Repair of F-15 Axial Piston Pump
ID: FD20302401962Type: Sources Sought
Overview

Buyer

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

NAICS

Aircraft Engine and Engine Parts Manufacturing (336412)
Timeline
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    F-15/F-16 Constant Speed Drive Consumable Repair Parts
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of consumable repair parts for the F-15 and F-16 aircraft, specifically focusing on Constant Speed Drive components. This acquisition is part of a requirements corporate contract and is intended to support the ongoing maintenance and operational readiness of these military aircraft, with items being sole sourced to Collins Aerospace. Interested suppliers must submit their proposals by December 17, 2025, with delivery expected within 300 days after receipt of order, and should direct inquiries to John Whaley at john.whaley@dla.mil or by phone at 804-279-5213.
    F-16 Motor Pump Sub Assembly NSN 1650-01-084-8397WF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotations for the procurement of 18 F-16 Motor Pump Subassemblies (NSN 1650-01-084-8397WF) intended for Foreign Military Sales to Israel. This solicitation, numbered FA8212-26-Q-0002, includes updated requirements for cybersecurity compliance, production, and delivery terms, emphasizing adherence to the Cybersecurity Maturity Model Certification (CMMC) Level 2 standards. The F-16 Motor Pump Subassembly is a critical component used in the aircraft's control systems, underscoring its importance in maintaining operational readiness. Interested contractors must submit their quotations by February 4, 2026, with a required delivery date set for July 30, 2027. For further inquiries, potential bidders can contact Leslie Evans at leslie.evans.1@us.af.mil or Brandon Moses at Brandon.moses.1@us.af.mil.
    FMS Repair of PUMP HOUSING
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for the repair of a PUMP HOUSING (NSN: 1610015358762, Part Number: 1006864-1) as part of its Foreign Military Sales (FMS) program. This solicitation outlines specific requirements for repair, quality assurance, packaging, and marking, ensuring compliance with federal acquisition regulations and best practices for overseas shipment. The successful contractor will play a crucial role in maintaining military equipment essential for defense operations. Interested parties should contact Dina Wojciechowski at dina.m.wojciechowski.civ@us.navy.mil or call 215-697-1219 for further details, as the solicitation emphasizes adherence to various contractual terms and conditions without a set-aside for small businesses.
    FMS Repair NIIN: 013707977 QTY: 1
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure a repair service for a rotary pump, specifically the National Stock Number (NSN) 7R 4320 013707977, on a sole source basis from Sikorsky. The procurement involves a total quantity of one unit and is classified under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. This repair service is critical for maintaining operational readiness and support for military aircraft systems. Interested parties are encouraged to submit their capability statements or proposals by email to Contract Specialist Taylor O’Connor at taylor.m.oconnor2.civ@us.navy.mil, with the solicitation expected to be issued around December 15, 2025, and responses due by January 14, 2026.
    B-1 Pump, Axial Pistons
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of 75 units of new manufacture axial piston pumps, specifically NSN 4320-01-148-0387. This unrestricted acquisition, outlined in solicitation SPRTA1-26-R-0097, requires compliance with ISO 9001-2015 standards, and contractors must provide pricing for various quantity ranges while suggesting Economic Purchase Quantities. The pumps are critical components in aircraft engine systems, emphasizing the importance of domestic sourcing and supply chain security. Proposals are due by December 26, 2025, at 3:00 PM, and interested parties can contact Lori Lumsden at lori.lumsden.1@us.af.mil for further information.
    AIRCRAFT EAGLE F-15, SCREW, ACTUATING, ACTUATOR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of the Aircraft Eagle F-15 Actuating Screw Actuator, identified by NSN 1560-00-298-8901. This opportunity involves an Indefinite Quantity Contract with a duration of five years, requiring an estimated annual quantity of 10 units, with a total delivery schedule of 365 days for production. The actuator is a critical component for the F-15 aircraft, and the procurement is classified as unrestricted, allowing all responsible sources to submit offers. Interested parties should submit their proposals to the provided fax number and can access the solicitation on the DLA Internet Bid Board System, with the issue date expected around November 22, 2026. For further inquiries, contact Jenier Mitchell at jenier.mitchell@dla.mil or by phone at 804-659-6388.
    FD20302600008 - Remanufacture of KC-135 Valves & Pumps; NSN: 2915-01-452-5123RK, 2915-01-452-5126RK, 2915-01-527-8152RK, 2915-01-510-1161RK
    Dept Of Defense
    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.
    Pump, Fuel, Metering
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of metering fuel pumps, specifically NSNs 2915-01-454-6663 and 2915-01-041-8639. The contract requires the delivery of a total of 196 units, with quantities ranging from 49 to 294 units, to be shipped to DLA Distribution Depot Oklahoma, with initial deliveries due by May 31, 2027. These pumps are critical components for the F-16 aircraft, ensuring efficient fuel supply to the engines. Interested vendors must submit their proposals by January 30, 2026, and can direct inquiries to Chrissy Turnage at christine.turnage@us.af.mil. The solicitation is available for download at www.sam.gov, and all proposals will be evaluated based on price and past performance factors.
    FMS Repair - NIIN 013474420 Solicitation
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is soliciting proposals for the repair of "PUMP UNIT, ROTARY" items, specifically those with National Stock Number 4320013474420 and part number 7591553P3. The procurement requires adherence to the contractor's repair and overhaul standard practices, compliance with MIL-STD-973 for design changes, and the use of mercury-free materials for items intended for submarines and surface ships. This repair service is critical for maintaining operational readiness and safety of naval vessels. Interested contractors must submit their quotations by December 17, 2025, and can direct inquiries to Taylor O'Connor at 215-698-2198 or via email at TAYLOR.M.OCONNOR2.CIV@US.NAVY.MIL.
    New Manufacture F15/Valve, Solenoid
    Dept Of Defense
    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.