Remanufacture Upgrade of B-52 Stabilizer Trim Actuator
ID: FA8118-25-R-0015Type: 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

MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS (1680)
Timeline
    Description

    The Department of Defense, specifically the U.S. Air Force, is soliciting proposals for the remanufacture and upgrade of B-52 stabilizer trim actuators under solicitation FA8118-25-R-0015. Contractors are required to restore the actuators to a like-new condition, which includes complete disassembly, cleaning, inspection, and reassembly, while adhering to stringent quality assurance and technical specifications. This procurement is critical for maintaining the operational readiness of the B-52 fleet, ensuring that vital military equipment meets high performance standards. Proposals are due by April 10, 2025, at 3:00 PM CST, and interested vendors must submit a Source Approval Request if they have not previously participated in similar contracts. For further inquiries, contact Morgan Mcgarity at morgan.mcgarity@us.af.mil or Shirley V. Harmon at Shirley.Harmon.1@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The CAV AF Reporting Requirements document outlines the procedures and responsibilities for contractors involved in the Contract Depot Maintenance (CDM) of government-owned assets. It serves as the primary guidance for ensuring accurate reporting of asset conditions within the Commercial Asset Visibility Air Force (CAV AF) system. Contractors are mandated to maintain accurate asset records and complete daily reporting of maintenance actions to reflect physical inventory accurately. Key responsibilities include submitting access requests, completing cybersecurity training, and ensuring compliance with asset tracking, particularly for Nuclear Weapons-Related Materiel (NWRM). Contractors must use specified forms for reporting discrepancies and must comply with shipping instructions provided by the government. The document also details guidelines for handling “Not-on-Contract” items, proper documentation for shipping, and reporting protocols for discrepancies in transit. Upon contract expiration, contractors must conduct a thorough inventory and report any remaining assets for government disposition. This document is crucial in the context of government RFPs and grants, as it establishes clear protocols for accountability, traceability, and timely reporting of government assets, ensuring efficient management and oversight of public resources.
    The document outlines the Contract Data Requirements List (CDRL) for the B-52 program under Contract No. FD20302400006, detailing specific data items to be submitted by the contractor. It includes production surge plans, visibility reports for government-furnished materials, and monthly production reports. Each data item specifies its title, subtitle, authority, description of deliverables, frequency of submission, required reporting format, and addresses confidentiality and distribution statements. Key requirements include a Capability Analysis Plan for surge production capabilities and Commercial Asset Visibility reporting obligations, both expected to enhance inventory management and responsiveness to unexpected demand. Emphasis is placed on timely reporting and the necessity of adhering to the English language for documentation. The document indicates oversight from Tinker Air Force Base, detailing the responsibilities of coordinators and the necessity for electronic submissions. Overall, this CDRL serves as a framework for ensuring effective communication and operational preparedness in supporting the Air Force’s logistical and production needs.
    The document emphasizes the importance of verifying the current version of files obtained from the Defense Logistics Agency (DLA) at the provided online resource (assist.dla.mil). It serves as a reminder to users to ensure that they are utilizing the most updated and accurate documents for their projects. Maintaining current information is crucial in various government contexts such as federal requests for proposals (RFPs), grants, and other relevant state and local RFPs, showcasing the necessity for precise compliance and up-to-date regulatory practices. The brief nature of the document underscores a fundamental operational requirement for agencies and contractors engaged in government-related activities: to always validate the source material before any application or execution of related tasks, thereby ensuring adherence to regulatory standards and reducing the risk of errors from outdated information.
    The document outlines the Commercial Asset Visibility Air Force (CAV AF) system, crucial for reporting end item repair and Government Furnished Material (GFM) transactions associated with Contract Depot Maintenance (CDM) contracts. It provides a Data Item Description (DID) that specifies the formatting and content requirements for necessary reports. The CAV AF system, accessible via a web platform, is applicable to any depot-level repair contract, ensuring efficient oversight of military assets. Key transaction categories include End Items, such as receipts, shipments, and condemnations, as well as GFM requisitions, receipts, and shipping activities. The document emphasizes the importance of accurate data reporting, directing contractors to consult the CAV AF Users Guide for specific reporting formats and practices. This document serves as a critical resource for maintaining accountability and visibility over government assets, aiding in the effective management of military logistics and resource allocation.
    The Commercial Asset Visibility (CAV) Reporting Data Item Description outlines a web-based system for tracking Government-owned reparable assets during their repair cycle at contractor facilities. The system aims to enhance inventory management and provide real-time updates through online reporting. Key requirements include specific transaction types such as asset receipt, inductions, completions, and discrepancies, which contractors must report as per the Contract Statement of Work. Additionally, the document specifies the necessary formats for data input and the content of various reports generated through the CAV system. This clearly structured reporting framework is intended to streamline communication between the government and commercial vendors, ensuring accurate tracking and management of military assets throughout their repair and maintenance processes. The document reflects the government’s commitment to transparency and efficiency in asset management and compliance with federal RFP standards.
