Remanufacture of KC-135 Valve Assembly
ID: FA8118-25-R-0099Type: 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

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the remanufacture of KC-135 Valve Assemblies and F-16 Regulating Valves under a five-year firm-fixed-price requirements contract. This procurement aims to restore aircraft components to a like-new condition, ensuring compliance with technical orders and OEM specifications, while also addressing supply chain risk management and cybersecurity protocols. The contract will be awarded based on the lowest total evaluated price from an approved source, with proposals due by October 9, 2025. Interested vendors should contact Dessie Breslin at dessie.breslin@us.af.mil or Amy Gil at amy.gil@us.af.mil for further details, noting that funding is contingent upon future appropriations.

    Point(s) of Contact
    Files
    Title
    Posted
    This government Statement of Work (SOW) outlines the requirements for the remanufacture of KC-135 and F-16 aircraft components for the Department of the Air Force. The SOW details general information including definitions, pre-award survey, initial production evaluation, reporting, quality control, special tools/test equipment, parts control, and technical order maintenance. It also specifies work descriptions, applicable documents, government property handling, consumable parts replacement, and supply chain risk management, covering continuity of operations, foreign influence, and cybersecurity. Key requirements include adherence to technical orders, quality audits, IUID marking, and a surge plan for increased demand. The document specifies parts for 100% replacement and those with lower replacement rates for the KC-135 and F-16 components, including upgrades for F-16 configurations.
    This document outlines the Commercial Asset Visibility Air Force (CAV AF) reporting requirements for contractors engaged in Contract Depot Maintenance (CDM). It details contractor responsibilities for maintaining accurate daily records of government-owned assets at repair facilities and Inventory Control Points within the CAV AF system. Key requirements include mandatory CAV AF familiarization training, submission of DD Form 2875 by two assigned reporters within 10 days of contract award, completion of annual DoD CyberAwareness Challenge training, and accurate reporting of all Government Furnished Property (GFP) in CAV AF, consistent with ERP/COTS systems. The document also specifies transactional reporting for "Not-on-Contract" and "On Contract" items, proper use of DD Form 1348-1A for shipping, and procedures for systemic data problems and discrepancies incident to shipment. Non-compliance can lead to Program Management Review.
    The document outlines a Contract Data Requirements List (CDRL) for contract FD20302400392, detailing four key data items: a Government Property (GP) Inventory Report, a Production Surge Plan, Commercial Asset Visibility (CAV) Reporting, and a Contract Depot Maintenance (CDM) Monthly Production Report. The GP Inventory Report is an annual submission, while the Production Surge Plan, or Capability Analysis Plan (CAP), is due 30 days post-award to address potential demand spikes. CAV Reporting involves daily or 24-hour transactional data submissions, and the CDM Monthly Production Report is required monthly. Each item specifies submission frequencies, distribution statements (with D and A being prominent), and handling instructions for export-controlled and classified information. The reports are primarily submitted electronically, often to Max.Homerding@us.af.mil, ensuring compliance with various DoD directives and acts.
    DI-MGMT-80441D outlines the requirements for the Government Property (GP) Inventory Report, a crucial deliverable for contractors managing government-furnished or contractor-acquired property under Department of Defense (DoD) contracts. This report ensures periodic inventory listings are provided to the DoD, encompassing both Government Furnished Property (GFP) and Contractor Acquired Property (CAP) across all possession points, including subcontractors. The document specifies an electronic .xls or .xlsx format and mandates detailed content fields such as Contract Number, Asset Identification Numbers, Item Description, Quantity, Unit Acquisition Cost, Asset Location, and Classification of Government Property. This supersedes DI-MGMT-80441C and is applicable to all contracts involving GP, streamlining property accountability for federal government RFPs.
    The provided document, sourced from http://assist.dla.mil, serves as a verification reminder for users to check the source to ensure they are using the current version. The document itself does not contain any substantive information related to government RFPs, federal grants, or state/local RFPs, nor does it detail any specific projects, requirements, or guidelines. Its sole purpose is to instruct users to verify the document's currency, indicating it is likely a footer or header for other official documents. This emphasizes the importance of up-to-date information in governmental contexts.
