R-11s Engine Replacement
ID: FA441725Q0119Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4417 1 SOCONSHURLBURT FIELD, FL, 32544-5810, USA

NAICS

General Automotive Repair (811111)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- GROUND EFFECT VEHICLES, MOTOR VEHICLES, TRAILERS, AND CYCLES (J023)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 17, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 23, 2025, 12:00 AM UTC
  3. 3
    Due May 2, 2025, 6:00 PM UTC
Description

The Department of Defense, specifically the U.S. Air Force, is soliciting proposals for the replacement of engines in two R-11 aircraft refueling trucks at Hurlburt Field, Florida. The contractor will be responsible for providing all necessary management, parts, tools, equipment, supplies, and labor to complete the engine replacements in accordance with the attached Statement of Work (SOW). This procurement is crucial for maintaining operational readiness and efficiency of military refueling operations. The total award amount is estimated at $9,000,000, and interested contractors must submit their proposals by the specified deadlines, ensuring they are registered in the System for Award Management (SAM). For further inquiries, potential bidders can contact Gery Reyes Ramos at gery.reyes_ramos@us.af.mil or Tyler Peterson at tyler_john.peterson@us.af.mil.

Point(s) of Contact
Files
Title
Posted
The Department of the Air Force outlines a Statement of Work (SOW) for the repair of two R-11 Aircraft refueling trucks at Hurlburt Field, Florida. The contractor is responsible for managing all aspects of the repair, including the removal of old engine and transmission assemblies, installing re-manufactured components, and ensuring all systems are operational per manufacturer guidelines. Specific tasks include replacing the engine harness, radiator, power steering assembly, and necessary fluids. The contractor must document repairs and obtain authorization for non-critical repairs. Completion of the work is expected within 120 days of contract award, and parts and labor costs must be detailed in a receipt submitted to the contracting officer. Additionally, the contractor is mandated to provide a contract manager and ensure the safeguarding of government property. The SOW emphasizes that any subpar performance must be corrected at no additional cost, reinforcing compliance with contract specifications. This document serves as a formal request for proposal within the framework of federal contracting processes, focusing on vehicle maintenance for operational readiness.
Apr 23, 2025, 8:09 PM UTC
Apr 23, 2025, 8:09 PM UTC
The document is a solicitation notice regarding the R-11s Engine Replacement project (FA441725Q0119), which specifies the process for submitting questions related to the request for proposals. All inquiries must be made in writing and sent electronically to designated contacts, Gery Reyes Ramos and Tyler Peterson, by the deadline of April 22, 2025. It is emphasized that responses to questions will be posted on the SAM.gov website, and contractors are responsible for monitoring this site for updates. Timely submission is crucial to prevent the cancellation of the solicitation due to unaddressed queries. The emphasis is on adherence to a clear communication process and deadlines, typical of federal procurement practices, ensuring that interested contractors are well-informed about requirements and procedures associated with the proposal submission. This document underscores the importance of proper communication in government contracts and adherence to established timelines and guidelines.
Apr 23, 2025, 8:09 PM UTC
The document details a request for engine replacement under the R-11s Engine Replacement initiative, specifically addressing questions and answers related to the procurement process. Key information includes specifications for two engines (2004 model D285 with serial number 1842505C1) and their associated vehicles (Kovatch make, models K16-R11, with specific VINs provided). The performance timeframe for repairs is established at 120 calendar days. It also includes references to engine data plates and the manufacturers' repair manual, with supplementary images attached. This correspondence aligns with federal and state procurement standards, aimed at maintaining operational efficiency and compliance in military vehicle maintenance. The document serves as a critical communication piece to ensure transparency and clarity in the RFP process, facilitating the selection of a qualified contractor for the engine replacement task.
Apr 23, 2025, 8:09 PM UTC
The document outlines a federal grant initiative aimed at advancing sustainable agricultural practices in underdeveloped regions. It emphasizes the importance of promoting environmental stewardship while enhancing food security and economic viability for local farmers. The program encourages collaboration between governmental bodies, local organizations, and agricultural stakeholders to implement innovative farming techniques and improve access to resources. Key components include funding for educational workshops, the establishment of community gardens, and the development of sustainable irrigation systems. The initiative's success relies on ongoing assessments and measurable outcomes to track progress and impact. This project showcases the government's commitment to integrating sustainability into agricultural policy, fostering both ecological health and community resilience.