    The Contract Depot Maintenance (CDM) Monthly Production Report outlines the requirements for contractors involved in depot-level maintenance contracts. It serves to provide the government with essential monthly data including maintenance production figures, asset accountability, performance against schedules, and summary of unresolved issues. The report is structured into two main parts: Part I collects detailed information about the Production Management Specialist and contractor, as well as item identification and statistics regarding reparable items, serviceables, and miscellaneous shipments. Part II summarizes production forecasts or highlights discrepancies from expected production targets. This report aims to maintain transparency and accountability of contractor operations, ensuring that the government can monitor performance and address potential issues proactively. The required format and content provide a standardized methodology to facilitate effective reporting and facilitate oversight of maintenance contracts.
    The document outlines a Request for Proposal (RFP) issued by the United States Air Force for the remanufacture and upgrade of B-52 stabilizer trim actuators. The solicitation is designated FA8118-25-R-0015, with proposals due by March 10, 2025. The acquisition is open for all businesses, including small and service-disabled veteran-owned enterprises. The contractor must restore the actuators to a like-new condition, providing all necessary materials and labor, while following stringent inspection and quality assurance standards. Pricing is based on competitive offers, and full compliance with various procedural and technical specifications is mandatory. Contractors must submit a Source Approval Request if they are not previously qualified. The document enforces strict packaging, marking, and reporting guidelines per military standards. Payment and reporting will be handled through the Wide Area Workflow (WAWF) system. With significant emphasis placed on quality requirements and timely delivery, this highlights the Air Force’s commitment to maintaining its fleet while providing opportunities for various suppliers to participate in defense contracts.
    The document is an amendment to solicitation FA8118-25-R-0015 issued by the Department of the Air Force, specifically extending the offer submission deadline for a project related to the remanufacture and upgrade of B-52 stabilizer trim actuators. The new closing date is set for April 10, 2025, at 3:00 PM CST. The amendment emphasizes that all other terms and conditions remain unchanged. This contract is to be conducted under a firm-fixed-price model with specific quality assurance and reporting requirements, including compliance with FAR standards and submission of necessary documentation. A pre-award survey is required, and qualifications apply for interested vendors, necessitating submission of source approval requests for those not previously qualified. The document outlines additional stipulations for contractors concerning deliverables, inspection, payment protocols, and risk management strategies. The amendments put forth a structured process for acknowledgment of these changes and highlight the importance of complying with detailed reporting and quality standards throughout the project’s execution. This solicitation reflects the government’s efforts to maintain quality assurance and ensure contractor accountability in defense contracts, showcasing the critical nature of the task at hand for national security purposes.
    The document addresses an amendment to a solicitation for the remanufacture and upgrade of the B-52 Stabilizer Trim Actuator by the Air Force, specifically modifying quantities in the contract. The amendment decreases the quantity from 18 to 9 units for Contract Line Item Number (CLIN) 0001. The contract is a firm-fixed-price agreement and emphasizes that all other terms remain unchanged. Vendors interested in the contract must submit a Source Approval Request if they haven't participated previously. The contractor is responsible for comprehensive remanufacturing, including necessary packing, parts, and labor, aligning with specified technical requirements and quality assurance standards. Delays or issues in delivery require prior notifications to the contracting officer. Key data and reports associated with the contract will be required, which the government reserves discretion in awarding. Overall, the contract aims to ensure effective upgrading of vital defense equipment while promoting small business participation and adherence to strict regulatory standards. Compliance with numerous federal regulations and quality assurance directives is mandated throughout the contracting process.
    The document outlines strict packaging requirements related to military and international shipping, particularly concerning wood packaging materials (WPM) to prevent the spread of invasive species like the pinewood nematode. It emphasizes that all wood materials used for pallets and containers must be debarked and heat-treated to specific standards, adhering to guidelines provided by accredited agencies recognized by the American Lumber Standards Committee (ALSC). Any shipments made globally must comply with the International Standards for Phytosanitary Measures (ISPM) No. 15. Additionally, military-specific packaging and marking requirements are included, mandating adherence to MIL-STD-2073-1 for packaging and MIL-STD-129 for shipping and storage markings. Certain items listed do not require packaging data, suggesting flexibility in requirements based on the type of item. The packaging specialist, Sean R. Cox, is identified alongside his contact information, indicating a point of communication for inquiries. Overall, the document emphasizes the importance of compliance with established standards and regulations in military logistics and environmental protection.
