Remanufacture of C-5 Primary and Secondary Heat Exchanger(s)
ID: FA8118-25-R-0102Type: 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 AIR CONDITIONING, HEATING, AND PRESSURIZING EQUIPMENT (1660)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the remanufacture of C-5 Primary and Secondary Heat Exchangers under a firm-fixed-price requirements contract. This procurement involves the disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing of critical heat exchangers, which are essential components of the environmental control system in C-5 aircraft. The contract is structured with a three-year basic period and a two-year option, with proposals due by November 24, 2025, at 12:00 PM. Interested contractors must ensure compliance with various federal regulations and possess a minimum SPRS score of 110 or submit a compliance plan, and they can contact Aczavius Smith or Matthew Churchwell for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The "CAV AF Reporting Requirements, v7, December 2023" document outlines mandatory guidelines for contractors engaged in Contract Depot Maintenance (CDM) to report government-owned assets within the Commercial Asset Visibility Air Force (CAV AF) system. This system is the primary record for daily status updates of assets at contractor repair facilities and inventory control points. Contractors are responsible for ensuring accurate, daily, or within one business day, reporting of assets, including Nuclear Weapon Related Materiel (NWRM), and maintaining two trained CAV AF reporters with current DoD Information Assurance (IA) CyberAwareness Challenge certifications. The document details specific transactional reporting for "Not-on-Contract" and "On-Contract" items, proper use of DD Form 1348-1A for shipping and receipt, and procedures for system downtime. Non-compliance, such as untimely or inaccurate reporting, can lead to systemic data problems and Program Management Review. It also provides contact information for assistance and outlines procedures for contract closure disposition and handling shipment discrepancies.
    The DI-MGMT-80441D, titled "Government Property (GP) Inventory Report," is a Data Item Description (DID) that mandates contractors to periodically submit an inventory of all Government Property (both Government Furnished Property (GFP) and Contractor Acquired Property (CAP)) in their possession to the Department of Defense (DoD) Service or Agency. Applicable to all contracts involving GP, this DID specifies the format, content, and intended use of the report, superseding DI-MGMT-80441C. The report must be in an electronic .xls or .xlsx format and include detailed columns such as Contract Number, Asset Identification Numbers, Item Description, Manufacturer Part/Model/Serial Numbers, National Stock Number, Quantity, Unit of Measure, Unit Acquisition Cost, Unique Item Identifier (if applicable), Asset Location, Type and Classification of Government Property, Date of Last Physical Inventory, and Federal Condition Code. This DID ensures comprehensive tracking and accountability of government assets by contractors.
    The DI-MGMT-81838 document outlines the Commercial Asset Visibility (CAV) reporting requirements for contractors. CAV is a web-based application designed to track government-owned reparable assets as they move through a contractor's repair facility. Its primary purpose is to serve as an inventory management system for these assets while they are with commercial repair vendors. Contractors are required to report various transactions, status code changes, and report types as defined in the Contract Statement of Work. These include asset receipt, inductions, items awaiting parts, completions, shipments, and items beyond economic repair. The system also facilitates printing various reports and performing item maintenance. The document specifies the content and format instructions for data products generated by contractual task requirements, with input formats defined in the Contract Statement of Work.
    DI-PSSS-81995A outlines the requirements for the Contract Depot Maintenance (CDM) Monthly Production Report, a critical document for government oversight of depot-level maintenance contracts. This report provides monthly maintenance production figures, asset status, performance against schedule, anticipated future production, and a summary of unresolved issues. It supersedes DI-PSSS-81995 and is applicable to any depot-level maintenance contract. The report is divided into two main parts: Part I details administrative information provided by the Production Management Specialist (PMS) and the contractor, including contact details, contract numbers, and item managers. It also specifies detailed production data points from Blocks A through O, covering item identification, delivery orders, quantities, reparables received, assets on hand, items awaiting parts, quantity produced, serviceables on hand, items shipped, and condemned items. Part II, the Production Summary, is only required if production forecasts were not met, current forecasts deviate from contract schedules, or future production problems are anticipated. This ensures the government has comprehensive insight into contractor performance and potential issues.
    The Department of the Air Force (FA8118-25-R-0102) is seeking proposals for a five-year, firm-fixed-price requirements contract for the remanufacture/re-core of C-5 Primary and Secondary Heat Exchangers. This acquisition is unrestricted, with a NAICS code of 336413 and a size standard of 1,250 employees. Proposals are due by November 24, 2025, at 12:00 PM. The contract includes a three-year basic period and a two-year option, with an estimated delivery of one unit every 30 days. All work must comply with specified requirements, and costs for work performed within defined limits must be included in the unit price. Contractors must have a minimum SPRS score of 110 or submit a compliance plan with their proposal. The solicitation details various clauses covering contract administration, cybersecurity, labor laws, environmental regulations, and restrictions on foreign procurement.
