REMANUFACTURE of KC-135 NOSE GEAR DOOR OPERATED ROD DAMPER ASSEMBLY
ID: FA811825R0085Type: 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

MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS (1680)

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 for the remanufacture of the KC-135 Nose Gear Door Operated Rod Damper Assembly, under a firm-fixed-price contract structure. This procurement involves a five-year contract, consisting of a three-year base period with an option for an additional two years, and is exclusively set aside for small businesses. The remanufactured assembly is critical for maintaining the operational readiness of the KC-135 aircraft, which plays a vital role in air refueling and strategic airlift missions. Interested contractors should direct inquiries to Nonika Allen at nonika.allen.1@us.af.mil or Morgan Mcgarity at morgan.mcgarity@us.af.mil, and must comply with various reporting and quality assurance requirements as outlined in the associated documentation.

    Point(s) of Contact
    Files
    Title
    Posted
    The CAV AF Reporting Requirements document outlines the responsibilities and procedures for contractors involved in Contract Depot Maintenance (CDM) and the management of Government-owned assets through the Commercial Asset Visibility Air Force (CAV AF) system. As the primary reporting system, CAV AF mandates accurate daily reporting of assets at contractor repair facilities, including guidance for training and system access. Contractors must ensure accurate reflection of physical assets, submit authorization requests, and maintain compliance with reporting timelines, particularly for National Stock Numbers related to nuclear materials. The document specifies the protocol for addressing discrepancies in shipments, including the submission of Supply Discrepancy Reports for errors such as misidentified or damaged items. It emphasizes that all contractor reports must adhere to established procedures to prevent inaccuracies impacting Government inventory management. As part of the program's compliance measures, contractors are held accountable for thorough training and timely reporting to avoid sanctions from program management. Overall, this guidance supports effective asset management and operational efficiency within military logistics frameworks.
    The document outlines modifications to Technical Order (T.O.) 16C1­12­14­3, specifically focused on the inspection and implementation of Unique Identification (UID) systems. A new sub-paragraph under Inspection details the procedures for assessing UID markings, ensuring compliance with relevant standards provided in Appendix A. An additional index is included, specifically for UID labels, along with a newly added Appendix A that contains detailed instructions on visually inspecting UID nameplates for damage and methods for manufacturing and installing new labels if necessary. The document emphasizes that existing markings must not be obscured and mandates proper sealing of nameplates using specified materials. This guidance is integral to maintaining accurate identification and tracking of items under federal contracts, highlighting the importance of UID systems in inventory management and procurement processes within federal and state contracting frameworks. Ensuring adherence to these regulations plays a crucial role in logistical accuracy and accountability.
    The Commercial Asset Visibility (CAV) Reporting system, identified by Data Item Description DI-MGMT-81838, serves as a web-based, automated solution for tracking government-owned reparable assets during the repair cycle at contractor facilities. Its primary objective is to provide an inventory management framework that allows commercial repair vendors to report transactions in real-time, thus maintaining an updated database accessible for generating various status and activity reports. The reporting requirements include the submission of transactions such as asset receipt (both on and off contract), inductions, item status changes, completions, various shipment types, and the handling of items deemed Beyond Economic Repair (BER). Additionally, contractors must produce numerous reports, including material movement documents, repair history reports, and proof of shipment reports, along with performing item maintenance tasks. This document outlines the specific format and content instructions needed for generating data products as per contractual obligations, ensuring clarity and compliance with the contract's Statement of Work. Overall, the CAV Reporting system facilitates efficient asset management and transparency in the repair process for government-owned assets contracted to commercial vendors.
    The Contract Depot Maintenance (CDM) Monthly Production Report, defined in Data Item Description DI-PSSS-81995A, outlines the essential reporting requirements for depot-level maintenance contracts. This report provides the Government with monthly production figures, asset accountability, performance metrics, and a summary of any unresolved issues. Key components include contractor and PMS contact information, contract details, and a comprehensive inventory of reparable items and serviceables. The report is structured into two main parts: Part I includes detailed blocks for various inventory metrics—like reparables received, inducted, awaiting parts, and shipped serviceables—while Part II, which is optional, summarizes production status when deviations from forecasts occur. This standardized reporting format aims to enhance accountability and efficiency in contract management, ensuring that production remains aligned with contractual obligations. Overall, the CDM Monthly Production Report serves as a critical tool for tracking the maintenance production process within government contracts.
