Remanufacture of T38 Cabin Temperature Control Valve and T38 Defog Flow Control
ID: FA811825R0045Type: 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

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 7, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due May 22, 2025, 7:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of T38 Cabin Temperature Control Valves and T38 Defog Flow Controls, with a focus on small business participation. This procurement involves a five-year firm fixed-price requirements contract, consisting of a three-year basic period and two optional years, aimed at ensuring the availability and reliability of critical aircraft components. The selected contractor will be responsible for adhering to stringent quality assurance standards, including ISO 9001-2015 and AS9100 certifications, while managing compliance with various reporting and operational requirements outlined in associated documents. Interested parties should contact Nonika Allen at nonika.allen.1@us.af.mil or Morgan Mcgarity at morgan.mcgarity@us.af.mil for further details and to submit their proposals in accordance with the specified guidelines.

Point(s) of Contact
Files
Title
Posted
Apr 7, 2025, 5:04 PM UTC
The CAV AF Reporting Requirements document outlines the guidelines for contractors regarding the management and reporting of government-owned assets within the Air Force's Commercial Asset Visibility (CAV AF) system. It emphasizes the importance of accurate daily reporting to maintain asset visibility at contractor repair facilities. Contractors must ensure proper training for reporters, maintain accurate records, and comply with various reporting requirements associated with maintenance actions, including the timely submission of System Authorization Access Requests and CyberAwareness training certifications. Key responsibilities include detailed instructions on the handling of Not-on-Contract items, discrepancies in shipments, and the management of Government Furnished Property (GFP). The document specifies processes for reporting discrepancies, such as using specific forms and contacting relevant personnel for guidance. Furthermore, it reinforces the prohibition of induction-at-risk for repair contracts and outlines specific procedures for inventory management and shipping, particularly for Nuclear Weapon Related Materiel (NWRM). Ultimately, compliance with these reporting standards is vital for maintaining system integrity and supporting effective inventory management within the federal contracting framework, reinforcing accountability for contractors engaged in government contracts.
Apr 7, 2025, 5:04 PM UTC
Apr 7, 2025, 5:04 PM UTC
The Commercial Asset Visibility (CAV) Reporting document, identified as DI-MGMT-81838, outlines a web-based system for tracking government-owned reparable assets in repair facilities. Its primary function is to automate inventory management for these assets as they are processed by commercial repair vendors, providing real-time transaction reporting that updates the CAV database. The document details the format and content requirements for contractor reporting, specifying various transaction types such as asset receipts, inductions, status updates, shipments, and reporting discrepancies. The outlined processes and reports enable effective monitoring of the repair cycle and inventory management, emphasizing the integration of data access for commercial repair vendors. This CAV system is expected to enhance operational efficiency and transparency in asset management within government contracting practices.
Apr 7, 2025, 5:04 PM UTC
The document outlines the requirements for the Contract Depot Maintenance (CDM) Monthly Production Report, referred to as DI-PSSS-81995A. Its primary purpose is to provide the government with an overview of maintenance production figures, asset accountability, performance metrics, and unresolved issues at contractor facilities. The report format consists of Part I and Part II: Part I includes essential information such as contractor details, contract specifics, and a detailed breakdown of maintenance activities and asset statuses categorized in blocks A through O. Part II offers a production summary, activated under specific circumstances such as discrepancies in shipping forecasts or anticipated production issues. This reporting framework ensures oversight of depot-level maintenance contracts, enabling the government to monitor operational efficiency, operational challenges, and production scheduling while ensuring compliance with defense standards. Overall, the CDM Monthly Production Report serves an integral role in maintaining the accountability and performance of government contractor operations.
Apr 7, 2025, 5:04 PM UTC
The Government Property (GP) Inventory Report, outlined in Data Item Description DI-MGMT-80441D, serves as a tool for contractors to provide 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 document is applicable to all contracts involving GP and supersedes the previous version, DI-MGMT-80441C. The report must be submitted in an electronic format (.xls or .xlsx) and should include specific column headers detailing essential information. These headers encompass contract number, asset identification numbers (for both government and contractor), item descriptions, manufacturer details (including part and serial numbers), asset classification, location data, quantity, unit of measure, acquisition cost, and condition code among others. The primary purpose of this reporting requirement is to ensure proper accountability and management of government property within contractual frameworks, assisting in tracking and verifying asset status while maintaining compliance with government regulations and standards.
