REMANUFACTURE OF F-15 SERVOCYLINDER
ID: FD20302400009Type: Sources Sought
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

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES (J016)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the remanufacture of F-15 servocylinders at Tinker Air Force Base in Oklahoma. The procurement involves comprehensive services including disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing to restore the components to "like-new" condition, adhering to stringent quality control and safety regulations. This opportunity is critical for maintaining the operational readiness of the F-15 weapon system, emphasizing the importance of compliance with federal standards and documentation protocols. Interested vendors should contact Chelsie Hannah at chelsie.hannah@us.af.mil or Morgan Mcgarity at morgan.mcgarity@us.af.mil for further details, noting that this is a Sources Sought notice with no immediate contract award or funding allocated.

    Point(s) of Contact
    Files
    Title
    Posted
    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 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 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
    Title
    Type
    Sources Sought
    Similar Opportunities
    FD2030-23-01328 - Remanufacture of F-16 Scroll Housing
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Sustainment Center at Tinker Air Force Base, is seeking contractors for the remanufacture of F-16 Scroll Housing, a critical component for F-16 aircraft. The procurement involves providing all necessary labor, facilities, equipment, and materials to disassemble, clean, inspect, maintain, reassemble, test, and finish the scroll housing to a like-new condition, with a firm fixed price Indefinite Delivery Requirements contract anticipated for a duration of five years, including a three-year basic period and a two-year option. This opportunity is vital for maintaining the operational readiness of the F-16 fleet, and interested vendors must submit a Source Approval Request if they have not been previously qualified. The solicitation is expected to be issued around October 17, 2024, with responses due by November 18, 2024, and the estimated award date is January 15, 2025. For further inquiries, interested parties can contact Matthew Churchwell at matthew.churchwell.2@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil.
    F-15 Shimmy Damper Actuator Remanufacture
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the remanufacture of F-15 Nose Wheel Steering Shimmy Damper Actuators under solicitation number FA8203-24-R-0004. The procurement involves restoring these critical components to serviceable condition, adhering to stringent quality assurance standards and technical specifications. This initiative is vital for maintaining the operational readiness of the F-15 aircraft, ensuring safety and performance in military operations. Interested parties must submit their proposals by October 23, 2024, with inquiries directed to Nathan Hirschi at nathan.hirschi@us.af.mil or by phone at 801-586-6091.
    Noun_Servocylinder_Application_F-16_NSN_1650-01-045-1019_Part_Number_16VM003005-1
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking sources for the procurement of F-16 Servocylinders, specifically the NSN 1650-01-045-1019 and Part Number 16VM003005-1. This opportunity involves the new manufacture of hydraulic drive units, which are critical components for the F-16 aircraft, requiring potential suppliers to provide all necessary labor, materials, and logistics support for production, inspection, and delivery. Interested vendors are encouraged to participate in this market research effort to enhance competition and gauge small business interest, with the estimated solicitation date set for October 2024. For further inquiries, interested parties should contact the 429SCMS Requirements at 429SCMS.SASPO.Workflow@us.af.mil.
    F101 DEC Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the F101 Digital Electronic Control (DEC) under a requirements contract that includes one base year and four option years. This contract is expected to be sole sourced to Hamilton Sundstrand Corporation, indicating specialized repair needs that require contractor-furnished materials, as no Government Furnished Material will be provided. The successful contractor will be responsible for delivering repair services in compliance with the Statement of Work and various reporting obligations, ensuring operational readiness of critical military systems. Interested vendors should contact Brandi Bridgett at brandi.bridgett@us.af.mil or Tara Parker at tara.parker.4@us.af.mil for further details regarding the solicitation process.