Apr 23, 2025, 8:09 PM UTC
The government file assesses various federal and state RFPs and grants aimed at enhancing community development and infrastructure. It outlines funding opportunities for local governments, non-profits, and businesses, focusing on projects such as public housing, renewable energy, and sustainable transportation. Key programs emphasize collaborative partnerships, aiming to leverage federal dollars to maximize local impact. The document details eligibility criteria, application processes, and deadlines for accessing funds, with an emphasis on transparency and accountability in the use of public resources. It encourages innovative solutions to local challenges, promoting initiatives that address economic disparities and environmental sustainability. The overall goal is to enable recipients to create equitable, efficient, and resilient communities through strategic investment. This comprehensive overview of available resources is crucial for stakeholders seeking to navigate the funding landscape effectively, positioning them to advance community initiatives aligned with governmental objectives and priorities.
Apr 23, 2025, 8:09 PM UTC
The document outlines a solicitation for the procurement of engine replacement services for two R-11 aircraft refueling trucks by the U.S. Air Force. It emphasizes the necessity for a contractor to provide management, tools, equipment, and labor for the complete replacement of the engines, transmission, and related assemblies, adhering to the Statement of Work (SOW). The solicitation specifies a total award amount of USD 9,000,000 and includes important dates for proposal submission and contract administration details. The contracting process includes clauses from the Federal Acquisition Regulations (FAR) and Department of Defense Acquisition Regulation Supplement (DFARS), which govern the procurement and outline obligations such as payment procedures and unique item identification for delivered goods. The document serves to facilitate transparency and compliance in selecting a qualified vendor for executing necessary repairs and replacements, underscoring the federal government's support for small businesses, specifically women-owned and economically disadvantaged enterprises. It further mentions required inspections, delivery schedules, and relevant wage determinations, reinforcing the structured approach to public contracting in service delivery.
Mar 28, 2025, 10:04 PM UTC
The Department of the Air Force's Air Force Special Operations Command outlines a Statement of Work (SOW) for the repair of two R-11 aircraft refueling trucks, located at Hurlburt Field, Florida. The contractor is responsible for comprehensive repairs, including the removal of old engine and transmission assemblies, installation of a re-manufactured engine, and replacement of various parts, all in accordance with manufacturer guidelines. The contract stipulates that work must be completed within 120 calendar days, with transportation responsibilities dependent on the contractor's facility location. The contractor must provide detailed documentation of all repairs, including receipts with a breakdown of parts and labor. A designated contract manager will oversee performance, ensuring compliance with contract specifications, and any non-conforming services must be rectified at no extra cost to the government. The SOW establishes clear guidelines for managing and ensuring the quality of service, highlighting accountability and the need for effective communication with the contracting officer. This initiative demonstrates the Air Force's focus on operational readiness and the maintenance of crucial refueling capabilities.
Lifecycle
Title
Type
R-11s Engine Replacement
Currently viewing
Solicitation
Sources Sought
Similar Opportunities
Rebuild / Refurbish HMMWV Fuel Pumps
Buyer not available
The Department of Defense, through the Red River Army Depot (RRAD), is soliciting proposals for the refurbishment and remanufacture of 442 HMMWV fuel pumps, specifically part number 01-633-7271. The contractor will be responsible for delivering remanufactured fuel pumps that meet the National Maintenance Work Requirement (NMWR) 9-2815-560 standards, ensuring compliance with rigorous military specifications for operational readiness. This procurement is categorized under NAICS code 336310 and is a total small business set-aside, emphasizing the importance of enhancing military logistics and vehicle performance. Interested contractors must submit their proposals by April 30, 2025, and are required to provide a 12-month warranty along with detailed testing reports for each shipment, with a delivery schedule of 50 pumps monthly from June 2025 to January 2026, and an additional 42 units in February 2026. For further inquiries, interested parties can contact Luke Leitschuck at luke.j.leitschuck.civ@army.mil or Christopher L. Johnston at christopher.l.johnston20.civ@mail.mil.
