FD20302600008 - Remanufacture of KC-135 Valves & Pumps; NSN: 2915-01-452-5123RK, 2915-01-452-5126RK, 2915-01-527-8152RK, 2915-01-510-1161RK
ID: FA811826R0006Type: Solicitation
Overview

Buyer

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

NAICS

Aircraft Engine and Engine Parts Manufacturing (336412)

PSC

ENGINE FUEL SYSTEM COMPONENTS, AIRCRAFT AND MISSILE PRIME MOVERS (2915)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the Commercial Asset Visibility Air Force (CAV AF) reporting requirements for Contract Depot Maintenance (CDM) contractors. It details contractor responsibilities for maintaining accurate asset records in CAV AF daily, including government-owned assets and those in Inventory Control Points. Key requirements include submitting System Authorization Access Requests (DD Form 2875) and completing annual DoD Information Assurance CyberAwareness Challenge training for at least two assigned reporters. The document specifies procedures for handling "Not-on-Contract" assets, discrepancy items, and National Stock Numbers (NSNs) identified as Nuclear Weapon Related Materiel (NWRM), emphasizing timely and accurate reporting. It also covers the proper usage of DD Form 1348-1A for receipt and shipping actions, particularly during CAV AF system downtime. Non-compliance with reporting accuracy and timeliness can lead to Program Management Reviews, with contact information provided for assistance and training at various Air Force bases.
    The Contract Data Requirements List (CDRL) FD20302600008 outlines reporting requirements for a KC135 Regulating float valve/submerged pump/pump contract. It mandates six data items: Commercial Asset Visibility (CAV) Reporting, Contract Depot Maintenance (CDM) Monthly Production Report, Government Property (GP) Inventory Report, Production Surge Plan, Report of Shipping (Item) and Packaging Discrepancy (SF-364), and a Technical Data Package (TDP). Key requirements include daily CAV AF reporting, monthly CDM production reports, annual GP inventory reports, a Production Surge Plan due 30 days post-award, and SF-364 submissions for shipping discrepancies. The TDP is due 18 months after contract award. All reports must be in English, and several have Distribution Statement D restrictions due to critical technology, requiring export control warnings and specific destruction notices. Submissions are primarily electronic, with specific email addresses for reports.
    The DI-MGMT-80441D Data Item Description (DID) outlines the requirements for the Government Property (GP) Inventory Report. This report enables contractors to periodically provide the Department of Defense (DoD) Service or Agency with an inventory of GP, encompassing both Government Furnished Property (GFP) and Contractor Acquired Property (CAP), held by the contractor and subcontractors under a given contract. Applicable to all contracts involving GP, this DID specifies the electronic .xls or .xlsx format and mandates specific content fields such as Contract Number, Asset Identification Numbers, Item Description, Manufacturer details, Quantity, Unit Acquisition Cost, Asset Location, and Type and Classification of Government Property.
    The provided file, likely part of federal government RFPs, federal grants, or state and local RFPs, consists solely of repeated source and download information. The content indicates that the document was downloaded from http://assist.dla.mil on 2020-08-20T18:47Z, with a recurring instruction to "Check the source to verify that this is the current version before use." The primary purpose of this file appears to be a metadata record or a placeholder, emphasizing the importance of verifying the document's currency with the original source. There is no substantive content regarding specific proposals, grants, or projects to summarize beyond this repeated disclaimer.
    The document, sourced from http://assist.dla.mil, serves as a verification prompt for users to check if they are utilizing the most current version of a file. The repeated message emphasizes the importance of verifying the source and date of download (2019-02-14T15:58Z) to ensure accuracy and relevance. This type of advisory is critical in government contexts, such as RFPs, federal grants, and state/local RFPs, where up-to-date information is paramount for compliance, decision-making, and successful project execution. The document's main purpose is to mitigate risks associated with using outdated information, thereby ensuring that all stakeholders are working with the most current and authoritative data available.
    The Commercial Asset Visibility (CAV) Report (DI-MGMT-81838) outlines the requirements for a web-based system designed to track government-owned reparable assets at contractor repair facilities. Its primary purpose is to provide an inventory management system for these assets within commercial repair cycles. The document details the format and content preparation instructions for data products generated by the CAV system, as delineated in specific contract requirements. Contractors are mandated to report various transactions and status changes via the World Wide Web, with input formats and methodologies defined in the Contract Statement of Work. Key reporting categories include asset receipt (on-contract, not on-contract, procurement, "A" condition, rotable pool, loaned), inductions, items awaiting parts, re-inductions, completions, shipments (including bulk and proof of shipment), beyond economic repair items, survey/scrap items, reversals, and reports of discrepancies. The system also supports printing various documents such as DD Form 1348s, material movement documents, CAV inventory labels, item action reports, repair history reports, condition code reports, awaiting parts reports, proof of shipment reports, and reports of discrepancies, along with performing item maintenance and managing carriers. This DID ensures standardized reporting for efficient tracking and management of government assets in commercial repair. It is crucial for federal government RFPs, federal grants, and state and local RFPs where asset visibility and contractor accountability are paramount.