    The government document outlines a Request for Proposals (RFP) aimed at enhancing community health and wellness programs across various states. It highlights objectives to address health disparities by funding innovative projects that improve access to healthcare services, promote preventative care, and support education initiatives. The RFP encourages collaboration between local governments, non-profits, and healthcare organizations, fostering a multifaceted approach to better health outcomes. Key requirements include a detailed project plan, budget, and evidence of previous successful collaborations. The document stresses the importance of measurable outcomes to evaluate the effectiveness of funded programs and emphasizes adherence to federal guidelines. The initiative represents a proactive stance by the government to invest in community health infrastructures, ultimately striving to reduce health inequities among underserved populations.
    The Statement of Work (SOW) outlines the requirements for the remanufacture and upgrade of the B-52 Stabilizer Trim Actuator for the U.S. Air Force. The contract mandates the complete disassembly, cleaning, inspection, and reassembly of the equipment to restore it to a like-new condition, ensuring compliance with technical orders and specifications. Key sections detail definitions, pre-award survey and initial production evaluation requirements, quality control measures, parts replacement protocols, and safety considerations. The document specifies a 100% replacement of consumable parts and highlights the importance of documenting all procedures and quality assurance processes. Additionally, it includes guidelines on how to report discrepancies, manage government property, and navigate parts sourcing, particularly in cases of obsolescence. Each remanufactured item must be legibly marked, and the contractor must maintain comprehensive records for traceability. The overarching purpose of this SOW is to ensure the reliability and performance of vital military equipment, demonstrating a commitment to quality and adherence to federal procurement processes. Through systematic evaluation and strict oversight, the Air Force aims to maintain high operational standards for its fleet.
    The document outlines transportation data relevant to solicitations for the federal procurement under purchase instrument number FD20302400006-00, initiated on July 31, 2024. It provides essential shipping instructions, stressing the importance of contacting the Defense Contract Management Agency (DCMA) before moving any freight to ensure regulatory compliance and to avoid additional costs. The document cites important transportation provisions such as F.O.B. (Free on Board) terms, specifically emphasizing the need for advance notice via the DCMA Shipment Instruction Request (SIR) eTool system. The transportation funds information is detailed, including various account codes, and includes specific item shipping information to various Department of Defense addresses, outlining the procedures for different item lines. It concludes with the identification of the contact person, Chiquita D. Cole from the 406 SCMS, providing contact details for further inquiries. This document serves as a guide for vendors involved in federal contracts, ensuring they adhere to the required procedures for transportation and logistics within government procurement settings.
    Lifecycle
    Title
    Type
    Similar Opportunities
    B-52 Explosive Rotary Actuator Remanufacture
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking potential sources for the remanufacture of the B-52 Explosive Rotary Actuator. This Sources Sought notice aims to gather information on the availability of responsible manufacturers, particularly small businesses, including those classified as 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned, to assess their capabilities in handling such projects. The B-52 Explosive Rotary Actuator is a critical component in defense operations, and the Air Force emphasizes the importance of fostering competition and supporting small businesses in this sector. Interested parties must respond by March 18, 2025, and can direct inquiries to Stephanie Martin at stephanie.martin.24@us.af.mil or Brian Goodrich at brian.goodrich.2@us.af.mil.
    B-52 Gearshaft, New Manufacture, NSN: 3040014359060FG, P/N: 9-25297-3
    Buyer not available
    The Department of Defense, through the Air Force Sustainment Center at Tinker AFB, is seeking qualified vendors for the manufacture of a gearshaft for the B-52 aircraft, identified by NSN: 3040014359060FG and P/N: 9-25297-3. The procurement involves a firm fixed price contract for a total of 16 units, with specific qualification requirements that necessitate interested vendors to submit a Source Approval Request (SAR) if they have not been previously qualified. This gearshaft is critical for maintaining the operational capabilities of the B-52 fleet, and the government plans to issue a request for quotation around May 1, 2025, with an estimated award date of May 17, 2025. Interested parties should direct inquiries to Contracting Officer Matthew Tonay at matthew.tonay.1@us.af.mil and ensure compliance with all solicitation requirements.
    B52 Bomb Bay Stands
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from qualified small businesses for the procurement of five B-52 Bomb Bay Stands, with the contract to be performed at Tinker Air Force Base in Oklahoma. The procurement requires adherence to a detailed Statement of Work (SOW) that encompasses construction, inspection, delivery, assembly, and installation, emphasizing safety and compliance with federal regulations. This opportunity is significant as it supports the operational readiness of the B-52 aircraft, a critical asset for national defense. Interested contractors must submit their proposals by March 24, 2025, and are encouraged to contact Linsey Laird or Jason Shirazi for further inquiries regarding the solicitation.
