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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Lifecycle
    Similar Opportunities
    Temperature Regulating Valve Repair (Applicable to the TH-1HHelicopter Program)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a firm-fixed-price contract to repair Temperature Regulating Valves (NSN 4820-00-931-2314GA) for the TH-1H Helicopter program. The contract encompasses a Basic Year and four one-year Ordering Periods, requiring the contractor to provide all necessary services, materials, and equipment for the repairs, which are critical for pilot training and combat search and rescue missions. The selected contractor must adhere to OEM specifications, maintain high-quality repair standards, and comply with various reporting and inventory management requirements, with the work to be performed at the contractor's facility in Warner Robins, Georgia. Interested parties should contact Teresa Smith at teresa.smith.16@us.af.mil or William D. Martin at william.martin.12@us.af.mil for further details.
    FD20302600008 - Remanufacture of KC-135 Valves & Pumps; NSN: 2915-01-452-5123RK, 2915-01-452-5126RK, 2915-01-527-8152RK, 2915-01-510-1161RK
    Dept Of Defense
    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.
    Repair of T-38C Ejection Seat Components
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to repair T-38C Ejection Seat Components under a Firm Fixed Price (FFP) Requirements contract. The procurement involves the repair of two specific items: the Automatic Deployment Unit and the Powered Inertia Reel Device, which are critical components for the T-38 aircraft. This contract will be awarded as a sole source to Martin Baker America due to proprietary data rights, with a total estimated quantity of 180 units to be repaired annually over a five-year period, including a basic one-year period and four option periods. Interested parties can direct inquiries to Kinser George at kinser.george@us.af.mil, with the solicitation and attachments expected to be posted no earlier than December 29, 2025.
    T-38 Egress Components (REMAN)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought Synopsis to identify potential sources for the procurement of egress components for the T-38 aircraft. The components required include the MPI Assembly Rocket Motor, B.T.R.U. Assembly, MPI Assembly D.D.U., Timer Assembly (Auto Backup), and Time Delay Unit, which are critical for the operational safety and functionality of the T-38C aircraft. This market research aims to determine if there are responsible sources capable of providing these components, with a focus on small businesses, including those that are 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned. Interested parties must respond by 3:00 PM on December 19, 2025, and can direct inquiries to Lauren Johnston at lauren.johnston.4@us.af.mil.
    16--VALVE ASSEMBLY,ENVI
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of 30 units of a Valve Assembly (NSN 7R-1660-015854984-P8, REF NR 396608-1). This contract requires that the items be commercial/nondevelopmental/off-the-shelf products, necessitating Government source approval or the ability to provide FAA-Certified parts with an FAA Form 8130-3 Airworthiness Approval Tag prior to contract award. The items are critical for aircraft air conditioning, heating, and pressurizing systems, and only sources previously approved or compliant with FAA requirements will be solicited. Interested parties must submit their proposals, including necessary documentation, by the specified deadline, and can contact Christian M. Markle at (215) 697-6679 or via email at CHRISTIAN.M.MARKLE.CIV@US.NAVY.MIL for further information.
    Diffuser, Engine Run, [WSDC: 42F] End Item: T-38 Aircraft, PR: 7011856601 NSN: 4920-005858959
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of a Diffuser, Engine Run, specifically for the T-38 Aircraft, under solicitation PR: 7011856601. The requirement includes a total quantity of 10 units of the specified National Stock Number (NSN) 4920-005858959, with a Government First Article Test (FAT) of one unit due 90 days after receipt of order, and a total production delivery schedule of 365 days after receipt of order. This procurement is critical for maintaining the operational readiness of the T-38 Aircraft, and the contract will be awarded based on a combination of price, past performance, and other evaluation factors. Interested small businesses must submit their proposals by January 22, 2026, and can contact Melinda Johnson at Melinda.Johnson@dla.mil or 804-279-1627 for further information.
    CONTROL VALVE,AIRCR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting offers for the procurement of control valves for aircraft, specifically under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. The procurement requires that all items be newly manufactured and FAA-certified, with a focus on critical safety items that necessitate compliance with specific quality assurance standards and government inspection protocols. These control valves are essential components in aircraft systems, ensuring operational safety and reliability. Interested vendors must submit their proposals electronically to Daniel MacDonald at DANIEL.MACDONALD@DLA.MIL, adhering to the guidelines outlined in the solicitation, with no drawings available for reference and a strict requirement for government-approved sources of supply.
    Remanufacture of the F-15 Pitch/Roll Channel Assemblies & Pitch Trim Controller
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of F-15 Pitch/Roll Channel Assemblies and Pitch Trim Controllers, with a focus on returning these components to like-new condition. The procurement involves comprehensive tasks such as disassembly, cleaning, inspection, maintenance, re-assembly, testing, and adherence to technical orders and OEM specifications, addressing challenges like obsolescence and requiring a robust Supply Chain Risk Management plan. This contract is critical for maintaining the operational integrity of the F-15 aircraft, ensuring that essential components function effectively in support of military operations. Interested contractors should contact Alan Tran at alan.tran.1@us.af.mil or Morgan Mcgarity at morgan.mcgarity@us.af.mil for further details, with the contract set aside for 8(a) sole source and performance expected in S Coffeyville, Oklahoma.
    16--VAVLE,HOT SIDE TEM, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of the Hot Side Temperature Valve (NSN: 1680-015873824) under a delivery order associated with Honeywell BOA N0038326GA801. The contractor will be responsible for returning the valve to a Ready for Issue (RFI) condition, adhering to specified repair turnaround times and quality standards, including compliance with ISO 9001/SAE AS9100. This procurement is critical for maintaining operational readiness of aircraft systems, and interested contractors should direct inquiries to Shannon K. Fitzgerald at SHANNON.K.FITZGERALD3.CIV@US.NAVY.MIL for further details and submission requirements.
    T-38 TRANSMITTER RATE OF, NSN: 6620-00-555-3991, PN: MILT26298
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of 78 units of the 'TRANSMITTER, RATE OF' under Solicitation Number SPRTA126R0102. This opportunity is specifically set aside for small businesses within the Other Aircraft Parts and Auxiliary Equipment Manufacturing sector, as defined by NAICS code 336413, and requires compliance with various federal acquisition regulations. The goods are critical for aircraft operations, ensuring accurate performance metrics, and must be delivered to DLA Distribution Depot Oklahoma by March 1, 2028. Interested parties should submit their proposals electronically by January 5, 2026, at 3:00 PM, and can contact Kevin Howe at kevin.howe.1@us.af.mil for further information.