F-15A-D and E model Pitch and Roll Channel
ID: NSN-1650014462029Type: Sources Sought
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

AIRCRAFT HYDRAULIC, VACUUM, AND DE-ICING SYSTEM COMPONENTS (1650)
Timeline
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 27, 2025, 8:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is seeking sources for the remanufacturing of F-15A-D and E model Pitch and Roll Channel Assemblies and the Pitch Trim Controller. The procurement aims to restore these components to a like-new condition through a comprehensive remanufacturing process that includes disassembly, cleaning, inspection, maintenance, reassembly, and testing, adhering to applicable technical orders. This initiative is critical for maintaining the operational readiness of the F-15 aircraft, ensuring compliance with federal regulations and quality standards. Interested vendors are encouraged to contact Alan Tran at alan.tran.1@us.af.mil or Morgan Mcgarity at morgan.mcgarity@us.af.mil for further details, as no funding is allocated for responses at this time.

Point(s) of Contact
Files
Title
Posted
Mar 27, 2025, 10:04 PM UTC
The document is a Contract Repair Screening Analysis Worksheet for a servomechanism (NSN: 1650014462029) used in the F-15 weapon system. It signifies the need for organized repair capabilities and details the latest repair costs, budget estimates, and forecasts. The form outlines that the item has a repair history, with contracts awarded primarily to Moog Inc. over the past five years. The worksheet confirms that organic repair capabilities are lacking, necessitating external sourcing. It highlights that special equipment and testing will be required for repair, although there is uncertainty regarding the availability of specific technical orders and specifications. Importantly, an engineer’s pre-contract qualification is mandated due to the item's complexity, and there is a stipulation for the repair capabilities being sourced and approved. The document emphasizes compliance with necessary government regulations and standards while documenting the responsible personnel involved in the analysis process. This analysis plays a critical role in preparing for potential RFPs or grants related to the item's repair and maintenance.
Mar 27, 2025, 10:04 PM UTC
The CONTRACT REPAIR SCREENING ANALYSIS WORKSHEET outlines the evaluation and repair planning for the F-15E aircraft servomechanism (NSN: 1650014460599). Initiated on January 2, 2025, the document highlights an annual repair budget of $148,397, with a forecast unit price significantly higher at $1,283,913.93. The analysis indicates that while organic repair capabilities are confirmed, specialized repair tools and equipment are required but not currently available. The equipment specialist, Paul P. Sapack, indicates the necessity for technical data and pre-contract qualification due to the item's complexity. There is dual sourcing for repairs through both organic and contract options, signifying a regulatory requirement for additional data on repair specifications. The worksheet emphasizes the critical nature of approval for source qualification, noting the potential sources, including Moog. This comprehensive assessment is essential for maintaining the operational readiness of the F-15E platform, ensuring compliance with federal regulations while addressing logistical and technical requirements related to military aircraft repair.
Mar 27, 2025, 10:04 PM UTC
The Contract Repair Screening Analysis Worksheet outlines the procedures and requirements for the repair of a linear valve associated with the F-15 weapon system. Form initiation occurred on January 2, 2025, indicating a repair quantity of 31 units with an estimated annual repair budget of $1,094,362. Notably, there is currently no organic repair capability for the item, which has not been previously contract repaired. Technical orders are required, and special tools are necessary, indicating the item's complexity. The worksheet mandates pre-contract qualifications and indicates that certain engineering data is necessary for the solicitation process. Approval for potential sources includes Moog and is noted as vital due to the complexity of the valve, requiring compliance with specified regulations. The document emphasizes the strategic planning involved in maintaining military equipment and highlights the importance of collaboration among engineers, supply planners, and screening technicians to ensure successful procurement and repair processes.
Mar 27, 2025, 10:04 PM UTC
The memorandum from the 848th Supply Chain Management Group of the Department of the Air Force outlines the Justification for Qualification Requirements (JQR) for specific managed items. This JQR is effective until June 3, 2031, and has been officially synopsized on sam.gov, providing necessary documentation for the approval processes. The memorandum confirms that this document will serve as a placeholder in the Purchase Request Processing System (PRPS) for qualification activity related to the National Item Identification Number (NIIN) or Purchase Instrument Line Item (PILI) checklist. The JQR encompasses the master documents not directly linked to individual items but relevant for a broader range of assets managed by the 848th. This initiative is critical for maintaining accountability and compliance in procurement, ensuring that necessary items meet strict qualification requirements to uphold safety and operational standards. The memorandum is officially signed by Sean Ferguson, indicating his role as the point of contact for the qualification requirements.
Mar 27, 2025, 10:04 PM UTC
The document is a repair data list for a servomechanism hydraulic component, identified by its National Stock Number (NSN) 1650014460599 and CAGE code 94697. It includes part number A71500-5 and dates back to December 1, 2016. The list provides references for two repair lines, along with a legend for various furnishing method codes indicating whether technical data is classified, stable, provided with contracts, or unavailable. Additionally, it specifies government rights and distribution details concerning the data. The purpose of this document aligns with federal procurement processes, likely aiding in the repair and maintenance of government equipment, highlighting the importance of accurate documentation in support of military and federal operations.