    The Government Property (GP) Inventory Report (DI-MGMT-80441D) is a data reporting requirement for Department of Defense (DoD) contractors, enabling them to maintain an inventory of Government Furnished Property (GFP) and Contractor Acquired Property (CAP). This report applies to contracts involving GP, ensuring accountability for assets in the contractor’s possession, including those held by subcontractors. The report must be submitted electronically in .xls or .xlsx format and must include specific column headers like contract number, asset identification numbers, item descriptions, quantities, and asset locations, among others. The purpose of this document is to standardize the reporting of government property to improve inventory management and compliance. It supersedes the previous version, DI-MGMT-80441C, and does not reference any external documents, highlighting its standalone requirement within federal contract management. The report serves as a vital tool for monitoring government property and ensuring that both GFP and CAP are adequately tracked throughout the contract lifecycle.
    The document is a Request for Proposal (RFP) for the remanufacture of the KC-135 Nose Gear Door Operated Rod Damper Assembly. It outlines a firm-fixed-price contract for a period of three years with an optional two-year extension, exclusively set aside for small businesses. It includes mandatory participation requirements, such as submission of a Source Approval Request for unqualified vendors and detailed reporting requirements using DD Forms. The contractor is responsible for providing all necessary resources to restore end items to a like-new condition, including quality assurance measures and compliance with specific standards. Additionally, it details inspection and acceptance protocols, payment procedures, and the strict adherence to cybersecurity measures as per NIST guidelines. Marking and packaging requirements in accordance with military specifications are essential for shipment of items. The document emphasizes the need for contractors to ensure timely delivery of parts, with conditions outlined for "over and above work." This RFP represents the government’s commitment to engaging small business participation while maintaining stringent performance and quality standards in defense manufacturing contracts.
    The Department of the Air Force’s 848th Supply Chain Management Group has established Qualification Requirements (QR) for a range of items under its management, specifically focusing on Commodity Critical Safety and Critical Application Items (RQR-848). The QR documentation, which is valid until June 20, includes a synopsis along with a Master Item List. This memorandum serves as a placeholder in the PRPS system for the QR activities concerning the National Item Identification Number (NIIN) or Purchase Instrument Line Item (PILI) for the relevant items. This replaces the traditional Justification for Qualification Requirements (JQR/QR) documentation since the associated master documents are not linked to specific items or groups on a Purchase Request. The memorandum outlines the procedural framework for ensuring compliance and qualification in procurement activities pertaining to critical safety and application items managed by the Air Force, thereby streamlining the qualification process in adherence to federal guidelines.
    The document outlines a Statement of Work (SOW) for the remanufacture of the KC-135 nose gear door-operated rod damper assembly by the Department of the Air Force. It includes detailed specifications of work requirements, definitions, quality assurance, reporting, and supply chain risk management. Key aspects include the necessity for a Pre-Award Survey, Initial Production Evaluation, and compliance with established quality and safety programs. The Contractor is responsible for all materials and tools, and must conduct thorough inspections and testing to ensure conformity to standards before the remanufactured items are delivered. Specific attention is given to the handling of ozone-depleting substances, parts control, and the management of cybersecurity risks. The SOW emphasizes the importance of establishing robust process documentation, and maintaining compliance with government regulations regarding production and reporting discrepancies. The overall objective is to ensure reliability and performance of the remanufactured items while adhering to stringent quality and safety standards set forth by the Air Force.
    Lifecycle
    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
    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.
    KC-46 Commercial Common Repairable Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the KC-46 Commercial Common Repairable Support contract, aimed at providing strategic repairable support services for the KC-46A aircraft. This competitive, full and open solicitation requires contractors to ensure a 30-day exchange of unserviceable assets for serviceable ones, which must be FAA-certified, thereby maintaining the aircraft's operational readiness and compliance with aviation standards. The contract will have a five-year base period with a maximum value of $470.9 million, and interested parties should direct inquiries to Stephen Schexnayder at stephen.schexnayder.2@us.af.mil or Joshua Taft at joshua.taft@us.af.mil, with proposals due in accordance with the specified timelines outlined in the solicitation documents.
