REMANUFACTURE OF F15 SERVOCYLINDER NSN: 1650-01-008-7314
ID: FD20302400009Type: 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
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) for PR Number FD20302400009, issued by the Department of the Air Force, outlines requirements for the remanufacture of F-15 servocylinders at Tinker Air Force Base. Key elements include definitions, pre-award survey requirements, initial production evaluation, quality assurance, and specific work instructions. The document details contractor responsibilities for disassembly, inspection, and reassembly, ensuring compliance with established technical orders. All consumable parts must be replaced 100%, and the contractor is responsible for sourcing materials and documenting traceability. A comprehensive supply chain risk management plan is mandated to address potential threats and vulnerabilities. The SOW also emphasizes safety, proper identification marking, and stringent reporting protocols for any incidents or deviations. The contract delivery schedule must be adhered to, with quality inspections conducted before shipment to ensure defect-free serviceable items are delivered. Overall, this document serves as a guide for contractors to ensure the reliability and maintainability of Air Force equipment through a structured remanufacturing process.
    This document outlines transportation data relevant to federal solicitations and contracts, specifically related to purchase instrument FD20302400009-00 initiated on January 29, 2025. It details shipping instructions for "DCMA Administered" contracts, emphasizing the necessity of contacting DCMA Transportation before any freight movement to ensure compliance with shipping regulations and avoid additional costs. The document includes specific freight classification descriptions and account codes pertinent to the transportation funding. It provides shipping addresses for various line items associated with the procurement and indicates the importance of following established military procedures for efficient freight handling. The primary goal of this document is to ensure proper logistics and regulatory adherence in the transportation of federal commodities, thereby facilitating smooth operational processes in government procurement activities.
    The document outlines packaging requirements for military shipments, specifically focusing on compliance with international phytosanitary standards to prevent the spread of invasive species like the pinewood nematode. It mandates that all wooden packing materials, including pallets and containers, be made from debarked wood and heat-treated to specific temperatures for a designated duration. Certification by an accredited agency recognized by the American Lumber Standards Committee is required. The document specifies that items must be packaged following military standards and must include proper shipping container markings as outlined in MIL-STD-129 and MIL-STD-2073-1. Detailed packaging specifications are provided for various items, ensuring adherence to military logistics protocols. Contact information for the responsible packaging specialist is also included. Overall, these guidelines aim to ensure safe and compliant transportation of military goods while minimizing environmental risks.
    The RQR-848 document outlines the Repair/Remanufacture Qualification Requirements for critical safety and application items managed by the Air Force Sustainment Center (AFSC). The primary goal is to ensure compliance with safety standards while evaluating potential sources for eligibility to repair or remanufacture specific items. This process requires submitting a Source Approval Request (SAR) package, demonstrating the ability to meet technical stipulations identified under federal regulations and guidelines. The document details the responsibilities of potential sources, including the submission of a complete SAR package and communication of significant changes affecting repair capabilities. It distinguishes between different categories of SAR submissions (Category I, II, and III) based on the repair history of items, emphasizing the necessity for qualified contractors to adhere to stringent quality assurance standards. Essential components of the SAR document include certifications, quality assurance documentation, technical data, and repair processes, along with requirements for the utilization of proprietary data. The outcome of the SAR evaluation determines the eligibility of potential sources to participate in federal contracts, thereby influencing their engagement with government procurement processes. This regulatory framework shows the importance of meticulous standards and compliance protocols in military supply chain management.
    The document outlines the reporting requirements and responsibilities for contractors involved in the Commercial Asset Visibility Air Force (CAV AF) system. The CAV AF serves as the central record-keeping system for the status of government-owned assets at contractor repair facilities, including daily status updates for assets, inventory control, and compliance with asset management protocols. Contractors must ensure accurate and timely reporting within 24 hours of maintenance actions, utilizing designated access requests and training on information assurance. Key responsibilities include maintaining accurate asset records, handling "Not-on-Contract" discrepancies, and adhering to specific transactional reporting procedures. Contractors must utilize official documentation, such as the DD Form 1348-1A, for reporting shipments. Any discrepancies in shipment, including misidentification or quantity variations, must be reported through established procedures within set time frames. Final inventory checks upon contract expiration and compliance monitoring are emphasized, with a focus on accurate data reporting to prevent systemic issues in government inventory management. The document serves as a comprehensive guideline for contractors engaged with the CAV AF system to ensure accountability, compliance, and operational efficiency in managing government assets.