Mar 27, 2025, 10:04 PM UTC
This document outlines repair data for the servomechanism hydraulic part, identified by NSN 1650014462029 and CAGE code 94697. The data includes part number 010-63055-24, recorded on May 7, 2013. It presents essential information regarding the availability and rights to the repair data. A method code legend details the nature of the furnished data, indicating classifications such as classified documents, data provided with solicitation, stable base drawings, and vendor data. The entries specify whether the technical data is available, the government rights relating to its distribution, and any remarks necessary for understanding the context of the repair directives. This document serves to ensure appropriate data management and compliance within government procurement processes, specifically for entities engaging in repair and maintenance contracts under federal guidelines.
Mar 27, 2025, 10:04 PM UTC
The document serves as a Repair Data List for a specific valve, identified by part number A71504-6 and National Stock Number (NSN) 4810013963097HS. It details the status of repair data availability and classification for the component supplied by manufacturer CAGE Code 94697. The list indicates various attachments and documentation references, outlining how technical data is distributed under specific conditions, including whether data is classified or available upon request. The legend explains different data provision scenarios — from classified documents to vendor data, and partial availability. This repair data is pertinent for contract awards and the procurement process, emphasizing compliance with federal contracting and repair protocols. The document facilitates the systematic acquisition and utilization of technical data vital for effective maintenance and repair in federal operations.
Mar 27, 2025, 10:04 PM UTC
The Statement of Work (SOW) for PR Number FD2030-25-00855 delineates the remanufacturing needs for F-15A-D and E model Pitch and Roll Channel Assemblies and the Pitch Trim Controller. The document specifies the scope of work, including disassembly, cleaning, inspection, maintenance, reassembly, and testing to restore items to a like-new condition, following applicable technical orders (TOs). Key sections address definitions, pre-award survey requirements, production evaluation, quality programs, required tools, parts control, and supply chain risk management. The remanufacturing process mandates 100% replacement of specific consumable parts, documentation of all activities, and adherence to safety and health regulations. The contractor must establish a quality system, deliver defect-free end items, and maintain comprehensive records for audits. Furthermore, the contractor is responsible for identifying and mitigating supply chain risks, ensuring continuity of operations amid disruptions, and compliant cybersecurity practices. This SOW encapsulates the Air Force's commitment to sustaining operational integrity through meticulous remanufacturing processes, emphasizing the need for compliance with technical standards and quality assurance measures throughout the lifecycle of the projects.
Mar 27, 2025, 10:04 PM UTC
The U.S. Air Force is conducting a Sources Sought Synopsis (SSS) to identify potential sources for remanufacturing repair services for specific components associated with the F-15 aircraft. This initiative aims to gather information that could lead to a competitive procurement process, potentially allowing small businesses and various classifications, such as Service-Disabled Veteran-Owned and HUBZone businesses, to participate. The project is based at Tinker Air Force Base, Oklahoma, and involves components with assigned NSNs, detailing quantities required over a five-year period. Interested vendors must register for involvement by using an online platform, as no solicitation is available at this time. The Air Force emphasizes the need for vendors to be able to manage logistics, supply chain, and technical data accurately. Potential sources are also required to submit a Source Approval Request (SAR) to qualify for the service requirement specified. The document underscores that data collection from vendors is only for planning purposes, without any funding allocated for responses. The proper communication channels for inquiries and submissions are provided to facilitate the sourcing process while ensuring compliance with government protocols.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
REMANUFACTURE OF F15 SERVOCYLINDER NSN: 1650-01-008-7314
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of F-15 servocylinders, identified by NSN: 1650-01-008-7314. This procurement aims to support the maintenance and operational readiness of critical aircraft components, with a focus on ensuring compliance with military standards and quality assurance protocols. The contract will be structured as a firm-fixed-price, indefinite delivery indefinite quantity (IDIQ) agreement, with a five-year ordering period and quantities ranging from 5 to 40 units. Interested contractors should contact Aczavius Smith at aczavius.smith@us.af.mil or Morgan Mcgarity at morgan.mcgarity@us.af.mil for further details, with the contract award anticipated on March 1, 2024.
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.
Overhaul of F100-PW-229 No. 3 Bearing Air Seals
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking participation from interested vendors for the repair and remanufacture of parts related to the F100-PW-229 No. 3 Bearing Air Seals. This Sources Sought Synopsis aims to gather market research data to identify potential contractors, including small businesses, and assess their capabilities in labor, materials, and logistics for this project. The initiative is crucial for supporting Air Force sustainment operations at Tinker AFB, Oklahoma, although the official procurement process has not yet begun, and no funds are currently available. Interested parties are encouraged to submit their business details and inquiries to John Freeman at John.Freeman.16@us.af.mil.