    B-52J Commercial Engine Replacement Program (CERP) Installation Kit Production and Interim Contractor Support
    Buyer not available
    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is conducting a market assessment for the B-52J Commercial Engine Replacement Program (CERP) Installation Kit Production and Interim Contractor Support. The procurement aims to identify potential sources capable of producing aircraft modification kits and providing interim contractor support for up to 76 B-52H aircraft over a five to eight-year period starting in FY28. This initiative is critical for integrating new engines and associated subsystems onto the B-52 aircraft, ensuring operational readiness and efficiency. Interested parties must submit their responses by March 27, 2025, to Ashley A. Brink at ashley.brink@us.af.mil, adhering to the specified guidelines and including relevant company information and capabilities.
    PANEL, STRUCTURE, AI
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of structural panels for the B-52 Stratofortress aircraft. The contract involves the delivery of 12 units of the specified panel, identified by NSN 1560-017073598, with a production timeline of 480 days. These components are critical for the aircraft's operational capabilities, and the procurement is classified as unrestricted, allowing for a wide range of suppliers to participate. Interested vendors must submit their proposals to Jenier Mitchell via email at jenier.mitchell@dla.mil, with the solicitation expected to be issued around March 22, 2025. Past performance will be evaluated as part of the selection process, and all submissions must comply with the solicitation requirements available on the DLA Internet Bid Board System.
    C-5 ACTUATOR, ELECTROMEC, NSN: 4810-00-400-0300RK, PN: 107797A100
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of 42 Electromec Actuators (NSN: 4810-00-400-0300RK) intended for use on C-5 aircraft. The procurement is critical for maintaining the operational capabilities of the C-5 fleet, as these actuators are essential components in the aircraft's systems. The Request for Proposal (RFP) was issued on February 28, 2025, with a submission deadline of March 28, 2025, and delivery is scheduled in six batch shipments starting June 25, 2026. Interested parties should direct inquiries to John Nolan at john.nolan.8@us.af.mil or call 405-855-3542, noting that the contract execution is contingent upon the availability of appropriated funds.
    C-5 Visor Door Actuator Overhaul
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul of C-5 Visor Door Actuators under solicitation number FA8538-25-R-0003. This procurement aims to repair and maintain electronic and precision equipment, with a focus on ensuring the operational integrity and safety of critical aircraft components. The contract will span multiple ordering periods of one to five years, emphasizing compliance with rigorous quality assurance practices and documentation requirements. Interested vendors, including small, women-owned, and veteran-owned businesses, must submit their proposals by May 8, 2024, and can direct inquiries to Caiveon Thomas at caiveon.thomas@us.af.mil.
    Remanufacture of B-1 Cylinder Assemblies (Bungees)
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the remanufacture of B-1 Cylinder Assemblies (bungees) under a total small business set-aside contract. The procurement aims to restore these critical components to a like-new condition, ensuring compliance with stringent quality assurance standards and production schedules, with deliveries required every 30 days after receipt of order. This contract is vital for maintaining the operational readiness of the B-1 aircraft, which plays a significant role in national defense. Interested small businesses must submit their proposals by March 27, 2025, and can direct inquiries to Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at Jaqueline.West@us.af.mil.
    FA822025RB004 F-4 Repair and Overhaul
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and overhaul of F-4 aircraft components under contract number FA822025RB004. This procurement aims to support Foreign Military Sales (FMS) countries by ensuring the maintenance and operational readiness of critical military assets through comprehensive repair services, including teardown, testing, evaluation, and acceptance of various components. The contract emphasizes compliance with federal acquisition regulations and includes specific requirements for Technical Data Packages (TDPs) and performance evaluations. Interested contractors must acknowledge receipt of amendments and submit their proposals by the extended deadline of March 21, 2025, at 1400 MST. For further inquiries, potential bidders can contact Danielle Stiff at danielle.stiff.1@us.af.mil or call 1-801-777-8416.
    C-5 Ballscrew Assembly
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a C-5 Ballscrew Assembly, identified by NSN 1620001486466 and part number B-15576B. This assembly is crucial for regulating and controlling the kneeling and un-kneeling of the main landing gear strut assembly, with a total quantity of 99 units required for delivery. The contract is set for delivery to Hill Air Force Base in Utah within 548 calendar days after receipt of the order. Interested vendors are encouraged to submit capability statements, proposals, or quotations to the primary contact, Nichole Fuit, at nichole.fuit.1@us.af.mil, or the secondary contact, Ms. Christina Witt, at christina.witt.2@us.af.mil, for consideration.