Apr 7, 2025, 5:04 PM UTC
Apr 7, 2025, 5:04 PM UTC
Apr 7, 2025, 5:04 PM UTC
The document outlines a Request for Proposal (RFP) FA8118-25-R-0045 from the Department of the Air Force for the remanufacture of T38 Cabin Temperature Control Valves and T38 Defog Flow Controls. The contract is set aside 100% for small businesses, including women-owned and service-disabled veteran-owned enterprises. The planned contract duration spans three years for the basic contract with an option for two additional years. Vendor qualifications are required, and interested parties must submit a Source Approval Request. The document emphasizes compliance with quality assurance standards, including ISO 9001-2015 and AS9100 certifications. Key elements include detailed requirements for shipping, packaging, and marking in accordance with military standards, as well as inspection and acceptance parameters. An "Over and Above" clause allows for additional work not encompassed within the primary contract specifications. The document concludes with instructions for submitting invoices, adherence to the Buy American Act, and ensuring compliance with cybersecurity and information security standards as required by the Department of Defense. This RFP reflects the government's dedication to fulfilling specific procurement needs while promoting small business participation and compliance with stringent quality and regulatory standards.
Apr 7, 2025, 5:04 PM UTC
Apr 7, 2025, 5:04 PM UTC
The document outlines the Item Unique Identification (IUID) requirements as per DFARS 252.211.7003, specifically focusing on the IUID marking for military equipment. It identifies a specific National Stock Number (NSN) for a product—valve, butterfly (48100088732891P)—and includes necessary details for marking, such as the type and method prescribed by the latest version of MIL-STD-130. The document emphasizes the importance of marking items correctly and outlines that a recommended method for affixing identification is through a durable label using RTV silicone, while cautioning against the Bag/Tag method. Additionally, it details embedded items relevant to the identified NSN, reiterating the need for adherence to marking guidelines. The overarching purpose is to ensure traceability and proper identification of military assets, which is vital for logistics, maintenance, and accountability in defense procurement processes.
Apr 7, 2025, 5:04 PM UTC
Apr 7, 2025, 5:04 PM UTC
The document outlines the Statement of Work (SOW) for the remanufacture of T-38 Defog Flow Control and Cabin Temperature Control Valves as part of a contract with the Department of the Air Force. It provides detailed instructions on various aspects of the work, including definitions of terms, quality requirements, safety protocols, and parts control programs. Key responsibilities include conducting a pre-award survey, initial production evaluation, and maintaining stringent quality assurance processes. The contractor is tasked with ensuring 100% replacement of specific consumable parts during remanufacture, addressing potential supply chain risks, and managing compliance with technical documentation. The document also emphasizes the importance of reporting discrepancies, maintaining records for inspection, and ensuring cybersecurity measures are in place. Notably, the contractor must develop a comprehensive supply chain risk management plan, anticipate challenges posed by obsolescence, and adhere to guidelines for handling government property. This SOW is critical in ensuring that remanufactured items meet stringent U.S. Air Force standards while addressing procurement and operational management requirements associated with government contracts.
Apr 7, 2025, 5:04 PM UTC
Lifecycle
Title
Type
Solicitation
Similar Opportunities
T-38 Cylinder Assembly
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is seeking proposals for the procurement of T-38 Cylinder Assemblies, specifically designed for the T-38 aircraft. This acquisition includes a total small business set-aside and requires compliance with the Northrop Grumman Licensing Agreement, as well as export control certification for accessing the technical data package. The cylinder assembly plays a critical role in maintaining the landing gear in a locked position, ensuring the aircraft's operational safety and functionality. Interested parties must submit their proposals by the anticipated solicitation closing date of June 13, 2025, with a required delivery of 14 units no later than November 2, 2026. For further inquiries, potential offerors can contact Lori Lumsden at lori.lumsden.1@us.af.mil or by phone at 405-855-3559.
REMANUFACTURE OF C-130 BUTTERFLY VALVE
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking proposals for the remanufacture of C-130 Butterfly Valves, a critical component for military aircraft operations. The procurement involves a firm-fixed-price contract with a three-year base period and an optional two-year extension, specifically set aside for small businesses. The remanufacturing process aims to restore the valves to a "like-new" condition, adhering to stringent quality assurance protocols and safety regulations, ensuring the reliability of essential aircraft components. Interested contractors must submit their proposals by June 3, 2025, at 3:00 PM, and can direct inquiries to Aczavius Smith at aczavius.smith@us.af.mil or Matthew Churchwell at matthew.churchwell.2@us.af.mil.
Re-manufacture of the F15 and C130 Float Valves and F15 Interconnect Valve
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the re-manufacture of F15 and C130 Float Valves, as well as the F15 Interconnect Valve. The procurement aims to restore these critical aircraft components to a like-new condition, adhering to stringent quality assurance standards and regulatory requirements. This contract is vital for maintaining the operational readiness of military aircraft, with a total award amount of $818,957.83 and provisions for a firm fixed-price contract with multiple option years. Interested vendors should submit a Source Approval Request and ensure compliance with NIST security requirements, with further inquiries directed to Mayona Presley at mayona.presley@us.af.mil or Amy Gil at amy.gil@us.af.mil.
