Remanufacture of F15 Butterfly Valve
ID: FA8118-25-R-0062Type: 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

VALVES, POWERED (4810)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of F15 Butterfly Valves, which are critical components of the F-15 Environmental Control System. This firm-fixed-price contract aims to remanufacture a total of 600 units over a three-year base period with two additional one-year option periods, emphasizing compliance with stringent quality assurance protocols and technical standards. The Butterfly Valve plays a vital role in regulating bleed air within the engine bleed control sub-system, underscoring its importance to the operational capabilities of the F-15 weapon system. Interested contractors, including small businesses and those owned by women or service-disabled veterans, must submit proposals that will be evaluated based solely on price, with the government reserving the right to conduct discussions as necessary. For further inquiries, potential offerors can contact Jessica Vinyard at jessica.vinyard.1@us.af.mil or Matthew Churchwell at matthew.churchwell.2@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Air Force, specifically the 848th Supply Chain Management Group at Tinker Air Force Base, has issued a memorandum outlining Qualification Requirements (QR) for various managed items relevant to commodity critical safety and critical application items. This QR is effective until June 19, 2024, and has been released alongside relevant documentation including the Justification for Qualification Requirements (JQR), the RQR-848, and a Master Item List. The memorandum serves as an official record for the QR activities linked to National Item Identification Numbers (NIIN) or Purchase Instrument Line Item (PILI) checklists, replacing the typical JQR/QR uploads for individual items. It emphasizes that the overarching documents are not associated with specific items but rather cover a broader grouping pertinent to procurement activities. This initiative aligns with the Air Force's objectives to streamline processes regarding critical items, ensuring compliance and safety in their supply management practices.
    The CAV AF Reporting Requirements document outlines guidelines for contractors involved in Contract Depot Maintenance (CDM) concerning the management and reporting of government assets through the CAV AF system. The primary purpose is to ensure accurate and timely reporting of all government-owned assets at contractor facilities, including those stored within Inventory Control Points (ICPs). Contractors are required to adhere to daily reporting protocols, maintain accurate asset records in CAV AF, and complete necessary training in cybersecurity and reporting procedures. Key responsibilities include submitting authorization requests, ensuring two designated reporters are assigned for coverage continuity, and completing mandatory training on information assurance. The document details processes for reporting discrepancies in shipment, including Supply Discrepancy Reports (SDRs) for misidentified or damaged items, and emphasizes compliance with using government-issued documentation for tracking received assets. Contractors must also provide prompt reporting of Nuclear Weapon Related Materiel (NWRM) and adhere to strict timelines for shipment and reporting actions, as specified throughout the document. This comprehensive framework aims to maintain organizational accuracy and accountability within government inventory systems, emphasizing the criticality of collaboration between contractors and the government to achieve compliance and efficiency in asset management.
    The Commercial Asset Visibility (CAV) Reporting document outlines the procedures for tracking government-owned reparable assets at commercial repair facilities through a web-based application. CAV aims to enhance inventory management by facilitating real-time reporting of asset transactions, which update a central database accessible to commercial repair vendors. The document specifies the format and content requirements for contractor submissions, detailing various transaction categories, including asset receipt, inductions, completions, shipments, and reporting of discrepancies. It serves as a guideline for the use and integration of CAV within government contracting processes, ensuring consistent communication and data accuracy between contractors and the government. The CAV system is critical for effective asset management, ultimately supporting operational efficiency within government repair programs.
    The Contract Depot Maintenance (CDM) Monthly Production Report outlines the format, content, and usage of monthly maintenance production data required from contractors working under depot level maintenance contracts. It serves to inform the government about production figures, asset accountability, performance metrics, and any unresolved issues. The report comprises two parts: Part I details essential contractor and production information, including identifiers such as Contractor name, contract number, and performance metrics for reparable items. Part II, the Production Summary, is only required under specific circumstances, such as missed shipping dates or anticipated production issues. The report aims to ensure transparency and tracking of maintenance activities, enhancing program management within the Department of Defense framework by standardizing reporting across contracts. The adherence to this format facilitates communication and accountability between the government and contractors in order to maintain operational efficiency in depot maintenance operations.
    The Government Property (GP) Inventory Report, designated DI-MGMT-80441D, facilitates contractors in providing the Department of Defense (DoD) with an inventory of Government Furnished Property (GFP) and Contractor Acquired Property (CAP) in their possession, including that of subcontractors. This Data Item Description outlines the format, content, and application of the report required under contracts involving government property. The report must be delivered electronically in a .xls or .xlsx format and include specific data fields such as contract numbers, asset identification, item descriptions, quantities, acquisition costs, asset locations, and classifications of government property. These classifications can include types such as Communication Security (COMSEC) and Equipment (EQP), among others. This document supersedes a prior version, emphasizing its relevance in managing government property effectively in various contracts tied to federal grants or state/local RFPs. Overall, it ensures accountability and systematic tracking of government property throughout the contractual lifecycle.