    The Contract Repair Screening Analysis Worksheet addresses the servicing of servocylinders (NSN: 1650010087314) used in the F-15 weapon system. Initiated on August 10, 2023, the form outlines critical maintenance details, including an annual repair quantity of 40 and an estimated cost of $52,000 per unit, totaling an annual budget value of $2,080,000. It confirms that while organic repair capabilities are absent, the part has been contracted for repair in the past through Moog Inc. over the last five years. The analysis indicates the need for technical orders and special tools for repair, but states that government-furnished material is not required. The document specifies the requirement for pre-contract qualification due to the complexity of the item. Furthermore, it highlights that the item cannot be commercially overhauled or repaired under FAR Part 12. The approvals and coordination among various personnel—including the equipment specialist and engineers—emphasize the need for meticulous documentation and procedural adherence in maintaining military equipment. Ultimately, this worksheet serves as a vital tool in assessing the repair needs and logistics for ensuring the operational readiness of key military components.
    The Government Property (GP) Inventory Report (DI-MGMT-80441D) is a required data item enabling contractors to provide the Department of Defense (DoD) with an inventory of Government Furnished Property (GFP) and Contractor Acquired Property (CAP). This report format is applicable to any contract involving GP supplied by the Government or obtained by the contractor during contract performance. It outlines the necessary format and content, which includes various data fields such as Contract Number, Asset Identification Numbers, Item Descriptions, Manufacturer Details, Quantity, and Asset Location. The report must be submitted electronically in .xls or .xlsx format. This document supersedes the previous version DI-MGMT-80441C and is essential for tracking and managing government property within contracts. The GP Inventory Report is crucial for ensuring accountability and effective resource management in federal contracts.
    The Commercial Asset Visibility (CAV) Reporting Data Item Description (DI-MGMT-81838) outlines a web-based system designed to automate the tracking of government-owned reparable assets at contractor repair facilities. The primary function of the CAV application is to streamline inventory management for these assets, providing real-time updates as transactions occur. It specifies the format and content requirements for contractor reporting, which includes multiple transaction types such as asset receipts, inductions, completions, and shipments. Furthermore, the document emphasizes the need for various printouts and maintenance actions integral to the reporting process. Overall, the CAV Reporting system helps enhance asset visibility and accountability, critical elements for government procurement and repair processes.
    The CONTRACT DEPOT MAINTENANCE (CDM) MONTHLY PRODUCTION REPORT outlines necessary reporting standards for depot level maintenance contracts. It serves to supply the government with crucial monthly production figures, tracking asset status and performance metrics while forecasting future production and highlighting unresolved issues. The report is structured to capture detailed site-specific data, requiring contributions from Production Management Specialists and contractors. It includes various data blocks that cover essential information such as contractor identification, item details, repair quantities, asset status, and production summaries. Notably, if there are discrepancies in the production forecast, a dedicated summary should be provided. This document aims to standardize reporting processes and enhance accountability in maintenance contracts, ensuring that the government can effectively monitor contractor performance and asset management. The CDM report supports transparency and informs strategic decision-making regarding maintenance operations within defense-related contracts.
    The document pertains to a government Request for Proposal (RFP) FA8118-25-R-0034, issued by the Department of the Air Force for a firm-fixed-price, indefinite delivery indefinite quantity (IDIQ) contract focusing on the remanufacture of F-15 servocylinders. It outlines the acquisition details, including eligibility criteria for contractors, which include small business designations and requirements for qualifications and technical data requests. Key details include a five-year ordering period, quantities ranging from 5 to 40 units, and stipulations for over and above work, which covers tasks outside the basic scope of the contract. The document emphasizes compliance with various military standards, quality assurance requirements, and the importance of proper packaging and marking of items to be supplied. It also establishes protocols for inspection, acceptance, and invoicing using the Wide Area Workflow system. The overarching purpose of the document is to solicit proposals from qualified contractors to support the military in maintaining and refurbishing critical aircraft components, thereby ensuring operational readiness. This RFP exemplifies the federal government's structured approach to procure specialized services while fostering small business participation.
    The government file details a procurement request for a servocylinder, which includes components made of aluminum, steel, electrical wiring, rubber, and Teflon. The request identifies a unique pre-stage identifier (1008596) and specifies a contract award date of March 1, 2024. The requisitioned item is categorized as a non-serialized item, with a total quantity of five units to be acquired, each for a stated price. Delivery logistics and timelines have been highlighted, although specific notes regarding delivery were not provided. The file serves as part of federal government RFPs and includes standard procurement procedures aimed at acquiring necessary equipment for government operations. Overall, the document encapsulates vital details regarding the intended acquisition, aiming to streamline government procurement processes efficiently.