    This document describes a heat exchanger, air, identified by NSN 1660004568545 and CAGE 70210. It is a critical component for the environmental control system (ECS) in C5 aircraft, precooling hot bleed air for compressor use. The item is made of steel, aluminum, and various materials, weighing 66.4 lbs with dimensions of 29.75 x 27.15 x 14.75 inches. Key characteristics include its criticality code 'X', demilitarization code 'B', and security code 'U'. The legacy description also notes modifications by Lockheed Georgia Co. and a source control drawing number 4A910102-107A. The file provides detailed specifications essential for procurement, maintenance, or replacement within government logistics or an RFP context.
    This government file details a Heat Exchanger, Air, with NSN 1660004568546, CAGE 70210, and reference number 184730-1-1. It is a critical component of the air cycle refrigeration subsystem, designed to partially cool engine bleed air by transferring heat to ram air. The item is made of aluminum, steel, and other materials, measuring 33.88 inches in length, 29.50 inches in width, and 15.75 inches in height, with a weight of 40.90 pounds. It is described as an air-to-air heat exchanger, modified by Lockheed Georgia Co. (source control drawing 4A90103-101A) for use in C5 aircraft. The file also notes its criticality code X, demilitarization code Q, and security code U, providing essential specifications for procurement and inventory management within federal government contexts.
    This document is an Item Unique Identification (IUID) Checklist, specifically DFARS 252.211.7003, detailing marking requirements for a HEAT EXCHANGER, AIR (NSN 1660004568546). The item requires IUID marking in accordance with MIL-STD-130, with the contractor determining the location and method. Additionally, the checklist addresses embedded items, noting that this particular heat exchanger is an embedded item for the specified NSN. The document outlines the necessary details for IUID compliance, which is critical for federal procurement and supply chain management within government contracts.
    The Department of the Air Force has established new Repair/Remanufacture Qualification Requirements (RQR-848) for a large number of items managed by the 848th Supply Chain Management Group. This memorandum documents the creation of the Justification for Qualification Requirements (JQR) for these items, which expires on June 3, 2031, and was synopsized on sam.gov on June 27, 2024. The relevant documents, including the JQR-RQR-848 (Final-Redacted), RQR-848, and the JQR-RQR-848 Master Item List, are available through the synopsis. This memorandum also serves as a placeholder within the Purchase Request Process System for Qualification Requirement activity, replacing individual JQR/QR uploads for specific National Item Identification Numbers or Purchase Instrument Line Items, as the master documents apply more broadly.
    This Statement of Work (SOW) outlines the requirements for the remanufacture of C-5 Primary and Secondary Heat Exchangers for the Department of the Air Force. The work involves disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing to return the end items to like-new condition, adhering to technical orders and OEM specifications. Key aspects include Pre-Award Survey and Initial Production Evaluation requirements, detailed reporting and quality assurance protocols, and strict guidelines for special tools, test equipment, and parts control. The SOW also addresses supply chain risk management, including continuity of operations, foreign influence, and cybersecurity, to ensure mission effectiveness and supply chain integrity. The contractor must meet specific delivery schedules and comply with all federal, state, and local safety regulations.
    Lifecycle
    Title
    Type
    Similar Opportunities
    16--HEAT SINK ASSEMBLY, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking qualified sources for the repair and modification of a Heat Sink Assembly, specifically NSN 7R-1680-016568079-E7, with a quantity of 12 units required. This procurement is critical as the Heat Sink Assembly is a vital component in various aircraft systems, and the government intends to solicit on a competitive basis primarily with Drake Air, Northrop Grumman Systems Corp, and Ametek, who are the approved sources for this item. Interested parties must submit their capability statements or proposals within 45 days of this notice, with the anticipated award date set for February 2026. For further inquiries, interested organizations can contact Jessica P. Laychock at Jessica.P.Laychock.CIV@us.navy.mil or by phone at (215) 697-3992.
    BELLOWS ASSEMBLY, FI
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of Bellows Assembly for C-5 Aircraft, identified by NSN: 1680-01-192-2609. The contract will be an Indefinite Quantity Contract with a term of 60 months, requiring delivery within 400 days after receipt of order, and is classified under NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. This procurement is critical as it supports the operational readiness of military aircraft, and the estimated annual quantity for the base period is 80 units. Interested vendors must submit a written proposal and complete a copy of the solicitation, which will be available on the DLA Internet Bid Board System (DIBBS) around December 8, 2025. For further inquiries, potential offerors can contact Renee Griffin at renee.griffin@dla.mil or by phone at (445) 737-2040.