    Modernization, Enterprise Management, and Select Sustainment Requirements of the F-15 Eagle Weapon System
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is seeking capable sources for the modernization, enterprise management, and sustainment of the F-15 Eagle Weapon System. This opportunity involves multiple contracting vehicles, including stand-alone contracts and Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts, aimed at fulfilling future requirements for the F-15 system, which is critical for both United States Air Force operations and Foreign Military Sales. Interested parties must demonstrate their ability to provide a range of services, including hardware and software design, integration, testing, and support, with submissions due by 4 PM EST on September 16, 2024. For further inquiries, potential respondents can contact Valerie Neff at valerie.neff@us.af.mil or Stacey Carone at stacey.carone@us.af.mil.
    J85 Engine Repair / Bearings
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking proposals for the repair of J85 engine bearings used in T-38 aircraft, under a Firm-Fixed Price (FFP) Indefinite Delivery Requirements Type Contract. The contract will encompass a one-year basic period with four optional one-year extensions, focusing on the overhaul, repair, and modification of these critical components to ensure operational readiness. This procurement is vital for maintaining the performance and reliability of the T-38 aircraft, which plays a significant role in Air Force training operations. Proposals are due by October 29, 2024, and interested contractors must be qualified sources in accordance with FAR 52.209-1, with inquiries directed to Brandi Bridgett at brandi.bridgett@us.af.mil or Tara Parker at tara.parker.4@us.af.mil.
    Noun_Aircraft Cooling Turbine_Application_F-15A/B/C/D/E _NSN_1660-01-394-2481_Part_Number_571545-8-1
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is conducting market research to identify potential manufacturing sources for the F-15A/B/C/D/E Aircraft Cooling Turbine, specifically NSN 1660-01-394-2481, with part number 571545-8-1. This Sources Sought Synopsis aims to determine if the procurement can be competitive or set aside for small businesses, as the government seeks companies capable of manufacturing, testing, and delivering a completely serviceable unit while managing supply chain logistics and obsolescence issues. Interested parties must demonstrate their ability to meet the requirements, including providing OEM licensing agreements or manufacturing data, and should submit their responses to the designated email address by the specified deadline. No solicitation is currently available, and no funds are allocated for this market research effort.
    HYDRAULIC RESERVOIR PARTS KIT / 19F, F-15 EAGLE AIRCRAFT
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of a Hydraulic Reservoir Parts Kit for the F-15 Eagle aircraft. This opportunity is a presolicitation for an indefinite quantity contract (IQC) with a base period of five years, requiring the manufacturing of parts in accordance with specific technical drawings and standards. The estimated annual quantity is 96 units, with delivery expected 210 days after the order date, and inspection and acceptance will occur at the origin. Interested small businesses must ensure they are certified to access the required unclassified data and are encouraged to participate in a reverse auction process. For further inquiries, Gladys Brown can be contacted at gladys.brown@dla.mil or by phone at 804-279-1561. The solicitation is anticipated to be issued on or about September 18, 2024, and will be available on the DLA Internet Bid Board System (DIBBS).
    Gearbox Assembly
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is conducting a Sources Sought notice for the procurement of a Gearbox Assembly intended for the E-3/KC-135 aircraft. The primary objective is to identify potential suppliers capable of manufacturing these components, with a focus on enhancing competition and participation from small and disadvantaged businesses. This procurement is critical for maintaining the operational readiness of the aircraft, which plays a vital role in national defense. Interested vendors are encouraged to express their interest by October 2024, with a formal solicitation expected to be released in September 2024. For further inquiries, potential suppliers can contact the Air Force Supply Chain Management Squadron at Tinker AFB via email at 422.SCMS.AFMC.RFI@us.af.mil.
    HAFAD Integration Logistic Support ILS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Integrated Logistic Support (ILS) necessary to develop a level 1 & 2 depot for the F100-PW-229 engine. This procurement is categorized as other than full and open competition in accordance with FAR 6.302-4, indicating a specialized requirement for the support services. The successful contractor will play a crucial role in ensuring the operational readiness and maintenance capabilities of the F100-PW-229 engine, which is vital for various military aircraft. Interested parties should contact Tammy Davis at tammy.davis.7@us.af.mil for further details regarding this opportunity.