    The Commercial Asset Visibility (CAV) Reporting system, outlined in Data Item Description DI-MGMT-81838, serves as a web-based inventory management solution for tracking government-owned reparable assets in contractor repair facilities. Its primary function is to automate the reporting of asset transactions throughout the repair cycle, ensuring real-time updates to the CAV database. The document specifies the format and content requirements for contractor reporting, detailing various transaction types such as asset receipt, inductions, shipments, and completions, as well as report generation for discrepancies and inventory labels. The CAV's relational database allows commercial vendors efficient access to repair data, enabling the production of necessary activity reports. This structured approach facilitates effective management and oversight of essential government assets, underscoring the importance of maintaining asset visibility within the repair process.
    The document outlines a government solicitation (FA8118-25-R-0062) for a contract focused on the remanufacturing of F15 Butterfly Valves. It describes a firm-fixed-price contract intended for various small businesses, including women-owned and service-disabled veteran-owned entities, and specifies that proposals will be evaluated solely on price. The contract period consists of a three-year base with two one-year option periods, with a total of 600 units to be remanufactured. Offerors are required to adhere to comprehensive submission instructions and must complete pricing information and representational certifications. The evaluation will focus on price reasonableness, completeness, and compliance with the solicitation terms, facilitating a fair competitive environment. The government reserves the right to conduct discussions but aims to award based on the lowest total evaluated price. Overall, the document serves as an official solicitation for bids on a significant defense contract, ensuring transparency and competitive bidding while encouraging involvement from diverse businesses.
    The document is a Statement of Work (SOW) for the remanufacture of F-15 Butterfly Valves by the Department of the Air Force at Tinker Air Force Base. It outlines critical requirements for contractors engaged in this process, including definitions, pre-award evaluations, quality assurance protocols, special tool provisions, and supply chain management. The SOW mandates that contractors ensure compliance with various technical orders, maintain detailed documentation of remanufactured items, and follow stringent safety and health regulations during the remanufacturing process. It emphasizes the need for a robust quality control program and provides guidelines for handling components, reporting discrepancies, and identifying potential supply chain risks. Key aspects include the prohibition against using OEM-unapproved components or sources and the requirement for contractors to establish continuity of operations plans and cybersecurity measures. Timely delivery of remanufactured items as per the agreed schedules and adherence to specified technical standards is emphasized throughout the SOW. Overall, the document serves to ensure that contractors meet rigorous military standards in producing equipment to support Air Force operations effectively.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    VALVE, BUTTERFLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of 22 new manufactured butterfly valves (NSN: 4810-01-548-6045 YQ) intended for Foreign Military Sales (FMS Case: TW-D-KDW). The contract will be a firm fixed-price agreement, with a delivery requirement set for November 1, 2025, and proposals are due by December 26, 2025. These butterfly valves are critical components in various military applications, necessitating compliance with quality assurance standards such as AS9100 or ISO 9001:2008, as well as adherence to the Buy American Act. Interested contractors should utilize the Wide Area WorkFlow (WAWF) system for electronic submissions and can direct inquiries to James Maynard at james.maynard.6@us.af.mil or by phone at 730-321-2262.
    New Manufacture F15/Valve, Solenoid
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the sole source acquisition of 198 F-15 Solenoid Valves from Meggit North Hollywood, Inc. This procurement is critical for the F-15 aircraft's fuel tank pressurization system, requiring compliance with specific delivery timelines, including an initial delivery of 50 units by May 31, 2026, and the final 48 units by August 31, 2026. Interested contractors must adhere to cybersecurity requirements and submit their offers electronically by January 7, 2026, with funding contingent on fiscal year 2026 availability. For further inquiries, potential bidders can contact Matthew Churchwell at matthew.churchwell.2@us.af.mil or by phone at 405-739-4809.
    VALVE,BUTTERFLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of butterfly valves, classified under the NAICS code 332919 for Other Metal Valve and Pipe Fitting Manufacturing. The contract will encompass the manufacture and supply of these valves, which are critical components used in various military applications to control fluid flow. Interested vendors are required to comply with specific inspection and acceptance criteria, and must submit their proposals electronically, ensuring adherence to the outlined contractual obligations. For further inquiries, potential bidders can contact Ryan Brennan at 445-737-9728 or via email at RYAN.BRENNAN@DLA.MIL.