    The Contract Depot Maintenance (CDM) Monthly Production Report (DI-PSSS-81995A) is a crucial data item description for federal government contracts involving depot-level maintenance. It mandates a monthly report from contractors to the government, detailing maintenance production figures, asset status and accountability, schedule performance, anticipated production, and unresolved problems. The report follows a standardized format (Table I) and includes information from both the Production Management Specialist (PMS) and the contractor. Key data points cover item identification, contract details, quantities of reparables received, on hand, inducted, awaiting parts, produced, serviceables on hand and shipped, condemned items, and a next-month production forecast. A Production Summary is required under specific conditions, such as unmet forecasts or anticipated production issues. This DID ensures transparency and oversight in government maintenance contracts, providing essential data for contract management and performance monitoring.
    DI-SESS-80776B defines the requirements for a Technical Data Package (TDP), an authoritative technical description essential for the acquisition, production, inspection, engineering, and logistics of an item. This document, superseding DI-SESS-80776A, outlines the format, content, and intended use of deliverable TDP elements. It mandates compliance with MIL-STD-31000B, Technical Data Packages, for various engineering design data types, including conceptual, developmental, product, and commercial. The TDP must also encompass specifications, software documentation, special inspection equipment, special tooling, special packaging instructions, and quality assurance provisions. Key content for product design data includes unique processes, performance ratings, dimensional data, critical manufacturing processes, quality assurance, and all necessary certifications and testing.
    This government solicitation, FA8118-26-R-0006, issued by the Department of the Air Force, outlines a Request for Proposal (RFP) for a five-year (three-year basic and two-year option) Firm Fixed Price Requirements Type Contract for aircraft engine and engine parts manufacturing, specifically fuel boost pumps for KC-135, E-3, E-6, and E-8 aircraft. The solicitation, issued on November 3, 2025, with offers due by December 18, 2025, at 1:00 PM, details various National Stock Numbers (NSNs) for different fuel boost pumps, their estimated quantities per year, and delivery requirements. Key requirements include compliance with ISO 9001-2015 and AS9100 quality assurance standards, IUID marking, and adherence to specific delivery schedules (e.g., 2 EA every 90 days for KC-135 pumps, 1 EA every 30 days for E-3/E-6/E-8 pumps). The document also covers terms for "Over and Above Work," which may be negotiated and fixed-priced later, and data requirements. It also highlights that obligations are in advance of Fiscal Year 2026 funding and details various contract clauses related to administration, inspection, acceptance, deliveries, and subcontractor requirements.
    The GFP Attachment outlines a federal government procurement request for various fuel system components, categorized into "Provisioned Item(s)" and "Requisitioned Item(s)." The provisioned items include Regulating Float Valves and submerged pumps, with quantities of 60 and 275 units, respectively, and delivery within 90 calendar days of award receipt. The requisitioned items consist of Pump Assemblies and additional submerged pumps, with quantities of 5 units each, to be delivered within 30 calendar days. All items are described with NSN, CAGE Code, Part Number, and Model Number, and are noted as "Use As-Is" and "Upgradable." The total acquisition cost for the provisioned items is $1,610,655.80 and for the requisitioned items is $235,653.25, totaling $1,846,309.05. This document details the specific hardware requirements for maintaining fuel flow and preventing vapor lock in aircraft systems.
    This government file outlines detailed packaging requirements for various items under purchase instrument number FD20302600008-00. A primary focus is on compliance with United Nations restrictions on Wood Packaging Material (WPM) to prevent the spread of invasive species. All WPM, including pallets, boxes, and crates, must be constructed from debarked, heat-treated wood (56 degrees Celsius/133 degrees Fahrenheit for 30 minutes) and certified by an ALSC-recognized agency, adhering to "International Standards for Phytosanitary Measures" (ISPM) No. 15. The document specifies packaging levels (e.g., "No Packaging Data Required" for items 2915DTH2500CE and 2915OAH25006B, and "MIL Long Line Packaging" for others). For military packaging, items must follow MIL-STD-2073-1 for packaging and MIL-STD-129 for shipping and storage markings. Additional markings for shipping containers may include unit serial numbers and OEM information as specified on the AFMC Form 158. The file also includes specific instructions for items with residual fuel and notes various PACRNs with their corresponding packaging requirements and coded data.