    The memorandum issued by the 848th Supply Chain Management Group at Tinker Air Force Base outlines the establishment of Qualification Requirements (QR) for numerous managed items designated as Commodity Critical Safety and Critical Application Items. This QR is set to expire on a specified date in June and has been announced in a prior synopsis. The document functions as a placeholder within the Purchase Request Processing System (PRPS) for related National Item Identification Numbers (NIINs) or Purchase Instrument Line Item (PILI) checklists. It replaces the traditional Justification for Qualification Requirements/Qualification Requirements (JQR/QR) form, as the master documents do not apply to individual items but rather to comprehensive groups managed under specific purchase requests. Overall, the memorandum emphasizes the importance of establishing standards for items critical to safety and application within military supply chains, ensuring compliance and adherence to qualification protocols.
    The document outlines a repair data list for a servocylinder, identified by NSN 1650010087314, with a part number of 010-63089-9, dated 09 August 2023. It includes various entries related to components from the manufacturer coded 94697, detailing specific titles such as "Pitch and Roll Channel Assembly" and "PRCA IPB." The list categorizes accompanying documents by their method codes, indicating the nature of the data available, which includes classified, government documents, and vendor data. The content highlights the need for certain technical data, with distinctions made between documents furnished with solicitations or contract awards and those available upon request. The structured format ensures clarity in accessing required repair data related to government procurement needs, emphasizing compliance and documentation standards crucial in federal and state contracting environments, particularly for military or defense applications. This document serves to facilitate the repair and maintenance of specific military components by ensuring the proper data is readily available to contractors and maintenance units.
    The Statement of Work (SOW) document for the Department of the Air Force outlines the requirements for the remanufacture of F-15 Serovcylinder components at Tinker Air Force Base. It establishes the scope of work, which includes disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing, to restore the specified end items to "like-new" condition. Key sections address definitions, pre-award survey and initial production evaluation processes, quality control requirements, and supply chain risk management. Specific details include mandatory reporting, contractor responsibilities for replacement of consumable parts, and adherence to technical orders. The document specifies that the contractor must maintain compliance with safety and health regulations while also addressing potential risks related to foreign influence and cybersecurity. It emphasizes the need for rigorous documentation, a defined delivery schedule, and the establishment of a parts control program to ensure traceability of components. This SOW represents critical operational procedures for supporting the Air Force's objectives through effective contractor engagement and management in remanufacturing, reflecting standard practices for government Request for Proposals (RFPs) and grants.
    The Department of the Air Force is conducting a Sources Sought Notice to gather information from potential contractors capable of remanufacturing and repairing F-15 servocylinders at Tinker Air Force Base, Oklahoma. This notice is part of market research to identify competitive sources, including small and disadvantaged businesses, with the aim of shaping the acquisition strategy for the specified requirements. Interested vendors are advised to express their interest by selecting the relevant option and providing essential company details without expectation of immediate contract award. The announcement clarifies that it is purely for informational purposes, with no solicitation available, and no funding allocated for requested information. Specific requirements include the capability to manage supply chain logistics, repair work, and delivery of units in 'like new' condition. Contractors need to consult the attached Repair Data List for technical information and submit their Source Approval Requests electronically via the designated channels. The notice emphasizes inclusivity in sourcing by inviting responses from all business types and underlines the significance of adhering to qualification requirements established by the Air Force.
    Lifecycle
    Similar Opportunities
    Remanufacture B-1 Horizontal Stabilizer Servo-Cylinder
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for a five-year firm-fixed-price requirements contract to remanufacture B-1 Horizontal Stabilizer Servo-Cylinders. This procurement involves restoring various models of servo-cylinders, which are critical components for aircraft flight control surfaces, to a like-new condition, requiring compliance with ISO 9001-2015 standards and a minimum Supplier Performance Risk System (SPRS) assessment score of 110. Proposals are due by January 15, 2026, at 1:00 PM, and payment will be contingent upon the availability of appropriated funds. Interested vendors should contact Dessie Breslin at dessie.breslin@us.af.mil or Amy Gil at amy.gil@us.af.mil for further details.