    DI-MGMT-81838 is a Data Item Description (DID) for Commercial Asset Visibility (CAV) Reporting, outlining the format and content instructions for tracking government-owned reparable assets at contractor repair facilities. The CAV application is a web-based system designed to provide an automated inventory management solution for these assets as they move through the repair cycle. Contractors use CAV to report various transactions, including asset receipts (on-contract, not on-contract, procurement, "A" condition, rotable pool, loaned), inductions, items awaiting parts, re-inductions, completions, shipments (including bulk and proof of shipment), beyond economic repair (BER) items, survey/scrap items, reversals, and reports of discrepancies. Additionally, the system supports printing forms like DD Form 1348s, material movement documents, CAV inventory labels, item action reports, repair history reports, condition code reports, awaiting parts reports, proof of shipment reports, and reports of discrepancies (RODs). Contractors can also perform item maintenance and manage carriers. The format and methodology for these transactions are defined in the Contract Statement of Work.
    DI-PSSS-81995A outlines the Contract Depot Maintenance (CDM) Monthly Production Report, a crucial data item description for federal government contracts involving depot-level maintenance. This report provides the Government with essential monthly data on maintenance production figures, asset status and accountability at contractor facilities, performance against schedules, anticipated production for the upcoming month, and a summary of unresolved issues. The document specifies the format and content requirements for the report, detailing information to be provided by both the Production Management Specialist (PMS) and the Contractor. This includes administrative details, item identification, contract quantities, and various production metrics such as reparables received, inducted, awaiting parts, produced, condemned, and shipped. A Production Summary (Part II) is required under specific conditions, ensuring transparency and accountability in government maintenance contracts.
    This document is an amendment to Solicitation/Modification of Contract FA8118-25-R-0099-0001, issued by the Department of the Air Force. It outlines a 5-year Firm Fixed Price Requirements Type Contract, consisting of a 3-year basic period and one 2-year option, for the remanufacture and upgrade of KC-135 Valve Assemblies and F-16 Regulating Valves. The solicitation emphasizes a price-only competition, where award will be made to the offeror with the lowest total evaluated price who meets all solicitation requirements. Proposals will be evaluated for completeness, price reasonableness, and unbalanced pricing. The government intends to award a single contract without discussions but reserves the right to conduct them if necessary. Funds are not presently available, and the government's obligation is contingent upon future appropriation.
    This government solicitation, FA8118-25-R-0099, is a total small business set-aside for a five-year (three-year basic with one two-year option) firm-fixed-price requirements contract for the remanufacture and upgrade of KC-135 and F-16 valve assemblies. The Department of the Air Force seeks a single contractor for this acquisition, with proposals due by October 9, 2025. Award will be based on the lowest total evaluated price from an approved source that meets all solicitation requirements. The government intends to award without discussions but reserves the right to conduct them. The document details extensive contract clauses covering areas like cybersecurity, export controls, environmental compliance, and various FAR and DFARS provisions, emphasizing strict adherence to government regulations and reporting requirements.
    This GFP Attachment details a contract award for two non-serially managed items: VALVE ASSEMBLY, ENVI for KC-135 aircraft and VALVE, REGULATING, FL for F-16 aircraft. The first item, a bleed airflow control valve, has a quantity of 50 units at an acquisition cost of $16,808.21 each. The second item, an aluminum alloy steel and silicone regulating valve for bleed air pressure, has a quantity of 315 units at an acquisition cost of $14,992.49 each. Both items have a delivery duration of 30 calendar days and are marked "Use As-Is." The contract award date is January 23, 2024, with a pre-stage identifier of 1008468.
    The government file details packaging requirements for federal procurements, emphasizing compliance with MIL-STD-129 and MIL-STD-2073-1 for military packaging and marking. A key focus is on wood packaging material (WPM), which must adhere to United Nations restrictions to prevent the spread of invasive species. All WPM, including pallets, boxes, and dunnage, must be constructed from debarked, heat-treated wood (56 degrees Celsius or 133 degrees Fahrenheit for 30 minutes), and certified by an American Lumber Standards Committee-recognized agency, as per ISPM No. 15. The document specifies detailed packaging instructions for various items, including preservation levels, packaging levels, and coded data for unit packs. It also mandates additional marking requirements for shipping containers, such as unit serial numbers and OEM information, ensuring proper identification and handling for worldwide shipments. The document outlines specific packaging requirements for PACRN AAA, and AAD and indicates that PACRN AAB and AAC have no packaging data required.