    The Department of the Air Force's 848th Supply Chain Management Group has established Justification for Qualification Requirements (JQR) for numerous managed items, specifically focusing on Commodity Critical Safety and Critical Application Items (RQR-848). This memorandum, dated June 27, 2024, documents the JQR's establishment, which expires on June 3, 2031, and was synopsized on sam.gov. The synopsis includes the JQR-RQR-848 (Final-Redacted), RQR-848, and the JQR-RQR-848 Master Item List. This memorandum serves as a placeholder within PRPS for QR activity on National Item Identification Number (NIIN) or Purchase Instrument Line Item (PILI) checklists, replacing individual JQR/QR uploads since the master documents are not tied to a single item or group of items on a Purchase Request.
    The document identifies key entities: Oklahoma, the U.S. Air Force, and City Packaging (ALC). It notes that City Packaging is "APPROVED," suggesting a relationship or status related to the U.S. Air Force, likely within the context of federal government RFPs, grants, or state/local RFPs. The concise nature of the document implies it may be an excerpt, an approval record, or a listing of a vendor in relation to government contracts, specifically for packaging services within Oklahoma for the U.S. Air Force.
    The document outlines the Statement of Work (SOW) for the remanufacture of KC-135 Fuel Pumps for the Department of the Air Force. It details general information, including definitions, pre-award survey, initial production evaluation, reporting, and quality program requirements. Key aspects cover special tools and test equipment, parts control, and technical order maintenance. The SOW specifies the scope of work, including disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing to return items to like-new condition. It addresses procedures for obsolete parts, over and above work, item identification, quality acceptance, and shipping. The document also lists applicable technical orders and other publications. Finally, it covers government property, consumable parts, and comprehensive supply chain risk management (SCRM), emphasizing continuity of operations (COOP), foreign influence, and cybersecurity measures.
    This document, FD20302600008-00, initiated on August 25, 2025, outlines transportation data and instructions for solicitations, focusing on F.O.B. Origin and Destination terms. It emphasizes contacting DCMA Transportation for shipping instructions on all "DCMA Administered" contracts, particularly for F.O.B. Origin, Foreign Military Sales (FMS), and F.O.B. Destination OCONUS/Export movements, via their SIR eTool System. Failure to comply may lead to additional vendor expenditures. The document details transportation funding information, including a Purchase Instrument Line LOA and First and Second Destination Transportation Account Codes. It lists six line items, all designated to ship to DLA Distribution Depot Oklahoma at Tinker AFB, with specific NSN/Pseudo NSNs and "Mark For: ACCT 09" instructions. The contact for transportation inquiries is Chiquita D. Cole from 406 SCMS / GULAA.
    Similar Opportunities
    Remanufacture of F-15 Butterfly Valve
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of F-15 Butterfly Valves under a total small business set-aside contract. This five-year firm fixed-price requirements contract includes a three-year basic period and a two-year option period, requiring contractors to restore the valves to a like-new condition through disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing. The valves are critical components for controlling cabin airflow in F-15 aircraft, emphasizing the importance of quality and compliance with stringent technical and safety standards. Proposals are due by December 15, 2025, and interested vendors should contact Cliff Morgan at clifford.morgan.8@us.af.mil or Amy Gil at amy.gil@us.af.mil for further information.
    New Manufacture: KC 135 Gate Valve; NSN 4810-00-713-3144RK
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of 78 new manufactured gate valves (NSN: 4810-00-713-3144 RK, P/N: 132215-3). This Request for Proposal (RFP) seeks firm fixed-price offers, with potential adjustments in quantity ranging from 39 to 117 units, and requires Unique Item Identification (UID) for all delivered items. These valves are critical components for various defense applications, emphasizing the importance of compliance with federal and defense acquisition regulations, including environmental standards and restrictions on foreign-made components. Interested contractors should direct inquiries to the contracting officer, Kevin Howe, at kevin.howe.1@us.af.mil, and are reminded that the solicitation was issued on December 4, 2025.
    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.
    SPE4A726R0200
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for a firm fixed-price contract to procure a quantity of 612 parts kits for valve overhaul, identified by NSN: 1660-004422007 and part number: 9776122-10. This procurement is a total small business set-aside, emphasizing the importance of supporting small enterprises in the defense supply chain. The delivery of the production units is expected within 395 days, with the FOB at destination and inspection and acceptance at origin. Interested vendors can access the solicitation on or around December 10, 2025, via the DLA Internet Bid Board System (DIBBS), and should direct inquiries to Xuan Thanh Phan at xuan.phan@dla.mil or Robert Winchester at robert.winchester@dla.mil.