Repair of T-38 Control Assembly
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking to award a Sole Source contract for the repair of T-38 Control Assemblies to Pacific Electronics Enterprises Inc. This procurement involves a Firm Fixed Price contract with a base year and nine one-year options, emphasizing the importance of maintaining operational readiness for the T-38 aircraft. The anticipated period of performance spans from September 14, 2025, to September 13, 2035, with an estimated award date of July 30, 2025. Interested parties are encouraged to submit capability statements or proposals to the primary contact, Relijah Sherman, at relijah.sherman@us.af.mil, or the secondary contact, David Herrig, at david.herrig.1@us.af.mil.
T-38 A/B Seat Stand Adapter Assembly
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of thirty-four T-38 A/B Seat Stand Adapter assembly sets to be delivered to Randolph Air Force Base (RAFB) in Texas. These assemblies are critical for supporting T-38A ejection seats during aircraft repair operations as part of the TRIM program, ensuring compliance with specified technical standards and quality requirements. Interested vendors must submit Firm Fixed Price proposals by May 8, 2025, and are required to have Joint Certification Program (JCP) certification to handle export-controlled information. For further inquiries, potential offerors can contact Angela Poll at angela.poll@us.af.mil or Jason Neering at jason.neering@us.af.mil.
Repair of T-38 Rate of Flow Transmitter
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking a qualified contractor to provide repair services for T-38 Fuel Flow Transmitters at Tinker Air Force Base in Oklahoma. This procurement involves a five-year Sole Source Requirements Indefinite Delivery Vehicle (IDV) contract, which includes a base year and four one-year options, with an estimated award date of September 1, 2025. The repair services are critical for maintaining the operational readiness of aircraft components, ensuring safety and efficiency in flight operations. Interested parties are encouraged to submit capability statements, proposals, or quotations to the primary contact at 422.SCMS.AFMC.RFI@us.af.mil, with additional inquiries directed to Amy Schmitz at amy.schmitz.1@us.af.mil or by phone at 918-728-0363.
TURBINE, AIRCRAFT COOLING
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of aircraft cooling turbines, specifically identified as NSN 1660-01-533-4311, with a part number of 552115-1A. This contract aims to acquire 61 units of the turbine, which provides essential bleed air cooling for air conditioning systems in T-38 aircraft, with dimensions of 8 inches long, 6 inches wide, and 10 inches tall, weighing 10 pounds and made from aluminum alloy and various metals. Interested vendors should note that the solicitation will be issued electronically on May 7, 2025, with responses due by June 6, 2025, and are encouraged to contact Michael Hannan at Michael.Hannan.1@us.af.mil for further inquiries regarding the procurement process.
VALVE ASSEMBLY,MANI
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting proposals for the procurement of valve assemblies, specifically for the F-15 aircraft. The opportunity requires contractors to adhere to stringent military packaging and marking standards, including compliance with MIL-STD 2073-1 and MIL-STD 129, as well as regulations for hazardous materials. This procurement is critical for maintaining the operational readiness of military aircraft, ensuring that all components meet high-quality assurance standards. Interested suppliers must submit their quotations by May 14, 2025, and can direct inquiries to Richard Dunlap at richard.dunlap.2@us.af.mil or by phone at 385-519-8306.
NSN4810-01-326-0862&4810-01-326-0863_ValvesLinearDirect_F110_PN1886-280&1886-290_FD2030-24-00335
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is seeking potential sources for the manufacture and repair of specific valves identified by National Stock Numbers (NSNs) 4810-01-326-0862PR and 4810-01-326-0863PR. The procurement involves the production of 27 units of part number 1886-280 and 33 units of part number 1886-290, with the aim of assessing whether the requirement can be competitive or suitable for Small Business Set-Asides. This initiative is part of the Air Force's strategy to enhance its acquisition processes while fostering a diverse supplier base, particularly encouraging participation from small and disadvantaged businesses. Interested suppliers should reach out to the primary contact at 421SCMS.Requirements@us.af.mil or the secondary contact at 421SCMS.Requirements.workflow@us.af.mil, with a projected submission date for related solicitation information set for April 30, 2026.
48--VALVE,REGULATING,TE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is seeking proposals for the procurement of 100 units of a regulating valve (NSN 7R-4820-014545051-QF, REF NR 814229-3). This procurement requires engineering source approval due to the flight-critical nature of the item, necessitating that only approved sources are solicited to ensure the quality and reliability of the part. Interested vendors must provide comprehensive documentation as outlined in the NAVSUP Weapon Systems Support Source Approval Information Brochures, and the opportunity is set aside exclusively for small business concerns. Proposals must be submitted within 45 days of the notice, and inquiries can be directed to Isabella Perrins at (215) 660-7088 or via email at ISABELLA.PERRINS@DLA.MIL.