    This government Statement of Work (SOW) outlines the requirements for the remanufacture of KC-135 and F-16 aircraft components for the Department of the Air Force. Key aspects include pre-award surveys, initial production evaluations, and comprehensive reporting and quality control mandates. The SOW details specific work requirements, emphasizing adherence to technical orders and OEM specifications, with provisions for handling obsolete parts through reverse engineering if necessary. It also addresses essential support equipment, safety protocols, item unique identification, and surge capabilities for increased demand. A significant portion focuses on supply chain risk management, covering continuity of operations, foreign influence, and cybersecurity, ensuring the integrity and security of the supply chain. The document includes detailed lists of consumable and high-cost parts requiring replacement during remanufacture or upgrade.
    This government file, FD20302400392-00, details transportation data and instructions for solicitations, outlining F.O.B. terms, FAR citations, and mandatory contact with DCMA Transportation for shipping instructions. Vendors must use the DCMA Shipment Instruction Request (SIR) eTool System for all FOB Origin, Foreign Military Sales (FMS), and FOB Destination OCONUS/Export movements to secure clearances and documentation. Failure to contact DCMA may result in additional vendor expenditures. The document lists specific transportation account codes (TACRN AAA, AAB, AAC) and funding information for various line items and ship-to locations, including DLA Distribution Depot Oklahoma. It also provides details for specific National Stock Numbers (NSNs) and associated purchase instrument line items, emphasizing the requirement for detailed shipping instructions "TBD IAW Contract." The file concludes with contact information for Darrick D. Hogan from 406 SCMS/GULAA, dated April 17, 2024.
    This document, FD20302400392-02, initiated on October 15, 2025, outlines transportation data for solicitations, detailing F.O.B. terms and transportation clauses. It emphasizes contacting DCMA Transportation for shipping instructions on all "DCMA Administered" contracts, particularly for FOB Origin, Foreign Military Sales (FMS), and FOB Destination OCONUS/Export movements, to avoid delays and additional vendor expenditures. The file provides specific transportation funding information (TACRNs AAA, AAB, AAC) and lists various item/ship-to details, including NSN/Pseudo NSNs and corresponding Purchase Instrument Line Item Numbers, for destinations such as DLA Distribution Depot Oklahoma at Tinker AFB. The document also includes contact information for Darrick D. Hogan from 406 SCMS/GULAA for further inquiries.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    FD20302600008 - Remanufacture of KC-135 Valves & Pumps; NSN: 2915-01-452-5123RK, 2915-01-452-5126RK, 2915-01-527-8152RK, 2915-01-510-1161RK
    Buyer not available
    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.
    New Manufacture F15/Valve, Solenoid
    Buyer not available
    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.
    Overhaul of F-16 Check Valve NSN 4820-01-053-3375RK
    Buyer not available
    The Department of Defense, specifically the Air Force, is seeking potential sources for the overhaul of the F-16 Check Valve (NSN 4820-01-053-3375RK) as part of a Sources Sought notice. Interested contractors must demonstrate their capability to provide all necessary labor, materials, facilities, and equipment for the repair, testing, preservation, packaging, and supply chain management of this critical component. The procurement is vital for maintaining the operational safety and effectiveness of the F-16 platform, and potential sources are required to submit a Source Approval Request (SAR) package, which will be evaluated by the Engineering Support Activity. Interested parties should contact Morgan Mcgarity at morgan.mcgarity@us.af.mil for further details, and responses are due by the specified deadline.
    New Manufacture: KC 135 Gate Valve; NSN 4810-00-713-3144RK
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of 78 new manufactured gate valves (NSN: 4810-00-713-3144 RK, P/N: 132215-3). This Request for Proposal (RFP) seeks firm fixed-price offers, with potential adjustments in quantity ranging from 39 to 117 units, and requires Unique Item Identification (UID) for all delivered items. These valves are critical components for various defense applications, emphasizing the importance of compliance with federal and defense acquisition regulations, including environmental standards and restrictions on foreign-made components. Interested contractors should direct inquiries to the contracting officer, Kevin Howe, at kevin.howe.1@us.af.mil, and are reminded that the solicitation was issued on December 4, 2025.