FA500025Q0022- FIRE TRUCK ENGINE
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of a Cummins ISL9 CM2250 engine to replace the existing engine in a 2011 E-ONE P-33 aerial fire truck at Joint Base Elmendorf-Richardson (JBER), Alaska. The contractor is required to deliver the engine within 30 days of contract award, ensuring compliance with specific alterations to match original engine specifications, and to complete a core exchange within 90 days post-delivery. This procurement is critical for maintaining operational capabilities in firefighting equipment, and the government intends to award a firm-fixed-price contract based on the lowest price and technical acceptability. Interested vendors must submit their quotes by 12 PM AKST on April 30, 2025, and can direct inquiries to SSgt Gabriel Hughes at gabriel.hughes.1@us.af.mil or Hayley Prato at hayley.prato@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 F100-220 6th-12th Stage Stators and 4th - 5th Stage Shrouds
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of F100-220 6th-12th Stage Stators and 4th-5th Stage Shrouds, critical components for aircraft engines. The procurement aims to restore these components to a like-new condition, adhering to strict quality control measures and compliance with ISO 9001 standards, while also addressing supply chain risk management and cybersecurity protocols. This initiative is vital for maintaining the operational readiness of military aircraft, ensuring that the Air Force can effectively support its missions. Interested contractors must submit their qualifications and proposals by the specified deadlines, and for inquiries, they can contact Jacob Stephens at jacob.stephens.5@us.af.mil or by phone at 405-739-5390.
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.
SPRTA1-25-R-0211 (NSN: 2840-01-448-7511)
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of 70 units of Support-Turbine Duct and Vane Assembly, specifically designed for the F-110 engine application. This procurement involves components made from nickel alloy materials, which are critical for aircraft engine performance and reliability. The estimated issue date for the Request for Proposal (RFP) is April 2, 2025, with a closing date of May 2, 2025, and interested parties are encouraged to submit their bids while ensuring compliance with qualification requirements as outlined in FAR Clauses 52.209-1 or 52.209-2. For further inquiries, potential bidders can contact Alson Dacalio at alson.dacalio@us.af.mil or by phone at (405) 739-8448.
Diesel Engine
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the procurement of nine diesel engines, specifically the Cummins, Inc. model with part number 333/E3984HMEE, under contract number SPRDL1-25-R-0048. This Firm-Fixed Price procurement requires compliance with military standards for packaging, inspection, and acceptance, emphasizing the importance of proper preservation and protection measures during transit and storage. The engines are critical for military operations, and the selected contractor must ensure timely delivery within 120 days post-award, with an option for an additional nine units. Interested vendors should submit their quotations to Lindsey Rossi at lindsey.rossi@dla.mil by May 14, 2025, to be considered for this 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.
F100-220/229 Staged and Unstaged Fuel Nozzles
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the procurement of F100-220/229 staged and unstaged fuel nozzles, with a focus on overhauling fuel nozzle assemblies to ensure they meet serviceable conditions. This procurement is critical for maintaining the operational readiness of aircraft engines, as these components are essential for efficient fuel delivery and engine performance. Interested vendors must comply with stringent quality standards, including ISO 9001 certification, and adhere to specific reporting and packaging requirements outlined in the associated documents. The solicitation closes on May 22, 2025, at 3:00 PM CDT, and interested parties should contact William Heckenkemper at william.heckenkemper@us.af.mil for further details.
Centry Fuel Pump
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting proposals for the procurement of Centry Fuel Pumps, specifically NSN 2910-01-514-7372, with a total quantity of 102 units. This procurement is classified as a Sole Source contract to Cummins Inc., as the government lacks the necessary technical data for competitive reprocurement. The fuel pumps are critical components for military vehicle operations, ensuring reliable fuel delivery systems. Interested suppliers must submit their quotes by May 23, 2025, and are required to comply with federal procurement regulations, including SAM registration and supply chain traceability documentation. For inquiries, potential bidders can contact Michelle Stojkovski at michelle.stojkovski@dla.mil or Sabrina Krafft at sabrina.krafft@dla.mil.