FD20302302176 Remanufacture of B-1 Cylinder Assemblies (Bungees)
ID: FA811825R0073Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8118 AFSC PZABBTINKER AFB, OK, 73145-3303, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS (1680)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of B-1 Cylinder Assemblies (Bungees) under the contract number FD20302302176. The procurement involves comprehensive tasks such as disassembly, cleaning, inspection, maintenance, reassembly, testing, and delivery of the assemblies, with a strong emphasis on quality control and adherence to safety protocols. This initiative is crucial for maintaining military readiness, as these components are essential for the operational capabilities of the B-1 aircraft. Interested contractors should note that the solicitation is full and open, with a firm-fixed-price contract model, and responses are due by July 10, 2025. For further inquiries, Merry Curry can be contacted at merry.curry.1@us.af.mil or by phone at 405-734-8958.

    Files
    Title
    Posted
    The CAV AF Reporting Requirements document outlines the responsibilities and procedures for contractors involved in managing U.S. Air Force assets through the Commercial Asset Visibility (CAV AF) system. It emphasizes that contractors must maintain accurate records of government-owned assets at repair facilities and submit daily updates to reflect any maintenance actions promptly. The document requires contractors to complete a System Authorization Access Request within ten days of contract award, ensuring proper training in information assurance and consistent reporting by assigned personnel. It details handling discrepancies, shipping processes, and asset reporting specific to Nuclear Weapon Related Materiel (NWRM). Additionally, it identifies the necessity for compliance with government-issued documentation and outlines the steps to report and resolve shipment discrepancies. The primary aim of the document is to enforce accountability and transparency in asset management, essential for regulatory adherence and effective inventory control within the Department of Defense's logistics system. This guidance is critical as it supports the overarching goal of efficient resource management and accurate tracking of assets throughout their lifecycle.
    The Commercial Asset Visibility (CAV) Reporting Data Item Description (DI-MGMT-81838) outlines a system for tracking government-owned reparable assets within contractor repair facilities. This web-based application facilitates the real-time reporting of asset transactions, ensuring accurate inventory management during the repair cycle. The document specifies the required reporting formats and content, detailing various transaction types such as asset receipt, inductions, item status changes, and shipments. It emphasizes the importance of maintaining a comprehensive database for commercial repair vendors to generate status and activity reports. The CAV initiative underscores the government's commitment to efficiently manage resources and streamline communication in asset repair processes, aligning with broader federal RFP and grant protocols. The structured format of this document serves as a guideline for contractors to ensure compliance and effective asset tracking.
    The Contract Depot Maintenance (CDM) Monthly Production Report serves as an essential document for the U.S. Government, detailing the monthly production metrics, asset status, and maintenance activities at contractor facilities. This report, numbered DI-PSSS-81995A, outlines the required format and content for reporting maintenance figures, including production forecasts and issues encountered. Formatted in specific blocks, the report captures pivotal data such as the contractor's and Production Management Specialist's details, item identifications, delivery orders, and contract specifics. It includes statistics on reparables received, inducted into repair, produced, shipped, and condemned, alongside forecasting for upcoming production. The report mandates a summary section when there are discrepancies between predicted and shipped quantities or anticipated production problems. This structure ensures comprehensive monitoring of contracted maintenance activities, facilitating transparency and accountability within depot maintenance contracts. The CDM Monthly Production Report is applied broadly, reinforcing operational standards across various contracts impacting military and defense operations.
    The document pertains to a government Request for Proposal (RFP) for a five-year contract focused on the remanufacture of B-1 cylinder assemblies, with a three-year basic ordering period and an optional two-year period. It is structured to outline the requirements for bidding, emphasizing a firm-fixed-price contract model, where contractors must maintain their proposed prices for a minimum of 120 days. The procurement is designated as unrestricted, allowing various business classifications, including small businesses and service-disabled veteran-owned businesses. Key points include a requirement for a minimum contractor performance score of 110 in the Supplier Performance Risk System (SPRS) to qualify, and stipulations around inspections, acceptance, and quality assurance processes. The government intends to pay for missing parts only after approval of requests for additional costs associated with remanufacturing. Essential timelines are provided, specifying that responses must be submitted by July 10, 2025. This RFP reflects the government's strategic aim to ensure the availability of critical components for maintaining and supporting military readiness while fostering business opportunities in the defense contracting space.