    SEAT, SHUTOFF VALVE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of shutoff valves for the F-15EX aircraft. This solicitation involves an Indefinite Quantity Contract for the supply of 120 units over a five-year base period, with a delivery schedule of 205 days after receipt of order. The shutoff valves are critical components used in aircraft hydraulic systems, underscoring their importance in maintaining operational readiness and safety. Interested suppliers must submit a written proposal and complete the solicitation available on the DLA Internet Bid Board System (DIBBS) by the issue date of December 22, 2025. For further inquiries, contact Renee Griffin at renee.griffin@dla.mil or call 445-737-2040.
    48--VALVE,BUTTERFLY,4IN
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of 4-inch butterfly valves. This contract requires compliance with various quality assurance and inspection standards, including the submission of technical documentation and adherence to specific packaging requirements. The valves are critical components used in military applications, emphasizing the importance of quality and reliability in their manufacturing. Interested vendors should contact Danny O'Neal at 564-230-3808 or via email at DANNY.L.ONEAL8.CIV@US.NAVY.MIL for further details, and note that the solicitation includes a total small business set-aside, with proposals due within 60 days of the closing date.
    Noun_Valve, Linear, Direct_Application_F-15_NSN_4810-01-220-3996_Part_Number_MC11219-3
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of a linear valve, specifically NSN 4810-01-220-3996, part number MC11219-3. The contract aims to acquire three units of this valve, which is critical for controlling landing gear and landing gear door functions, with a request for a 20% reduction in cost and a 25% reduction in production lead time. This procurement is essential for maintaining operational readiness and ensuring the functionality of aircraft systems. Interested vendors should submit their capability statements or proposals by the specified deadline, with delivery expected on or before July 25, 2027, to Hill Air Force Base, Utah. For further inquiries, contact Logan Hurtz at logan.hurtz@us.af.mil or Dana Craun at dana.craun@us.af.mil.
    FD20302600008 - Remanufacture of KC-135 Valves & Pumps; NSN: 2915-01-452-5123RK, 2915-01-452-5126RK, 2915-01-527-8152RK, 2915-01-510-1161RK
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the remanufacture of KC-135 valves and pumps under a five-year Firm Fixed Price Requirements Type Contract. This procurement involves the disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing of various fuel system components to restore them to like-new condition, ensuring the operational readiness of critical aircraft systems. The anticipated contract will likely be awarded as a sole source to ITT Aerospace Controls, emphasizing the importance of these components in maintaining aircraft performance and safety. Interested parties can reach out to Morgan Mcgarity at morgan.mcgarity@us.af.mil or Shirley V. Harmon at Shirley.Harmon.1@us.af.mil for further details, with the total acquisition cost estimated at $1,846,309.05 and specific delivery timelines outlined in the associated documents.
    VALVE, BUTTERFLY
    Buyer not available
    The Defense Logistics Agency (DLA) Aviation at Oklahoma City is seeking quotations for the procurement of Butterfly Valves, specifically under Request for Quotation (RFQ) SPRTA1-26-Q-0042. The procurement requires a total of 7 units, with a minimum order of 2 and a maximum of 11, and these valves are critical for engine starting applications, operating effectively in extreme temperatures ranging from -65°F to +300°F. Interested vendors must comply with various federal acquisition regulations, including Unique Item Identification (IUID) and cybersecurity standards, with a closing date for submissions set for December 8, 2025, and expected delivery by February 21, 2030. For further inquiries, vendors can contact Brent Weilmuenster at brent.weilmuenster@us.af.mil or by phone at 385-591-2959.
    48--VLV,BUTTERFLY,12IN
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of 12-inch butterfly valves under the solicitation titled "48--VLV,BUTTERFLY,12IN." This procurement is aimed at acquiring high-quality non-powered valves, which are critical components in various defense applications, ensuring operational efficiency and reliability. Interested vendors must adhere to specific quality assurance and inspection requirements, as outlined in the solicitation, and are encouraged to review the Individual Repair Parts Ordering Data (IRPOD) available on the designated e-commerce website. For inquiries, potential bidders can contact Danny O'Neal at 564-230-3808 or via email at DANNY.L.ONEAL8.CIV@US.NAVY.MIL, with proposals expected to be valid for 60 days post-submission.
    48--VALVE,BUTTERFLY, 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 butterfly valves, identified by part number 396308-4-1 and NSN 4810-01-470-7884. The contractor will be responsible for returning these valves to a Ready for Issue (RFI) condition, which includes disassembly, cleaning, inspection, repair, reassembly, and testing, all in accordance with specified requirements and timelines. This procurement is critical for maintaining operational readiness and ensuring the reliability of naval equipment. Interested contractors should direct inquiries to Jacob A. Tarini at 215-697-3563 or via email at jacob.a.tarini.civ@us.navy.mil, with a required repair turnaround time of 29 days after receipt of the asset.