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 standards and military specifications. This procurement is critical for maintaining the operational readiness of the B-52 fleet, ensuring that vital military equipment meets high performance and reliability standards. Proposals are due by March 10, 2025, and interested parties can contact Morgan Mcgarity at morgan.mcgarity@us.af.mil for further information.

    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 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
    Remanufacture of the Electro- Mechanical Actuator for B-2 Aircraft
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of five Electro-Mechanical Actuators for the B-2 Aircraft under a fixed-price contract. The procurement aims to restore these critical components to like-new condition, ensuring compliance with stringent technical and quality assurance requirements, including the use of approved parts and adherence to safety regulations. This opportunity is vital for maintaining the operational readiness of the B-2 fleet, reflecting the government's commitment to effective asset management and oversight. Interested vendors must submit their quotations by March 10, 2025, and can direct inquiries to Mayona Presley at mayona.presley@us.af.mil or Amy Gil at amy.gil@us.af.mil.
    PUSH-PULL CONTROL ASSEMBLY / 04F, B-52 STRATOFORTRESS AIRCRAFT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for the procurement of the Push-Pull Control Assembly for the B-52 Stratofortress aircraft. This procurement involves an indefinite quantity contract (IQC) for a base period of five years, with an estimated annual quantity of 68 units, and requires contractors to be certified by the DOD to access unclassified data. The solicitation will be issued as an unrestricted procurement, with delivery expected 210 days after the order date, and inspection and acceptance occurring at the origin. Interested parties can contact Gladys Brown at gladys.brown@dla.mil or 804-279-1561 for further information, and the solicitation is anticipated to be available on or about January 28, 2025, via the DLA Internet Bid Board System (DIBBS).
    Remanufacture of Electro-Mechanical Actuator NSN: 1680-01-289-2958RK PN: Y56A
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of B-1B Electro-Mechanical Actuators, identified by NSN 1680-01-289-2958RK and part number Y56A. This procurement involves a five-year firm-fixed price Requirements type contract, which includes a three-year basic ordering period and a two-year option, aimed at restoring the actuators to like-new condition while adhering to stringent quality standards and regulatory requirements. The actuators are critical components for aircraft rudder positioning, enhancing aviation safety and operational effectiveness. Interested small businesses are encouraged to submit proposals, with the contract award anticipated on May 7, 2024. For further inquiries, Matthew Churchwell can be contacted at matthew.churchwell.2@us.af.mil or by phone at 405-582-4184.
    Overhaul of B-1 Hydraulic Motors
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul of B-1 hydraulic motors under Solicitation FA8118-25-R-0025. This procurement involves a one-year firm fixed-price requirements contract, where the selected contractor will be responsible for disassembly, cleaning, inspection, reassembly, and testing of the hydraulic motors to restore them to a like-new condition. The overhaul is critical for maintaining operational readiness and ensuring the reliability of essential defense equipment. Proposals are due by March 3, 2025, at 3:00 PM, and interested parties should direct inquiries to Dessie Breslin at dessie.breslin@us.af.mil or Amy Gil at amy.gil@us.af.mil.
    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 the C-5 Visor Door Actuator under solicitation number FA8538-25-R-0003. This Request for Proposal (RFP) seeks qualified vendors to provide depot-level overhaul services for a critical component of the C-5 Galaxy cargo aircraft, with the contract structured as a Firm-Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) type, anticipated to span five years with two ordering periods and three option years. The selected contractor will play a vital role in maintaining operational readiness for the C-5 aircraft, which is expected to remain in service until its retirement in 2040. Interested parties must submit their proposals by 5:00 PM EST on March 22, 2025, and can direct inquiries to Caiveon Thomas at caiveon.thomas@us.af.mil or Deborah Manly at deborah.manly@us.af.mil.
    PLATE ASSEMBLY / 04F, B-52 STRATOFORTRESS AIRCRAFT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for the procurement of Plate Assembly components for the B-52 Stratofortress aircraft. This opportunity involves an indefinite quantity contract (IQC) for a base period of five years, with an estimated annual quantity of 464 units, requiring first article testing and specific delivery timelines. The components are critical for the aircraft's hydraulic, vacuum, and de-icing systems, underscoring their importance in maintaining operational readiness. Interested contractors must be certified to access unclassified data and register on the DLA Procurex platform to participate in the reverse auction process, with the solicitation expected to be issued around January 28, 2025. For further inquiries, contact Gladys Brown at gladys.brown@dla.mil or call 804-279-1561.
    B-2 Cylinder Assembly
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of B-2 Cylinder Assemblies, specifically designed to activate the main landing gear doors of aircraft. The solicitation requests a 20% reduction in cost and a 25% reduction in production lead time for a total quantity of eight units, which are made from aluminum/alloy materials. This procurement is critical for maintaining the operational readiness of military aircraft, with a delivery deadline set for August 12, 2025. Interested vendors should submit their capability statements or proposals to Dana Craun at dana.craun@us.af.mil or call 405-426-9405, as electronic procedures will be utilized for this solicitation.
    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.
    LONGERON / 04F, B-52 STRATOFORTRESS AIRCRAFT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking qualified small businesses to provide the LONGERON component for the B-52 Stratofortress aircraft. This procurement involves an indefinite quantity contract (IQC) for a base period of five years, with an estimated annual requirement of 56 units, and delivery is expected 365 days after the date of order. The LONGERON is a critical airframe structural component, and the solicitation will be issued as a total small business set-aside, emphasizing the importance of certified contractors who can access restricted data. Interested parties should contact Gladys Brown at gladys.brown@dla.mil or 804-279-1561, and the solicitation is anticipated to be available on or about January 28, 2025, via the DLA Internet Bid Board System (DIBBS).
    Repair of B-1B Rate of Flow Transmitter
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B-1B Rate of Flow Transmitter under solicitation number FA8117-25-R-0005. The procurement aims to secure comprehensive repair services, including inspections and data reporting, to ensure the operational readiness of this critical aircraft component, with a focus on quality control and compliance with military standards. This opportunity is open to various business types, including small and veteran-owned entities, and requires submissions by March 10, 2025. Interested contractors can reach out to primary contact Relijah Sherman at relijah.sherman@us.af.mil or secondary contact David Herrig at david.herrig.1@us.af.mil for further information.