    CONTROL TUBE ASSEMB | 05F | C/KC 135
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of Control Tube Assemblies for the C/KC 135 aircraft. This opportunity is a 100% small business set-aside for an indefinite quantity contract (IQC) with a base period of five years, requiring an estimated annual quantity of 80 units, to be delivered 250 days after receipt of order. The Control Tube Assembly is critical for aircraft operations and maintenance, and interested contractors must be certified by the Department of Defense to access the necessary technical data. The solicitation is expected to be issued on or about December 9, 2025, and interested parties can find further details on the DLA Internet Bid Board System (DIBBS) or contact Ryan Loeffelholz at ryan.loeffelholz@dla.mil or 804-279-1452 for more information.
    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.
    FD2030-25-00036
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency Aviation in Oklahoma City, is seeking qualified contractors to provide structural support components identified by National Stock Number (NSN) 1560-01-435-5553FL. The procurement involves the supply of a specific stabilizer part, with requirements for compliance with the National Aerospace and Defense Contractors Accreditation Program (NADCAP) and adherence to rigorous testing and inspection protocols to ensure quality and operational safety. This opportunity is critical for maintaining the integrity of military aircraft operations, particularly for the KC-135 aircraft, and emphasizes the importance of prequalification and compliance with federal regulations. Interested parties should refer to the solicitation information for further details and are advised that the solicitation will be available for quotes once approved by the contracting officer.
    AIRCRAFT, STRATOLIFTER, C/KC-135; PANEL, STRUCTURAL, AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of structural panels for the C/KC-135 Stratolifter aircraft. This opportunity is specifically for an Indefinite Quantity Contract with a total ordering period of five years, during which an estimated annual quantity of 10 units is required, with a delivery schedule of 365 days for production. The goods are critical for maintaining the operational capabilities of military aircraft, and the procurement is set aside exclusively for small businesses, emphasizing the government's commitment to supporting small enterprises. Interested vendors must submit their proposals by fax and are encouraged to access the solicitation documents via the DLA Internet Bid Board System, with the issue date anticipated around December 6, 2025. For further inquiries, potential offerors can contact Jenier Mitchell at jenier.mitchell@dla.mil or by phone at 804-659-6388.
    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.
    TRUNNION, CYLINDER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of trunnion cylinders for the KC-135 aircraft. This presolicitation opportunity is set aside for small businesses and involves an Indefinite Quantity Contract with an estimated maximum order quantity of 120 units over a five-year period, with a delivery schedule of 228 days after receipt of order. The goods are critical components used in aircraft hydraulic systems, emphasizing their importance in maintaining operational readiness. Interested vendors must submit their proposals by fax and are encouraged to download the Request for Proposal (RFP) from the DLA Internet Bid Board System, with the solicitation issue date set for December 19, 2025. For further inquiries, potential offerors can contact Cindy Hunt at (804) 971-7217 or via email at cindy.hunt@dla.mil.
    New Manufacture: NSN 1560010048749FL / PN 35-33076-4 / Door, Access, Aircraft / BOEING RIGHTS GUARD
    Dept Of Defense
    The Defense Logistics Agency (DLA) Aviation at Oklahoma City is issuing a presolicitation for the procurement of Boeing Rights Guard (BRG) applicable acquisitions, specifically for C/KC-135 Aircraft Door Access. This opportunity involves the manufacture of 200 units of part number 35-33076-4, with a potential range of 150-250 units, and is set aside entirely for small businesses under NAICS code 336413. The goods are critical for maintaining the operational readiness of military aircraft, and the procurement will follow Non-Commercial FAR 15 procedures, with funding contingent upon FY20 appropriated funds. Interested parties should note that the estimated solicitation issue date is November 20, 2025, with a closing date of January 5, 2026, and may contact Kevin Howe at kevin.howe.1@us.af.mil for further inquiries.
    DAMPER ASSEMBLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the procurement of a Damper Assembly, classified under NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. The procurement requires newly manufactured spares only, as refurbished or remanufactured materials will not be accepted, emphasizing the critical nature of the items for military operations. Interested vendors must ensure compliance with various quality and inspection standards, including AS/EN/JISQ 9100 or equivalent, and are advised to submit proposals electronically to the primary contact, Nikolin Toroveci, at NIKOLIN.TOROVECI@DLA.MIL, with the solicitation being issued under urgent circumstances that waive the synopsis requirement.