    SPE4A723R0363 – 1650 – HOUSING, VALVE / AIRCRAFT, STRATOLIFTER C/KC-135
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking procurement for housing valves specifically designed for the Stratolifter C/KC-135 aircraft. This contract, identified as SPE4A723R0363, focuses on components classified under the PSC code 1650, which pertains to aircraft hydraulic, vacuum, and de-icing system components. These components are critical for the operational efficiency and safety of military aircraft. Interested vendors can reach out to Thuy Ho at Thuy.Ho@dla.mil or by phone at 804-279-6092, or Robert Winchester at robert.winchester@dla.mil or 804-279-6358 for further details regarding this opportunity.
    Overhaul of F-16 Check Valve NSN 4820-01-053-3375RK
    Buyer not available
    The Department of Defense, specifically the Air Force, is seeking potential sources for the overhaul of the F-16 Check Valve (NSN 4820-01-053-3375RK) as part of a Sources Sought notice. Interested contractors must demonstrate their capability to provide all necessary labor, materials, facilities, and equipment for the repair, testing, preservation, packaging, and supply chain management of this critical component. The procurement is vital for maintaining the operational safety and effectiveness of the F-16 platform, and potential sources are required to submit a Source Approval Request (SAR) package, which will be evaluated by the Engineering Support Activity. Interested parties should contact Morgan Mcgarity at morgan.mcgarity@us.af.mil for further details, and responses are due by the specified deadline.
    New Manufacture of Sleeve and Slide, Directional Control Linear Valve for the E-3B/C/G
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the new manufacture of a "Sleeve and Slide, Directional Control Linear Valve" (NSN: 4810-00-348-6335 HS). This procurement is anticipated to be a sole source award to Hydro-Aire, INC (CAGE: 81982), with an estimated quantity of 50 units required, and pricing to be provided for ranges of 13-50 and 51-75 units. The valves are critical components used in aircraft systems, ensuring proper directional control and functionality. Interested parties must submit their offers by January 8, 2025, at 3:00 PM CST, with delivery required by July 21, 2027, to DLA Distribution Depot Hill, Hill AFB, UT. For further inquiries, contact Alan Tran at alan.tran.1@us.af.mil or Morgan Mcgarity at morgan.mcgarity@us.af.mil.
    Noun_VALVE,GATE_Application_KC-135_NSN_4820-00-780-3195_Part_Number_10-2446-3
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking potential sources for the procurement of gate valves (NSN: 4820-00-780-3195, Part Number: 10-2446-3) specifically for the KC-135 aircraft platform. This Sources Sought Synopsis aims to gather market research to identify businesses, particularly small and veteran- or women-owned enterprises, capable of providing the necessary labor, materials, facilities, and logistical support for manufacturing these valves. The procurement is crucial for maintaining the operational readiness of the KC-135, a key component of the U.S. Air Force's aerial refueling capabilities. Interested parties are encouraged to respond with relevant business information and may need to submit a Source Approval Request (SAR) package for qualification, with all inquiries directed to the provided email address: 423scms.guea.workflow@us.af.mil. This notice does not constitute a request for proposal or a commitment to contract, and there is no funding allocated for responses.
    Repair of B-2 Fuel pumps
    Buyer not available
    The Department of Defense, through the Air Force's 423rd Supply Chain Management Squadron, is conducting market research to identify potential sources for the repair of specific fuel pumps associated with National Stock Numbers (NSNs): 2915-01-374-9764FW, 2915-01-380-1687FW, and 2915-01-363-5097FW. The objective is to assess whether the repair requirements can be fulfilled competitively or potentially set aside for small businesses, with considerations for breaking out the requirement by airframe. These fuel pumps are critical components for aircraft operations, necessitating reliable repair services that encompass labor, materials, testing, and logistics management. Interested contractors are encouraged to submit their capabilities and business information to Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil, as the government seeks responses from all business sizes, including small business classifications, by an unspecified deadline.
    16--VALVE, PRESSURE REG, 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 pressure regulation valves. The procurement aims to establish a firm fixed-price contract for the overhaul, repair, testing, and inspection of these critical components, ensuring they are returned to a Ready for Issue (RFI) condition in accordance with specified military standards. These valves are essential for maintaining operational readiness in various aircraft systems, highlighting their importance in defense operations. Interested contractors should direct inquiries to Sophia Noel at 215-697-4313 or via email at SOPHIA.J.NOEL.CIV@US.NAVY.MIL, with proposals expected to adhere to the outlined requirements and conditions.