Repair of F-15 LCS Pump NSN: 1650016214034RK
ID: FD20302401962Type: 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

AIRCRAFT HYDRAULIC, VACUUM, AND DE-ICING SYSTEM COMPONENTS (1650)
Timeline
  1. 1
    Posted Mar 14, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 14, 2025, 12:00 AM UTC
  3. 3
    Due May 14, 2025, 8:00 PM UTC
Description

The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of F-15 LCS Pumps, identified by NSN: 1650016214034RK. This procurement aims to establish a five-year contract, which includes a three-year basic period and a two-year option, focusing on ensuring the operational readiness of critical military equipment. The selected contractor will be responsible for adhering to stringent quality control measures, reporting requirements, and compliance with environmental regulations, with a proposal deadline set for May 14, 2025. Interested parties can reach out to Kacie Cram at Kacie.cram@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further inquiries regarding this opportunity.

Point(s) of Contact
Files
Title
Posted
Mar 14, 2025, 2:04 PM UTC
The CONTRACT DATA REQUIREMENTS LIST outlines specific reporting requirements for the maintenance and management of the F-15 Pump, Axial Pistons under contract number FD20302401962. It includes several data items that the contractor must submit, including: 1. **Commercial Asset Visibility (CAV) Reporting**: Requires daily electronic reporting of end item transactions within 24 hours post-maintenance/supply activity. 2. **Contract Depot Maintenance Monthly Production Report**: Mandates a monthly status report submission within five business days after each month-end detailing production status and inventory management. 3. **Government Property Inventory Report**: An annual inventory report due seven days after each contract option period, assessing the contractor's internal property control system. 4. **Production Surge Plan**: A Capability Analysis Plan establishing the contractor's capacity to meet surges in demand without increasing contract prices. Reports are to be submitted 30 days following contract award. These requirements are critical for ensuring accountability, timely reporting, and efficient management of government contracts and resources, reflecting the Department of Defense's emphasis on accurate asset visibility and inventory management.
Mar 14, 2025, 2:04 PM UTC
The Commercial Asset Visibility (CAV) Reporting, identified by DI-MGMT-81838, is a web-based system utilized for tracking government-owned reparable assets throughout their repair cycle. Its primary goal is to facilitate inventory management while assets are at commercial repair vendors. The CAV application allows contractors to report transactions in real-time, with an integrated database that enables access to repair data for status and activity reporting. This Data Item Description specifies the required format and content for data submission as per contractual obligations. Key reporting requirements include asset receipt, inductions, shipments, and various documentation outputs such as inventory labels and repair history reports. The document outlines the processes for asset management, emphasizing the structured reporting of changes and transactional events necessary for efficient repairs and asset tracking. The CAV system enhances transparency and accountability in managing government assets, making it a critical component of the federal asset management framework.
Mar 14, 2025, 2:04 PM UTC
The Contract Depot Maintenance (CDM) Monthly Production Report, identified by DI-PSSS-81995A, serves to provide the government with vital monthly data related to depot-level maintenance activities. This report encompasses maintenance production figures, the status and accountability of assets at the contractor's facility, schedule performance, production forecasts for the forthcoming month, and summaries of unresolved issues encountered during the reporting period. The report is structured to include multi-part data: Part I requires detailed information such as the Production Management Specialist's contact details, contractor information, contract specifics, and item identification. Part II, the Production Summary, is strictly included under specific conditions, highlighting any discrepancies or anticipated production issues. The document outlines a standardized reporting format essential for all depot-level maintenance contracts, streamlining communication between contractors and government agencies. The submission of these reports within ten business days after the reporting month ensures that the government remains apprised of production activities, enabling better oversight and management of defense-related logistical processes. Overall, this report fosters accountability and supports effective resource management within government contracts.
Mar 14, 2025, 2:04 PM UTC
The Government Property (GP) Inventory Report, identified as DI-MGMT-80441D, serves a critical function within the Department of Defense (DoD) contractual framework, requiring contractors to periodically submit an inventory of Government Property in their possession. This includes both Government Furnished Property (GFP) and Contractor Acquired Property (CAP). The report stipulates the format, which must be submitted in an electronic .xls or .xlsx format, and outlines mandatory content such as contract numbers, item descriptions, manufacturer details, asset location, and other necessary identifiers. This data item description applies to all relevant contracts involving either GFP or CAP and aims to enhance inventory management practices. The specified report structure ensures comprehensive tracking and accountability of government assets, supporting oversight and operational efficiency. By providing detailed information on the classification, condition, and specifications of properties, this report aligns with government procurement and management processes, facilitating effective resource allocation and compliance within defense contracts.