    SPE4A726R0200
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for a firm fixed-price contract to procure a quantity of 612 parts kits for valve overhaul, identified by NSN: 1660-004422007 and part number: 9776122-10. This procurement is a total small business set-aside, emphasizing the importance of supporting small enterprises in the defense supply chain. The delivery of the production units is expected within 395 days, with the FOB at destination and inspection and acceptance at origin. Interested vendors can access the solicitation on or around December 10, 2025, via the DLA Internet Bid Board System (DIBBS), and should direct inquiries to Xuan Thanh Phan at xuan.phan@dla.mil or Robert Winchester at robert.winchester@dla.mil.
    Remanufacture of Flap Drive Angle Gearbox Assembly
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for the remanufacture of Flap Drive Angle Gearbox Assemblies for the KC-135 aircraft. Contractors are required to provide all necessary materials, labor, and expertise to restore the gearbox assemblies to a like-new condition, including disassembly, cleaning, inspection, re-assembly, and testing, while adhering to strict quality control and reporting requirements. This procurement is critical for maintaining the operational readiness of the KC-135 fleet, which relies on these assemblies for effective flap operation. Interested small businesses must submit a Source Approval Request (SAR) and are encouraged to contact Cliff Morgan or Amy Gil for further details, with proposals due by December 15, 2025, at 12:00 PM.
    F16 Internal Vent and Pressure Valve
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is planning to issue a sole source contract for the diagnostics and overhaul or repair of Internal Vent and Pressure Valves for the F-16 aircraft, with the procurement managed by the 177th Mission Support Contracting Office. The selected vendor, Aero Engineering Support Group (AESG), has an approved Source Approval Request (SAR) from the F-16 System Program Office, indicating their capability to fulfill this requirement. These valves are critical components for the operational efficiency and safety of the F-16, underscoring the importance of this procurement. The initial period of performance is expected to commence no later than January 15, 2026, and interested parties can direct inquiries to Tammy L. Hickerson at tammy.hickerson@us.af.mil or Johanna Paz at johanna.paz.1@us.af.mil for further information.
    16--VALVE ASSEMBLY,ENVI
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of 30 units of a Valve Assembly (NSN 7R-1660-015854984-P8, REF NR 396608-1). This contract requires that the items be commercial/nondevelopmental/off-the-shelf products, necessitating Government source approval or the ability to provide FAA-Certified parts with an FAA Form 8130-3 Airworthiness Approval Tag prior to contract award. The items are critical for aircraft air conditioning, heating, and pressurizing systems, and only sources previously approved or compliant with FAA requirements will be solicited. Interested parties must submit their proposals, including necessary documentation, by the specified deadline, and can contact Christian M. Markle at (215) 697-6679 or via email at CHRISTIAN.M.MARKLE.CIV@US.NAVY.MIL for further information.
    F-16 Fuel Flow Divider Valve, NSN 2915010759723
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of 34 units of the F-16 Fuel Flow Divider Valve (NSN 2915-01-075-9723), with a potential range of 9 to 51 units. This component is critical for the operation of aircraft fuel systems, ensuring efficient fuel management in military aviation. Interested contractors must comply with specific packaging requirements and regulations, including adherence to MIL-STD standards and export control certifications, with inspections and acceptance occurring at the origin. For further details, including the technical data package, interested parties should contact Kevin Howe at kevin.howe.1@us.af.mil, and refer to the attached solicitation PDF "SPRTA26R0840" for comprehensive requirements.
    VALVE,NOSE LANDING
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting bids for the procurement of a Nose Landing Valve (NSN: 1620-01-045-6113) for F-16 aircraft. The contract includes requirements for a First Article Test Report and production articles, with specific delivery timelines set for 180 calendar days after contract award for the test report and by July 25, 2027, for production articles. This valve is critical for directing hydraulic fluid in the landing gear system of the F-16, underscoring its importance in maintaining aircraft operational readiness. Interested contractors must submit their quotations by January 5, 2026, and can contact Michelle L Parker at 385-519-8190 or via email at michelle.parker.2@us.af.mil for further details.