Repair of T-38 Control Assembly
ID: FA811725R0016Type: 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 seeking proposals for the repair of T-38 Control Assemblies under Solicitation FA8117-25-R-0016. This procurement aims to establish a Sole Source contract with Pacific Electronics Enterprises Inc. for the repair services, which will include a Firm Fixed Price contract with a basic year and nine 1-year options, ensuring long-term support for the T-38 aircraft's operational capabilities. 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, by the submission deadline of May 19, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines packaging requirements associated with federal procurement under Purchase Instrument Number FD20302500278-00. It emphasizes compliance with United Nations regulations regarding wood packaging material (WPM) to prevent the introduction of invasive species, specifically focusing on the pinewood nematode. WPM includes various wooden items such as pallets and crates. The requirement mandates that all wooden packaging be constructed from debarked wood and subjected to heat treatment at specified temperatures to ensure safety. Additionally, the document specifies that military packaging standards (MIL-STD-2073-1 and MIL-STD-129) must be followed for packaging and marking. Shipping containers must carry appropriate markings as dictated by these standards, along with any supplemental identification like serial numbers or manufacturer details as necessary. The primary contact for packaging details is Richard R. Davis, a packaging specialist. This document serves as a critical guideline for contractors ensuring compliance with military and international standards in packaging and shipping practices, particularly those involving wooden materials.
    The document outlines transportation data related to solicitation FD20302500278-00 initiated on January 31, 2025. It specifies shipping instructions for contractors involved in Department of Defense (DOD) procurements, emphasizing the need to contact the Defense Contract Management Agency (DCMA) Transportation before any shipment. The document conveys that adherence to transportation provisions is crucial, particularly for F.O.B. (Freight on Board) terms, which include specific FAR citations. A detailed list of National Stock Numbers (NSN) and associated purchase instrument line item numbers is included, indicating various items to be shipped in accordance with designated instructions. The document also provides essential contact information for the responsible transportation officer, ensuring that vendors can seek assistance for shipping authorization and comply with regulations to avoid extra costs. Overall, it stresses the importance of following the outlined procedures to facilitate successful transportation of procurement items and mitigate any logistical challenges, thereby supporting the broader objectives of federal contracting and supply management.
    The document outlines the Contract Data Requirements List (CDRL) for the repair of the T-38 control assembly under proposal FA8117-25-R-0016. It includes several data item descriptions detailing required reports such as the Government Property Inventory Report, Production Surge Plan, and Counterfeit Prevention Plan. These reports must adhere to specified formats, submission frequencies, and content requirements, emphasizing the importance of Government Furnished Property (GFP) and Contractor Acquired Property (CAP). Key details include the submission of an annual GP Inventory Report to be provided within seven days at the end of each reporting period, ensuring data accuracy and compliance with government requirements. The Production Surge Plan outlines the contractor's capability to meet increased demands during emergencies, with a delivery schedule for sustaining operations. The Counterfeit Prevention Plan aims to mitigate risks arising from counterfeit components through rigorous procurement and monitoring procedures. Overall, the document signifies the Department of Defense's focus on accountability, transparency, and risk management in military contracting processes, ensuring that contractors maintain diligent records and respond effectively to any logistical challenges.
    The document outlines a federal Request for Proposal (RFP) for the repair and maintenance of T-38 Stability Augmentation Control Assemblies. Issued by the Department of the Air Force, this solicitation (FA8117-25-R-0016) invites bids for various services including repairs categorized as Firm Fixed Price, No Fault Found (NFF), and Beyond Economical Repair (BER). Key details include the NAICS code (336413), a solicitation issue date of April 18, 2025, and a submission deadline of May 19, 2025. The work requirements emphasize adherence to a comprehensive Performance Work Statement (PWS) and entail shipping procedures, quality assurance, and payment structures under the Wide Area Workflow system. The RFP highlights its unrestricted status, encouraging small and disadvantaged business participation. The contract duration includes base and option years, ensuring service continuity while maintaining rigorous inspection and acceptance standards at various stages of the process. The focus on thorough compliance with military and regulatory standards underscores the document’s strategic role in ensuring operational readiness and safety of aerospace equipment. This procurement initiative reflects the government's commitment to safeguarding the effectiveness of its aviation capabilities.
    This government file pertains to a Request for Proposal (RFP) for the repair of the T-38 Control Assembly, specifically under Solicitation Number FA811725R0016, dated April 15, 2025. The proposal seeks the acquisition of 80 control assemblies, classified as non-serialized items, with each unit priced at $18,496.00. The document provides specific details related to the item, including its National Stock Number (NSN: 661500754491), CAGE Code (98571), and part number (2-73900-13). The RFP is a critical component for ensuring the functional integrity of the T-38 aircraft’s operational systems, signaling a programmatic focus on military readiness and equipment maintenance. This solicitation outlines the procurement process to secure necessary components for repair, ensuring compliance with regulations and standards set for government contracts. Through this initiative, the government seeks qualified suppliers to efficiently fulfill these requirements.
