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, specifically the Department of the Air Force, is soliciting proposals for the repair of Aircraft Digital Clocks under solicitation number FA8117-25-R-0008. The procurement aims to ensure the operational reliability of essential aircraft components, with contractors required to meet stringent quality standards, including ISO 9001:2015 compliance, and to adhere to comprehensive reporting and documentation requirements throughout the contract lifecycle. This opportunity is crucial for maintaining military readiness and operational efficiency, with a focus on preventing counterfeit parts and ensuring compliance with environmental regulations. 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 May 16, 2025.

    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 document outlines a Request for Proposal (RFP) issued by the Department of the Air Force for the repair of various types of electrical panel clocks under the solicitation number FA8117-25-R-0008. It details the requisition number (FD20302401991) and indicates that the solicitation is open for offers until May 16, 2025. The acquisition is classified as unrestricted, encouraging participation from small business entities including those owned by veterans and women. Key components include a breakdown of repair services required, specifying National Stock Numbers (NSNs) for specific parts, quantity requirements, and unit prices structured as firm fixed prices. Each line item includes detailed delivery requirements, quality assurance measures, and inspection criteria, all of which must adhere to the Performance Work Statement (PWS) referenced in the document. The project is intended to ensure reliable maintenance of essential equipment, reflecting the government’s strategic focus on efficient operational capabilities within military operations. Overall, this RFP emphasizes compliance with federal regulations while providing opportunities for qualified contractors to support military readiness through timely and compliant service.
    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
    FD2030-24-02076
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation Oklahoma City, is issuing a special notice for the procurement of a panel clock, identified by National Stock Number (NSN) 6645-01-398-9100RK. The requirement includes the provision of a specific item as per the top drawing PD89MME-637(-3)NVIS, with an Engineering Data List (EDL) revision dated April 9, 2024. This clock is crucial for time measurement applications within military operations, ensuring precise timekeeping in various defense-related contexts. Interested vendors should refer to the solicitation information for further details and await the approval from the contracting officer for quote submissions.
    Repair of the Air Data Processor (ADP)
    Buyer not available
    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 requirement involves a Firm Fixed Price contract for the repair of 50 units of the ADP, NSN: 6610-01-432-8459FX, which is critical for the operational performance of the F-15E aircraft. The contract will include additional services such as on-site support, engineering services, and configuration management, and is set to be awarded following a sole source negotiation with Honeywell, the only known source with the necessary technical data and capabilities. Interested parties must submit their proposals electronically by January 6, 2026, at 4:00 PM EST, and can contact Madison Norris at madison.norris@us.af.mil for further information.
    Opportunity Details
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of KC-135 and C-130 Vertical Indicators, specifically the "INDICATOR, VERTICAL" items with National Stock Numbers (NSN) 6610-01-527-2395 and 6610-01-433-2219. This procurement is crucial for maintaining the operational readiness of military aircraft, ensuring that critical flight instruments are functioning correctly. The solicitation has been amended to extend the proposal due date to December 16, 2025, at 3:00 PM Central Standard Time, with the contract period running from September 20, 2026, to September 19, 2033. Interested parties can reach out to Nathan R. Sholund at nathan.sholund@us.af.mil or Gregory Howard at gregory.howard.9@us.af.mil for further information.
    66--COMPUTER,FLIGHT CON - AND OTHER REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of flight control computers and other replacement parts. The procurement aims to ensure that these critical components are restored to a Ready for Issue (RFI) condition, adhering to stringent quality and inspection standards as outlined in the Statement of Work. These components are vital for the operational readiness of naval aviation systems, underscoring their importance in maintaining national defense capabilities. Interested contractors should direct inquiries to Dina Wojciechowski at 215-697-1219 or via email at DINA.M.WOJCIECHOWSKI.CIV@US.NAVY.MIL, with proposals due by the specified deadline.
    ACT/Lockheed spare aircraft parts
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking suppliers for spare aircraft parts under a presolicitation notice. This procurement involves items for which the government lacks complete unrestricted technical data, and it will be conducted as a fixed-price, long-term indefinite quantity contract with a one-year base period and four one-year options. The selected suppliers will be responsible for providing critical components necessary for military aircraft operations, with the solicitation set to be released on November 13, 2025. Interested parties are encouraged to express their interest and capabilities to the contracting officer, Brandy Warner, at brandy.warner@dla.mil, within 15 days of this notice.
    28--CABLE ASSEMBLY,CIA, - AND OTHER REPLACEMENT PARTS, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of various cable assemblies and electronic modules, which are critical components in military aircraft maintenance. The procurement includes the repair of specific items such as the Cable, Fan Speed, Air, and Electronic Modules, with a defined repair turnaround time of 133 days after receipt of the assets. This opportunity is vital for maintaining operational readiness and ensuring the reliability of military equipment. Interested contractors must submit their quotes via email to Dana N. Knittel at dana.n.knittel.civ@us.navy.mil by December 15, 2025, and must comply with government source approval requirements prior to award.
    Support, Fan Componet
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of four support fan components, identified by NSN: 2840-01-317-8321NZ and P/N: 4059690, under the presolicitation notice SPRTA1-Q-2094. These components are classified as critical safety items, which require first articles and qualification requirements, with a requested delivery date on or before March 4, 2027. This procurement is significant for maintaining the operational integrity of aircraft engines and is not set aside for small businesses, as it is export-controlled; the approved source for these parts is Raytheon Technologies. Interested parties should note that the RFP will be issued on February 12, 2025, with a closing date of March 14, 2025, and can contact David Todd Isaac at david.isaac.4@us.af.mil or by phone at 405-855-3000 for further information.
    Repair of NSN: 6130-01-445-9549;P/N:822-1118-001;RMC/RMS: R3/R in support of the E-3 ARC-230 Program
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of National Stock Number (NSN) 6130-01-445-9549, a power supply component, in support of the E-3 ARC-230 Program. This procurement involves a requirements contract for repairs and engineering services, covering three ordering periods from October 2025 through September 2028, under the existing Collins Corporate Contract SPE4AX21D9400. The selected contractor will be responsible for providing all necessary facilities, labor, and materials for the repair services, with proposals due by 3:00 PM EST on December 19, 2025. Interested parties should direct inquiries to Contracting Officer James Daniel Faulkner at james.faulkner.8@us.af.mil.
    FA821225Q0341 PROGRAMMABLE CARTRIDGE
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a sole-source contract to procure 47 programmable cartridges (NSN: 7045016174668WF) under solicitation FA821225R0471. The cartridges are essential for Foreign Military Sales (FMS) and are required to be delivered by May 28, 2027, with the total contract value estimated at $819,637.70. This procurement is critical as the government does not own the technical data for these parts, which are proprietary to GE Aviation Systems LLC, the only responsible source identified for this requirement. Interested parties must submit their capability statements or proposals by the extended deadline of December 12, 2025, and can direct inquiries to Richard Maynard at richard.maynard.5@us.af.mil or Jo Blakley at jo.blakley@us.af.mil.
    16--AFMC, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of aircraft parts under the contract titled "16--AFMC, IN REPAIR/MODIFICATION OF." The procurement aims to establish a contractor capable of performing comprehensive repair, testing, and inspection of specified aircraft components, ensuring they meet operational readiness standards. This opportunity is critical for maintaining the functionality and reliability of military aircraft, thereby supporting national defense operations. Interested contractors should contact Peter A. Kobryn at 215-697-4313 or via email at PETER.A.KOBRYN.CIV@US.NAVY.MIL for further details, with a required delivery turnaround time for units set by January 3, 2028.