    DUCT ASSEMBLY, BLEED
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is soliciting proposals for the procurement of Duct Assembly, Bleed for the C-5 Aircraft, identified by NSN: 1560-00-728-9480. This procurement involves an Indefinite Quantity Contract with an estimated annual requirement of 80 units over a 5-year base period, with a delivery schedule of 285 days after receipt of order. The items are critical for aircraft operations and are subject to export control and configuration control regulations. Interested vendors must submit a written proposal in response to the solicitation, which will be available on or about December 8, 2025, via the DLA Internet Bid Board System (DIBBS). For further inquiries, potential offerors can contact Renee Griffin at renee.griffin@dla.mil or by phone at (445) 737-2040.
    FFG-62 Heat Exchangers
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Philadelphia Division, is soliciting bids for the procurement of two Gasketed Plate Heat Exchangers (PHE) to facilitate land-based testing of prototypical shipboard systems. The requirement includes one PHE for a seawater representative system and another for a freshwater representative Closed Loop Cooling Water System, along with additional components such as a Drip Pan and Port Strainer for seawater. These heat exchangers are critical for ensuring efficient thermal management in naval operations. Interested vendors can reach out to Christopher McCarthy at christopher.m.mccarthy26.civ@us.navy.mil or John LaMotta at john.n.lamotta.civ@us.navy.mil for further details regarding the solicitation.
    J85 Cooler, Lubricating
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of the J85 Cooler, Lubricating, with an estimated quantity ranging from 868 to 5,211 units. This critical safety item is essential for aircraft engine cooling systems and is categorized under the NAICS code 336412, specifically for Aircraft Engine and Engine Parts Manufacturing. The government intends to negotiate with limited sources, primarily Honeywell International, Inc., and emphasizes the importance of technical capability and past performance in the selection process. Interested parties must submit their proposals by July 31, 2023, and can direct inquiries to Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112.
    COMPENSATOR, HYDRAULIC
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of hydraulic compensators for E-2 and C-2 aircrafts. The contract, which is an Indefinite Quantity Contract, requires the delivery of 40 units over a five-year base period, with a delivery schedule of 228 days after receipt of order. These components are critical for aircraft operations, emphasizing the importance of reliability and performance in military applications. Interested vendors must submit a written proposal and complete the solicitation available on the DLA Internet Bid Board System (DIBBS) by the issue date of December 22, 2025. For further inquiries, contact Renee Griffin at renee.griffin@dla.mil or call 445-737-2040.
    C-5 Seals, WSDC:11F, AIRCRAFT, C-5 Galaxy
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking potential small business suppliers for C-5 aircraft seals, specifically for the C-5 Galaxy, a critical military transport aircraft for the U.S. Air Force. The procurement aims to ensure a reliable supply of quality seals necessary for maintaining pressure and aerodynamic qualities during flight, with a focus on supporting global Department of Defense customer needs. Interested suppliers must demonstrate their capability to manufacture these seals according to specific engineering standards, with a Request for Proposal anticipated to be released in January 2026 and contract awards expected by March 2026. Responses are due by 1600 EST on December 8, 2025, and should be directed to Michele Mauney at michele.mauney@dla.mil or Brian Ginnane at brian.ginnane.ctr@dla.mil.
    C1 CONDENSER
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of three C1 Condensers, which are critical components of the HVAC system used on the 154' WPC vessels. The solicitation requires that only specific part numbers from Novenco be provided to ensure compatibility and proper configuration, with strict adherence to packaging and marking standards as outlined in MIL-STD-2073-1E. Interested vendors must submit their quotations by December 5, 2025, at 10:00 AM EST, and are encouraged to contact Donna Scandaliato at donna.m.scandaliato@uscg.mil for any inquiries regarding the solicitation requirements.
    Control Module
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking proposals for the acquisition of two Control Modules (NSN 1660-01-024-5628, PN 169375-5-1) as part of a Request for Quotation (SPRTA1-26-Q-0136) issued to Aero International, LLC. The procurement requires a firm fixed price proposal to be submitted by January 5, 2026, with a requested delivery date on or before August 16, 2029, for shipment to DODAAC DK7003 (Foreign Military Sales). These Control Modules are critical components for aircraft air conditioning, heating, and pressurizing systems, underscoring their importance in maintaining operational readiness for military aircraft. Interested parties can reach out to Howard Heflin at howard.heflin@us.af.mil for further details regarding the solicitation and compliance requirements.
    41--COOLER UNIT,AIR
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of two air cooler units. The contract requires the manufacturing of these units in accordance with specified design and quality assurance standards, emphasizing the importance of compliance with military specifications and traceability of parts. These air cooler units are critical for maintaining operational efficiency in various defense applications. Interested vendors must submit their proposals by January 9, 2026, and are encouraged to provide accelerated delivery options. For further inquiries, potential bidders can contact Kristina L. Alexander via email at KRISTINA.L.ALEXANDER5.CIV@US.NAVY.MIL.