statement (PWS) outlines the repair requirements for aircraft digital clocks under Purchase Request FD2030-24-01991 by the Department of the Air Force. Contractors must possess the capability, technical data, and necessary equipment for repair operations and adhere to strict quality and inspection standards, including ISO 9001:2015 compliance. A Pre-Award Survey is mandated for non-original manufacturers, detailing required special tools and equipment. Initial Production Evaluations (IPE) are described, with rigorous acceptance criteria to ensure quality and safety. The document emphasizes supply chain risk management, cybersecurity measures, and counterfeit prevention strategies, holding contractors accountable for component sourcing and compliance with ODS and lead-free electronics standards. Elements regarding contractor identification, reporting requirements, and potential condemnation of repair items are also detailed. Moreover, the PWS requires adherence to environmental regulations and mandates a robust framework for documenting and addressing supply discrepancies and performance assessments. This structured approach ensures mission readiness and compliance with federal regulations, highlighting the government’s commitment to operational excellence.
    The document appears to consist of corrupted data and unreadable characters, which obscures any apparent content related to government RFPs, federal grants, or state/local opportunities. Given the lack of coherent text or structure, it is impossible to extract any meaningful topic, key ideas, or supporting details from the file. Without decipherable content, the main purpose or context of the document cannot be clarified, nor can any relevant information regarding potential funding opportunities, project requirements, or compliance guidelines be detailed. It is essential to access a readable version of the file to provide a comprehensive analysis and summary aligned with government proposal processes.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Flight Data Recorder
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of KC-135 Flight Data Recorders under solicitation number FA8117-25-R-0007. Contractors are required to demonstrate their capabilities in providing high-quality repair services that comply with ISO 9001:2015 standards, including adherence to stringent counterfeit prevention measures and effective supply chain risk management. The Flight Data Recorders are critical components for military operations, ensuring the reliability and safety of aircraft systems. Proposals are due by March 13, 2025, and interested parties can contact Tanner Mullins at tanner.mullins.1@us.af.mil or Sheila M. Thee at sheila.thee@us.af.mil for further information.
    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.
    NSN: 6110-00-893-2349HY Noun: FREQUENCY REFERENCE Part Number: 690396
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for a firm fixed-price contract to supply Frequency Reference units, specifically designed for B-52 and KC-135 aircraft applications. The procurement involves an estimated quantity of 14 units, with a delivery deadline set for May 6, 2025, and the solicitation is expected to be released on March 3, 2025, closing by April 3, 2025. This equipment is critical for ensuring the operational readiness of military aircraft, and the procurement is limited to qualified sources, specifically Hamilton Sundstrand, under 10 U.S.C. 2304(c)(1). Interested parties should direct inquiries to Patrick McGowan at patrick.mcgowan@us.af.mil or call 405-734-8120, and must respond within 15 days to express their interest in the opportunity.
    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 acceptance of various components. The contract emphasizes compliance with federal acquisition regulations and encourages participation from small businesses, with a firm-fixed price structure for the specified line items. Interested contractors must submit their proposals by March 7, 2025, and can direct inquiries to Danielle Stiff at danielle.stiff.1@us.af.mil or call 1-801-777-8416.
    Repair of E-3 RCU Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the repair of the E-3 Recording Control Unit (RCU) as part of Purchase Request FD2060-25-00168. The primary objective is to ensure timely repairs of critical components, including the Digital Flight Data Recorder, Cockpit Voice Recorder, and Crash Position Locator, with a required turnaround time of 60 calendar days and strict quality control measures in place. This procurement is vital for maintaining the operational readiness of the E-3 AWACS aircraft, which supports essential missions for the United States Air Force. Interested parties should contact James Daniel Faulkner at james.faulkner.8@us.af.mil or Lachell West at lachell.west@us.af.mil for further details, as the contract spans one year and does not require security clearances for contractor personnel.
    59--TRAY,CLOCK ASSEMBLY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking proposals for the procurement of a tray clock assembly. This solicitation aims to acquire components that are critical for various naval applications, ensuring operational readiness and efficiency. The goods fall under the NAICS code 333998, which pertains to all other miscellaneous general-purpose machinery manufacturing, and the PSC code 5975, related to electrical hardware and supplies. Interested vendors can reach out to Olivia Snyder at 717-605-4614 or via email at OLIVIA.SNYDER2@NAVY.MIL for further details regarding the solicitation process.
    REPAIR SERVICES ECA, RFGU, SYNTH, 2-18 GHz DW, ECA, RFGU, SYNTH, .5-18 GHz DW
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide repair services for electronic components, including the 2-18 GHz and 0.5-18 GHz digital waveforms, as part of a Sources Sought notice. Interested parties must demonstrate their capability to repair specific components, including the NSN 5998-01-598-5645 and P/N 903-5004068, by submitting a detailed qualification test plan, a qualification article, and a complete data package, with estimated costs for testing around $13,000 and a completion timeline of approximately 90 days. These components are critical for the AN/TSQ-T10 Joint Tactical Terminal (JTE) system, emphasizing the importance of reliability and compliance with military standards. For inquiries, potential offerors can contact Chao Chin at chao.chen.1@us.af.mil or John Prather at JOHN.PRATHER.3@US.AF.MIL, with the understanding that foreign participation at the prime contractor level is prohibited.
    REPAIR SERVICES JTE PROGRAM
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Repair Services JTE Program, focusing on the teardown, testing, and evaluation of motor controllers. Contractors are required to meet stringent military standards for inspection, testing, and potential repair of the specified equipment, ensuring compliance with quality assurance protocols and timely deliverables. This procurement is critical for maintaining the operational efficiency and reliability of defense equipment, with a bid submission deadline set for March 12, 2025. Interested parties can contact John Prather at john.prather.3@us.af.mil or by phone at 801-586-3463 for further details.
    Solicitation: FA8212-25-Q-0013 F-16 Power Dist. Panel
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotations for the supply of 15 power distribution panels (NSN: 6110-01-668-3072) designated for use in F-16 aircraft, under solicitation number FA8212-25-Q-0013. The procurement requires compliance with rigorous manufacturing qualification standards, including a qualification testing cost estimation of approximately $3,500, and adherence to specific packaging and marking requirements as outlined in military standards. These panels are critical components for the F-16, ensuring operational efficiency and safety in military aviation. Interested vendors must submit their quotations by March 14, 2025, and can direct inquiries to primary contact Cydnee Simpson at cydnee.simpson@us.af.mil or secondary contact Brandon Moses at brandon.moses.1@us.af.mil.
    REPAIR OF B-1 INTEGRATED BATTLE STATION PROCESSOR SRUS
    Buyer not available
    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.