    The document outlines the Performance Work Statement (PWS) for the repair of T-38 Control Assembly by the Department of the Air Force, emphasizing requirements for contractors. Key components include the definition of services, pre-award survey needs, production evaluation, quality control, supply chain management, and specific repair requirements. Contractors must demonstrate repair capabilities and compliance with various standards such as ISO 9001:2015. They are also required to have a foreign influence disclosure, identify obsolete components, and adhere to cybersecurity measures. The document details the processes for addressing supply chain risks, counterfeit parts prevention, and ensures quality acceptance through rigorous inspection protocols. Additionally, it mandates reporting requirements and the handling of government property while stipulating safety and health obligations. A production surge capability analysis plan is required for unexpected demand increases. This comprehensive overview emphasizes the Air Force's commitment to quality assurance and effective supply chain management while ensuring contractor accountability and compliance with safety standards.
    The document pertains to the collection of government solicitation materials including various federal requests for proposals (RFPs) and grants, as well as state and local RFPs. The main topics include guidelines for participating in these solicitations, outlining eligibility, proposal requirements, and evaluation criteria. Key elements emphasized are compliance with federal and state regulations, adherence to deadlines, and the supply of necessary documentation for submissions. Participants are urged to ensure clarity and completeness in their proposals to enhance the chances of funding or contract awards. The document likely serves as a crucial resource for entities seeking government contracts or funding opportunities, detailing actionable steps and essential considerations for potential grant applicants. Its structure includes a breakdown of requirements, supporting documentation needed, and deadlines critical for submission. Overall, it reflects the government's intent to streamline the procurement process while fostering transparency and competition among applicants.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Centrifuge and Packing Press repair and maintenance service
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is soliciting proposals for the repair and maintenance services of the T-38C ejection seat system's Centrifuge Test Set and Parachute Packing Press. This contract aims to ensure the operational readiness of critical equipment across six Air Education and Training Command stations, requiring on-site repairs, scheduled maintenance, and the provision of necessary repair parts. The contract will be executed as a Firm-Fixed Price and Cost Reimbursement-No Fee Indefinite Delivery Contract, with a base period of one year and four additional one-year options, emphasizing the importance of maintaining aircrew safety and training capabilities. Interested parties must submit their proposals by December 31, 2025, and direct inquiries to Mrs. Alexis Davis at alexis.davis.13@us.af.mil or Ms. Shemica Miller at shemica.miller@us.af.mil.
    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.
    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.
    F108 Stage 1 Fan Blade Repair 005-010 (please respond by 24 February 2025 at 4:00 PM CST)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the finishing repairs of the F-108/CFM 56-2A/B Stage 1 Fan Blade, with a focus on parts associated with NSN 2840-01-196-6053PN. The procurement will be executed through a Firm-Fixed-Price Blanket Purchase Agreement, and interested parties are encouraged to demonstrate their capabilities, experience, and qualifications related to the repair process by submitting documentation by February 24, 2025. This opportunity is critical for maintaining the operational readiness of aerospace components, and potential contractors must comply with established technical and quality assurance standards as outlined in the associated Repair Data List and Repair Qualification Requirements. For further inquiries, interested businesses can contact Jaqueline Hughes at jaqueline.hughes@us.af.mil or Bridgette Miles at bridgette.miles@us.af.mil.
    Repair of the Air Data Processor (ADP)
    Dept Of Defense
    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 Firm Fixed Price contract requires the provision of all necessary parts and labor to test and repair the ADP, which is critical for the operational capabilities of F-15 aircraft. The contract is a sole source requirement directed to Honeywell International, as they possess the unique technical data and expertise necessary for this specialized repair, with a total quantity of 50 units to be addressed. Proposals are due by January 6, 2026, at 4:00 PM EST, and interested parties can contact Madison Norris at madison.norris@us.af.mil for further information.
    16--TIP ASSEMBLY,LEFT, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for the Left Tip Assembly of the P-8 aircraft, specifically under the NSN 7R-1680-016938648-P8. The procurement is intended to be conducted on a sole source basis with The Boeing Company, the Original Equipment Manufacturer (OEM), as they are the only known source capable of providing the necessary repair support due to the lack of available drawings or data for this part. Interested parties are invited to submit capability statements or proposals within 45 days of the notice, with the solicitation expected to be issued on December 17, 2025, and a closing date of January 15, 2026. For further inquiries, interested organizations may contact Taylor M. Weidman at taylor.m.weidman2.civ@us.navy.mil.
    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.
    16--TIP,ASSEMBLY,LH, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for a left-hand assembly tip for the P-8 aircraft, specifically identified by NSN 7R-1680-016600068-P8. The procurement will be conducted on a sole source basis with The Boeing Company, the Original Equipment Manufacturer (OEM), as they are the only known source capable of providing the necessary repair support for this component. This opportunity is critical for maintaining the operational readiness of the P-8 aircraft, and interested parties are encouraged to submit their capability statements to the contracting officer, Taylor M. Weidman, at taylor.m.weidman2.civ@us.navy.mil, within 15 days of this notice. The solicitation is expected to be issued on December 17, 2025, with proposals due by January 15, 2025, and the anticipated award date is January 30, 2025.
    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
    Dept Of Defense
    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.
    Repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is issuing a solicitation for the repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW, under a firm-fixed price indefinite-delivery requirements contract. The procurement involves comprehensive repair services, including minor and major repairs, as well as handling units deemed Beyond Economically Repairable (BER) and Beyond Physical Repair (BPR). This equipment is critical for monitoring and controlling avionics systems in the B-2 aircraft, ensuring operational readiness and safety. Interested contractors must submit their proposals by January 8, 2026, and can direct inquiries to Morgan Wallar Larsen at morgan.wallarlarsen@us.af.mil or Lance Culver at jimmy.culver@us.af.mil.