Mar 14, 2025, 2:04 PM UTC
The document pertains to a federal government source for procurement-related information, specifically from the Defense Logistics Agency (DLA). It emphasizes the importance of verifying the accuracy and currency of the information before use. The source URL provided directs users to assist.dla.mil, which is responsible for distributing specifications, standards, and other related documents crucial for government requests for proposals (RFPs), federal grants, and state and local RFPs. The document underscores the need for stakeholders engaged in government contracting to check for the latest version of documents to ensure compliance and proper adherence to operational standards. This focus reflects a continued effort to maintain effective communication and provide resources essential for successful procurement processes across various levels of government, ensuring that all parties are working with the most accurate and up-to-date information available.
Mar 14, 2025, 2:04 PM UTC
The document outlines a Request for Proposal (RFP) from the Department of the Air Force, specifically pertaining to the repair of F-15 LCS pumps. It describes a five-year contract framework that includes a three-year basic period and one two-year option. The RFP is categorized as unrestricted, encouraging participation from small business sectors, including women-owned and service-disabled veteran-owned businesses. Key points include the requirement for contractors to provide firm pricing for 120 days and outline their ability to meet specifications, as well as a mandate for a minimum score in the Supplier Performance Risk System (SPRS) of 110, with non-compliant bidders required to submit improvement plans. The proposal deadline is set for May 14, 2025. Furthermore, it details inspection protocols, contract administration considerations, acceptance criteria, and various clauses imperative for compliance with federal regulations. This RFP reflects the government’s emphasis on quality assurance in defense procurement operations while ensuring fair access for small businesses.
Mar 14, 2025, 2:04 PM UTC
The GFP Attachment document outlines a federal government requisition for a specific non-serialized item, identified as an LCS Pump. The primary purpose of the purchase is to provide cooling fluid to the radar tracking system, crucial for military operations or activities. The attachment specifies logistical details, including a contract award date of November 27, 2024, and a quantity of 240 units, priced on a per-item basis. The document includes technical identifiers, such as the National Stock Number (NSN) 165001621403, indicating standardized item classification for procurement and inventory management. Additionally, the attachment notes the CAGE Code and relevant part numbers, ensuring compliance and traceability within federal supply chains. Overall, this requisition reflects the government's ongoing efforts to maintain and enhance operational readiness through the acquisition of critical components for defense systems.
Mar 14, 2025, 2:04 PM UTC
This document outlines the packaging requirements for military items under Purchase Instrument Number FD20302401962-01, adhering to specified military and international standards. It emphasizes compliance with United Nations regulations on wood packaging material (WPM), particularly to prevent the introduction of invasive species such as the pinewood nematode. It stipulates that all wooden materials used in packaging must be constructed from debarked wood and heat-treated to prescribed temperatures to ensure pest control. Certification from an accredited agency is required. Moreover, the document specifies additional packaging instructions following MIL-STD-2073-1, and marking requirements in accordance with MIL-STD-129 for shipping containers. The packaging specialist listed is Aaron D. Mallory, who provides contact details for further inquiries. Overall, the document serves as a guide for vendors tasked with packaging military goods, ensuring materials are compliant with safety and environmental regulations while maintaining military standards.
Mar 14, 2025, 2:04 PM UTC
The document outlines the Performance Work Statement (PWS) for the Department of the Air Force's project concerning the repair of F-15 LCS Pumps. It defines key terms, including the roles of contracting officers and specific repair procedures. The contractor must conduct a Pre-Award Survey and Initial Production Evaluation, establish a quality control program, and comply with various reporting mandates. Requirements cover the use of special tools, inspection systems, and environmental regulations regarding ozone-depleting substances. The contractor is also responsible for ensuring the integrity of the supply chain and maintaining documentation for all work done. A strict delivery schedule is outlined, demanding that 100% of serviceable items arrive defect-free. The entire project emphasizes quality assurance through meticulous inspections and reporting. The document serves as a guide for contractors to meet government requirements, ensuring the proper functioning of the equipment and compliance with federal regulations. It outlines responsibilities for documentation and communication with the government, aiming to uphold standards and operational efficiency in defense contracting.