    The Statement of Work (SOW) for the Department of the Air Force outlines the requirements for the remanufacture of Cylinder Assembly, Reaction. It details the scope of work, which includes disassembly, cleaning, inspection, maintenance, reassembly, testing, and delivery of specified end items. The document establishes pre-award survey requirements, production evaluation needs, reporting obligations, and quality control programs. Key sections emphasize the importance of utilizing documented technical orders, maintaining government property, and adhering to safety protocols while performing work. Special attention is given to parts replacement requirements, underscoring that 100% of consumable parts must be replaced with new components. Furthermore, supply chain risk management (SCRM) processes are necessary to identify and mitigate threats to ensure mission effectiveness. The SOW mandates contractor compliance with procurement regulations and requires timely communication with the government regarding any project-related issues. The document serves as a comprehensive guideline for contractors aiming to fulfill the Air Force's expectations while ensuring accountability and quality standards throughout the remanufacturing process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Overhaul of B-1 Electro-Mechanical Actuator NSN 1680015097158RK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting offers for the overhaul of B-1 Electro-Mechanical Actuators (NSN 1680015097158RK) under Solicitation Number FA8118-26-R-0002. This procurement involves a five-year, firm-fixed-price requirements contract, which includes a three-year basic period from 2025 to 2028 and two one-year option periods extending to 2030. The overhaul of these critical components is essential for maintaining the operational readiness and performance of the B-1 aircraft, which plays a vital role in national defense. Interested contractors must submit their proposals by the extended deadline of January 7, 2026, at 1:00 PM, and can direct inquiries to Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further information.
    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 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.
    PRESSURE BELLOWS / 04F, B-52 STRATOFORTRESS AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for an indefinite quantity contract (IQC) for pressure bellows used in the B-52 Stratofortress aircraft. The procurement involves an estimated annual quantity of 80 units of the pressure bellows, specifically manufactured by Transdigm Inc. under part number 114535, with a delivery timeline of 235 days after the date of order. This contract is crucial for maintaining the operational readiness of the B-52 aircraft, which plays a significant role in national defense. Interested vendors can access the solicitation on the DLA Internet Bid Board System (DIBBS) around November 18, 2025, and should direct inquiries to Gladys Brown at gladys.brown@dla.mil or call 445-737-4113 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.
    BELLOWS ASSEMBLY, FI
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of Bellows Assembly for C-5 Aircraft, identified by NSN: 1680-01-192-2609. The contract will be an Indefinite Quantity Contract with a term of 60 months, requiring delivery within 400 days after receipt of order, and is classified under NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. This procurement is critical as it supports the operational readiness of military aircraft, and the estimated annual quantity for the base period is 80 units. Interested vendors must submit a written proposal and complete a copy of the solicitation, which will be available on the DLA Internet Bid Board System (DIBBS) around December 8, 2025. For further inquiries, potential offerors can contact Renee Griffin at renee.griffin@dla.mil or by phone at (445) 737-2040.
    LONGERON | 04F | B-52
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking qualified contractors for an indefinite quantity contract (IQC) for the procurement of LONGERON components for the B-52 aircraft. This contract is set aside for small businesses and will cover a base period of five years, with an estimated annual quantity of 40 units, requiring delivery within 250 days after receipt of order. The LONGERON components are critical airframe structural components, and the procurement necessitates contractors to be certified by the Department of Defense to access unclassified data. Interested parties should contact Ryan Loeffelholz at ryan.loeffelholz@dla.mil or call 804-279-1452, with the solicitation expected to be available on or about December 18, 2025, via the DLA Internet Bid Board System (DIBBS).
    FD2030-25-01565
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking suppliers for specific airframe structural components under the contract titled FD2030-25-01565. The procurement involves two National Stock Numbers (NSNs): 1560-01-522-0552FG and 1560-01-522-1614FG, with associated top drawings and revisions dated April 11, 2025, and February 21, 2023, respectively. These components are critical for the maintenance and operation of military aircraft, ensuring their reliability and performance. Interested vendors should refer to the solicitation information for further details and contact Ronald S. Ladd for inquiries once the solicitation is approved and available for quotes.
    B-2 TLX Kits, FA821322R3003
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of B-2 TLX Kits under the solicitation FA821322R3003. This opportunity involves the acquisition of cartridge and propellant actuated devices and components, which are critical for the operational capabilities of the B-2 aircraft. The performance of this contract will take place in Fairfield, California, and is essential for maintaining the effectiveness and readiness of the Air Force's fleet. Interested vendors can reach out to primary contact Deric Deede at deric.deede@us.af.mil or by phone at 208-881-8595, or secondary contact Haley Spletzer at haley.spletzer.1@us.af.mil or 303-980-4812 for further details.
    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.