Remanufacture of F100-220 6th-12th Stage Stators and 4th - 5th Stage Shrouds
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of F100-220 6th-12th Stage Stators and 4th-5th Stage Shrouds, critical components for aircraft engines. The procurement aims to restore these components to a like-new condition, adhering to strict quality control measures and compliance with ISO 9001 standards, while also addressing supply chain risk management and cybersecurity protocols. This initiative is vital for maintaining the operational readiness of military aircraft, ensuring that the Air Force can effectively support its missions. Interested contractors must submit their qualifications and proposals by the specified deadlines, and for inquiries, they can contact Jacob Stephens at jacob.stephens.5@us.af.mil or by phone at 405-739-5390.
Flat Panel Up Front Controller (FPUFC) - Request for Information
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources capable of repairing the Flat Panel Up Front Controller (FPUFC), identified by NSN 5895-01-530-1899FX and PN A05A0249-12. The government seeks contractors with the necessary repair data, expertise, and capabilities to meet the qualification requirements, as the original manufacturer, L-3 Aviation Products, is currently the sole source for these repair services. This opportunity is critical for maintaining operational readiness, as the FPUFC is essential for the F-15E aircraft, and the government does not own the technical data required for alternative repair methods. Interested parties must submit their capabilities documentation by April 21, 2025, and can direct inquiries to Trinity Choo at trinity.choo@us.af.mil, with additional contacts provided for support.
Re-manufacture of B-1B Electro-Mechanical Actuator
Buyer not available
The Department of Defense, through the Air Force Sustainment Center at Tinker AFB, is seeking contractors for the re-manufacture of the B-1B Electro-Mechanical Actuator, which is critical for operating valves that control the hydraulically operated speed brakes of the aircraft. The procurement involves comprehensive services including disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing to restore the actuators to like-new condition. This firm fixed price requirements contract is anticipated to last five years, comprising a three-year base period with two one-year options, and requires delivery of two units every 45 days, with an estimated quantity of eight units annually. Interested vendors must submit a Source Approval Request if unqualified, and technical data requests during the pre-solicitation phase should be directed to the provided email contacts. The solicitation is expected to be issued around April 17, 2025, with responses due by May 17, 2025; for further inquiries, contact Cliff Morgan or Matthew Tonay via their respective emails.
New Manufacture F-15 Pressure Transmitter
Buyer not available
The Defense Logistics Agency (DLA) is soliciting proposals for the manufacture of F-15 Pressure Transmitters, specifically part number 18-1880 and National Stock Number (NSN) 6685-01-143-3057HS. The procurement requires an initial quantity of 52 units, with pricing requested for varying quantities ranging from 13 to 78 units, and delivery is expected by January 27, 2027. These pressure transmitters are critical components used in the F-15 aircraft, ensuring operational reliability and safety. Interested vendors must submit their proposals by May 8, 2025, and can direct inquiries to Logan Hurtz at logan.hurtz@us.af.mil or by phone at 445-737-7620.
Lever, Remote Control - 3040012677735NZ
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the manufacture of the F100 Lever, Remote Control, which is essential for controlling internal components between a compressor case and outer fan duct. This procurement aims to support the United States Air Force by acquiring 50 units of this critical component, with specific requirements for origin inspection and acceptance, as well as compliance with defense standards and environmental considerations. Interested vendors must submit their quotations by May 5, 2025, and are advised to adhere to federal regulations regarding packaging and shipping, including compliance with military standards. For further inquiries, vendors can contact Alfreda Fuston at alfreda.fuston@us.af.mil or Andrea Greene at andrea.greene.2@us.af.mil.
F16_Aircraft_Noun_Trailing_Edge_NSN_1560_01_725_3383_PN_202312284-20
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to produce the Trailing Edge component for the F-16 Aircraft, identified by NSN 1560-01-725-3383. This procurement requires engineering source approval to ensure the quality and integrity of the part, as any deficiencies could significantly impact the aircraft's mission capabilities. The complexity of manufacturing this component necessitates precise tolerances and careful processing to meet stringent acceptance criteria, emphasizing the importance of vendor qualification prior to contract award. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil or by phone at 777-2211, with an estimated qualification cost of $4,000 and a completion timeline of 180 days.
F100-PW-220 Sprayring Manifold Assemblies
Buyer not available
The Department of Defense, specifically the U.S. Air Force, is seeking proposals for the overhaul of F100-PW-220 Sprayring Manifold Assemblies, with a focus on competitive pricing as the primary evaluation factor. This procurement is crucial for maintaining the operational readiness of aircraft engines, as these assemblies are integral components of the engine fuel system. The response deadline for proposals has been extended to April 30, 2025, and interested parties should direct inquiries to William Heckenkemper or Savannah Mincey via their respective emails. Compliance with the Statement of Work and accurate pricing submissions are essential for consideration in this contract opportunity.