Jan 2, 2025, 2:05 PM UTC
The United States Air Force, through the Air Force Sustainment Center, is seeking a contractor for the repair and remanufacture of the F-15 LCS Pump. This entails disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing to restore the pump to a like-new condition. The contract is planned as a firm-fixed-price, indefinite delivery type for a duration of three base years, with an option for two additional years. The expected quantity is 48 pumps per year, with early delivery acceptable. Interested vendors must submit a Source Approval Request if they have not previously qualified. The acquisition will require the use of original equipment manufacturer (OEM) technical data for repairs, as the government does not possess the necessary data. Notably, this is a sole-source acquisition intended for Triumph Thermal Systems, LLC. The anticipated solicitation release is set for January 14, 2025, with a response deadline of February 28, 2025. The document underscores the strict compliance requirements and the absence of commercial item acquisition policies, urging interested parties to express their capabilities within 15 days. Moreover, the ombudsman is available for concerns regarding the acquisition process, reinforcing the importance of maintaining confidentiality during the proposal development phase.
Mar 14, 2025, 2:04 PM UTC
This government file outlines the transportation data associated with procurement and solicitation for military logistics. It specifies the purchase instrument number, the date of initiation (November 27, 2024), and relevant transportation provisions guided by Federal Acquisition Regulation (FAR) clauses. Key points include the requirement for contractors to verify that proposed carrier rates are competitive with those available to the government, with specific invoicing instructions to ensure reimbursement of shipping costs. The document identifies three line items, all shipping to the DLA Distribution Depot in Oklahoma, specifying addresses and contact information. Additionally, it includes funding details, such as transportation account codes related to the purchase. The evaluation of the proposal is conducted by Glenn A. Carter, with designated contact information for inquiries. This document serves a vital role in coordinating the movement of goods needed for defense purposes, ensuring compliance with regulations while promoting cost-effective logistics operations. Ensuring accurate transportation management aligns with the federal efforts to streamline procurement processes within military and governmental contexts.
Lifecycle
Title
Type
Solicitation
Presolicitation
Sources Sought
Similar Opportunities
F107 Lube & Scavenge Pump Repair
Buyer not available
The Department of Defense, through the Air Force Sustainment Center at Tinker AFB, is planning to procure repair services for the F107 Lube & Scavenge Pump, NSN: 4320-01-133-9882PV. The contractor will be responsible for providing all necessary labor, facilities, equipment, and materials to repair, test, and package the pump, which is critical for circulating lubricating oil in the F107 WR101 Turbofan engine. This procurement is expected to be a Firm Fixed Price, Indefinite Delivery Requirements contract with a one-year base period and four one-year options, with a projected award date around August 1, 2025. Interested parties should contact Shannon Reed or Brad Bonsall for further information, and the solicitation will be posted on SAM.gov with a response deadline of June 11, 2025.
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.
Repair of the KC-135 Multipoint Refueling System Fuel Pump
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking suppliers for the repair of the KC-135 Multipoint Refueling System Fuel Pump, with a focus on part number 586-1-27863-002 and NSN 2915999095850FL, at Tinker Air Force Base in Oklahoma. The procurement aims to gather market research data to identify potential contractors capable of providing repair and remanufacture services, with an estimated annual requirement of 14 units over five years, plus possible extensions. This initiative is critical for maintaining operational readiness and ensuring the reliability of essential equipment used by the Air Force. Interested vendors are encouraged to register and submit their company information to the primary contact, 424th SCMS, at 424.SCMS.AFMC.RFI.Responses@us.af.mil, or reach out to Rachel Moehle at genny.moehle@us.af.mil for technical inquiries. This opportunity is part of a strategic planning effort and does not guarantee contract awards or funding availability.