    Servocyclinder
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is preparing to issue a Request for Proposal (RFP) for the procurement of servocylinders specifically for the F110 system. The RFP is expected to be released on February 14, 2025, with a closing date of March 17, 2025, and it will require the delivery of four units by February 16, 2027, to the designated destination DGRQ00. This procurement is vital for maintaining operational readiness in military applications utilizing the F110 system, and while there are qualification requirements, it is not classified as a critical safety item. Interested parties can reach out to David Todd Isaac at david.isaac.4@us.af.mil or call 405-855-3000 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.
    Rod, Piston, Linear Actuating Cylinder
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is seeking quotations for the procurement of five units of "Rod, Piston, Linear Actuating Cylinder" (NSN: 1650-00-303-5607 HS) specifically for F-15 stab actuators. This procurement is not set aside for small businesses and requires compliance with ISO 9001-2015 standards, Item Unique Identification (IUID), and electronic payment submissions via Wide Area WorkFlow (WAWF). The goods are critical components for aircraft hydraulic systems, ensuring operational efficiency and safety. Quotations are due by December 15, 2025, with a required delivery date of August 22, 2028. Interested parties can contact Artemio Herrera at artemio.herrera@us.af.mil or by phone at 405-855-3529 for further information.
    Remanufacture of the F-15 Pitch/Roll Channel Assemblies & Pitch Trim Controller
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of F-15 Pitch/Roll Channel Assemblies and Pitch Trim Controllers, with a focus on returning these components to like-new condition. The procurement involves comprehensive tasks such as disassembly, cleaning, inspection, maintenance, re-assembly, testing, and adherence to technical orders and OEM specifications, addressing challenges like obsolescence and requiring a robust Supply Chain Risk Management plan. This contract is critical for maintaining the operational integrity of the F-15 aircraft, ensuring that essential components function effectively in support of military operations. Interested contractors should contact Alan Tran at alan.tran.1@us.af.mil or Morgan Mcgarity at morgan.mcgarity@us.af.mil for further details, with the contract set aside for 8(a) sole source and performance expected in S Coffeyville, Oklahoma.
    FD2030-25-01565
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking suppliers for specific airframe structural components under the contract titled FD2030-25-01565. The procurement involves two National Stock Numbers (NSNs): 1560-01-522-0552FG and 1560-01-522-1614FG, with associated top drawings and revisions dated April 11, 2025, and February 21, 2023, respectively. These components are critical for the maintenance and operation of military aircraft, ensuring their reliability and performance. Interested vendors should refer to the solicitation information for further details and contact Ronald S. Ladd for inquiries once the solicitation is approved and available for quotes.
    CYLINDER ASSEMBLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of a Cylinder Assembly (NSN: 1650-00-257-7934), specifically the Tandem Aileron Booster Actuator, which is crucial for aircraft hydraulic systems. The contract will be a firm-fixed-price agreement for a quantity of 15 units, with delivery required by July 21, 2027, to DLA Distribution Depot Hill, Utah. Compliance with ISO 9001-2015, the Buy American Act, and IUID marking is mandatory, and the procurement process will adhere to federal acquisition regulations, including cybersecurity requirements. Interested vendors should submit their proposals to the primary contact, Logan Hurtz, at logan.hurtz@us.af.mil, or reach out to Dana Craun at dana.craun@us.af.mil for further inquiries.
    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.
    FD2030-24-01386-02
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation Oklahoma City, is issuing a special notice for the procurement of a Cylinder Assembly, specifically NSN 1650-01-242-6491HS. This component is critical for aircraft hydraulic systems, as indicated by its classification under the PSC code 1650, which pertains to aircraft hydraulic, vacuum, and de-icing system components. The procurement is based on the top drawing 68A412800-1005, with an EDL revision date of September 9, 2024, highlighting the importance of adhering to specific technical standards. Interested vendors should refer to the solicitation information for further details and contact the designated personnel once the solicitation is approved for quotes.
    FD2030-26-00085
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation Oklahoma City, is issuing a Special Notice for the procurement of a Cylinder Assembly, specifically NSN 1650-01-242-6491HS. This procurement is focused on acquiring components related to aircraft hydraulic, vacuum, and de-icing systems, which are critical for maintaining the operational readiness and safety of military aircraft. The top drawing for this assembly is identified as 68A412800-1005, with an EDL revision date of September 9, 2024. Interested vendors should refer to the solicitation information for further details and contact the designated personnel once the solicitation has been approved for quotes.