PISTON, HYDRAULIC FL
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of hydraulic pistons for the F-15 aircraft, identified by NSN: 1650-010040037. This opportunity involves an Indefinite Quantity Contract with an estimated maximum order quantity of 24 units over a five-year period, requiring delivery within 198 days after receipt of order. The hydraulic pistons are critical components for aircraft operations, emphasizing the importance of reliability and performance in military applications. Interested vendors must submit their proposals in writing by fax to (804) 279-4165, and the solicitation will be available on the DLA Internet Bid Board System starting April 25, 2025. For further inquiries, potential offerors can contact Cindy Hunt at (804) 971-7217 or via email at cindy.hunt@dla.mil.
HOUSING, PUMP / NSN 2915-01-208-0110 / F16 AIRCRAFT
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking to establish an Indefinite Quantity Contract (IQC) for the Housing, Pump (NSN 2915-01-208-0110) used in F16 aircraft. This procurement is critical as the item is classified as an Air Force Critical Safety Item, with an estimated annual quantity of 12 units over a five-year base period. The government intends to negotiate with Hydro-Aire Aerospace Corp. as the sole approved source, and any other interested contractors must submit a Source Approval Request (SAR) to be considered. Interested parties should note that the estimated solicitation issue date is May 1, 2025, and must be registered in the System for Award Management (sam.gov) to be eligible for award. For further inquiries, contact Chris Rose at CHRISTOPHER.ROSE@DLA.MIL or Jeremy Prince at Jeremy.Prince@dla.mil.
F100-PW-220 Sprayring Manifold Assemblies
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul of F100-PW-220 Sprayring Manifold Assemblies, with the aim of establishing a reliable source for these critical components to enhance operational capabilities for the USAF and its international allies. This procurement will be structured as a firm-fixed-price contract with ten subsequent ordering periods, where price will be the sole evaluated factor for award, favoring the lowest total evaluated price while ensuring compliance with specified requirements. The solicitation due date has been extended to May 30, 2025, and interested contractors are encouraged to adhere to the outlined administrative processes, including invoicing and reporting via the Wide Area Workflow (WAWF). For further inquiries, potential bidders can contact Savannah Mincey at savannah.mincey@us.af.mil or William Heckenkemper at william.heckenkemper@us.af.mil.
Manifold Assembly, Hydraulic
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of 15 units of Hydraulic Manifold Assembly, essential for the F-15 aircraft. This presolicitation notice indicates that the estimated issue date for the Request for Proposal (RFP SPRTA1-25-R-0297) is May 12, 2025, with a closing date of June 11, 2025, and requires delivery by March 30, 2026. The selected contractor will need to comply with UID requirements and is advised to contact the original equipment manufacturer for data rights, as the government does not own the necessary data for manufacturing. Interested parties should direct inquiries to Kristian Hollingshead at kristian.hollingshead.1@us.af.mil.
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.
Remanufacture of KC-135 Refueling and Submerged Pumps
Buyer not available
The Department of Defense, through the Air Force Sustainment Center at Tinker AFB, is seeking contractors for the remanufacture of KC-135 refueling and submerged pumps. The procurement involves a Firm Fixed Price Requirements type contract for multiple items, including a double-suction fuel transfer pump and additional components essential for fuel management in aircraft systems, with a total estimated quantity of 50 units per year for the primary item. These pumps play a critical role in ensuring the operational readiness and efficiency of the KC-135 aircraft, which is vital for aerial refueling missions. Interested parties should prepare to respond to the forthcoming solicitation, expected to be issued around May 11, 2025, and may direct inquiries to Amy Gil at amy.gil@us.af.mil or Dessie Breslin at dessie.breslin@us.af.mil for further information.
Repair of 18 units of NSN 7RE 1650 013513373, P/N 287800-1009, SERVOCYLINDER, F/A-18 for Foreign Military Sales for Kuwait.
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking proposals for the repair of 18 units of the F/A-18 servocylinder (NSN 7RE 1650 013513373, P/N 287800-1009) as part of Foreign Military Sales for Kuwait. The procurement aims to restore these hydraulic components to operational condition, requiring bidders to provide labor, materials, and parts while adhering to strict safety and inspection protocols. This initiative is critical for maintaining military readiness and operational efficiency, with a repair turnaround time of 186 days specified in the solicitation. Interested contractors must submit their proposals, including capability statements and relevant qualifications, to the designated contact, Jose F. Montes, at jose.f.montesmontiel.civ@us.navy.mil, within 45 days of the notice publication.