Repair of F-15 Oxygen Concentrator, NSNs 1660-01-662-0369BO, 1660-01-623-7476BO
ID: FA811825R0080Type: 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)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the repair of F-15 Oxygen Concentrators, identified by NSNs 1660-01-662-0369BO and 1660-01-623-7476BO. This procurement involves a firm-fixed-price requirements contract with a duration of five years, consisting of a three-year basic period and a two-year option period, during which the contractor will be responsible for restoring government-furnished items to operational readiness while adhering to strict quality assurance standards. The contract is crucial for maintaining the operational effectiveness of Air Force equipment, ensuring that these vital components are available for mission readiness. Interested parties should contact Amy Gil at amy.gil@us.af.mil or call 405-739-4810 for further details, with proposals expected to be submitted in accordance with the outlined timelines in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The "Affirmative Procurement Statement Users Guide & Statement-JAN2022" from Tinker Air Force Base outlines procedures for documenting procurement actions that do not require items from mandatory environmental purchasing lists. This statement is applicable to all procurement actions, excluding GPC purchases, that do not involve U.S. EPA-designated CPG items, USDA-designated biobased items, Energy Star® listed items, or FEMP Low Standby Power items. Contractors and CE Operations shop personnel are responsible for completing the statement when mandatory items are not required; otherwise, the Recovered Materials Determination Form should be used. Any person with technical knowledge of the products or services being purchased can sign the statement, taking responsibility for checking mandatory purchase lists. The completed statement must be included in the purchasing or contracting file. The document also includes an example statement, emphasizing the consideration of environmentally preferable products and services even when not mandated, taking into account factors like reduced packaging, durability, and reduced toxicity.
    The Affirmative Procurement Statement User's Guide outlines the requirements for Tinker Air Force Base regarding the procurement of products that are not covered under mandatory environmental purchasing lists, such as U.S. EPA-designated items, USDA biobased items, and others. It mandates that contractors and operations staff must complete the Affirmative Procurement Statement for all procurement actions involving non-designated items. A qualified individual with technical knowledge must sign the document to affirm no mandatory items are purchased. The completed statements must be retained in contracting files. Additionally, the Statement encourages the consideration of environmentally preferable products, promoting attributes like durability, recyclability, and reduced toxicity. This guide highlights Tinker AFB's commitment to environmental responsibility while navigating procurement processes, signifying adherence to broader federal guidelines on sustainable purchasing practices.
    This document outlines the Commercial Asset Visibility Air Force (CAV AF) reporting requirements for contractors involved in Contract Depot Maintenance (CDM). It details contractor responsibilities, emphasizing daily and accurate reporting of government-owned assets at repair facilities and Inventory Control Points (ICPs). Key requirements include familiarization training, assigning at least two CAV AF reporters, submitting System Authorization Access Requests (DD Form 2875), and completing annual DoD Information Assurance CyberAwareness Challenge training. The document also specifies procedures for reporting 'Not-on-Contract' assets, handling discrepancies, using DD Form 1348-1A for shipping and receipt actions, and managing Nuclear Weapon Related Materiel (NWRM). It also covers disposition instructions upon contract closure and penalties for inaccurate or untimely reporting, stressing the importance of data integrity for government inventory management systems.
    The "CAV AF Reporting Requirements" document outlines the contractor responsibilities and reporting guidelines for the Commercial Asset Visibility Air Force (CAV AF) system. It serves as the primary record for tracking government-owned assets at contractor repair facilities, mandating daily updates on all relevant assets. Key aspects include the requirement for contractors to maintain accurate asset records, complete training, and submit access requests to utilize the system effectively. Contractors must provide timely reports following any maintenance actions, ensure a Physical Inventory is conducted upon contract conclusion, and adhere to specific procedures for handling discrepancies related to shipments. Notably, there are strict instructions regarding the use of forms like the DD Form 1348-1A and the Supply Discrepancy Report (SDR) for reporting misidentified or improperly received items. The document emphasizes compliance with Department of Defense regulations and outlines several points of contact for assistance. Overall, it ensures accountability and effective asset management processes across contractor operations, reflecting the government's commitment to maintaining accurate inventory control and operational efficiency in support of defense logistics.
    The Government Property (GP) Inventory Report, identified as DI-MGMT-80441D, serves as a framework for contractors to periodically report to the Department of Defense (DoD) about government property in their possession, including Government Furnished Property (GFP) and Contractor Acquired Property (CAP). This Data Item Description outlines the report's structure, specifying that it is applicable to all contracts involving GP. Key requirements include the electronic format of the report in .xls or .xlsx, along with a detailed list of column headers that capture essential data such as contract number, asset identification numbers, item descriptions, quantities, and physical inventory dates. This report ensures proper tracking and accountability of government assets handled by contractors, streamlining inventory management processes. It replaces the previous version (DI-MGMT-80441C) and clarifies the responsibilities associated with maintaining an accurate inventory of government property within the context of federal contracting procedures.
    The document pertains to information sourced from the Defense Logistics Agency regarding the verification of specifications for defense acquisitions. It emphasizes the importance of using current version documents for accurate application in government contracts, grants, and proposals. This ensures compliance with regulatory standards and operational effectiveness in federal procurements. The document's structure likely includes sections discussing the verification processes, specifications, and the repercussions of using outdated information. Overall, the focus is on maintaining the integrity of procurement processes through accurate documentation, thereby reducing risks associated with misinterpretation or errors in execution across various government levels. Ensuring current data usage reflects a broader commitment to transparency and trust in federal procurement practices.
    The Commercial Asset Visibility (CAV) Reporting Data Item Description (DI-MGMT-81838) outlines the requirements for an automated web-based system that enables tracking of government-owned reparable assets during their repair cycle at contractor facilities. The CAV application serves as an inventory management tool, allowing contractors to report various transactions that are automatically recorded in the CAV database. Key components of the system include specific transaction types, such as Receipt of Asset, Inductions, and Completions, among others. Contractors must follow defined formats and methodologies for input, as outlined in the associated Contract Statement of Work. Reports generated through the CAV system include inventory labels, proof of shipment, and reports of discrepancies, facilitating effective asset management. This document details the format and content requirements necessary for compliance with government contracts, emphasizing the importance of tracking reparable assets in a structured and timely manner. Overall, the CAV Reporting DI-MGMT-81838 serves to streamline reporting processes for government contractors managing important reparable assets, thereby enhancing transparency and efficiency in asset visibility.
    The "Contract Depot Maintenance (CDM) Monthly Production Report," based on Data Item Description DI-PSSS-81995A, serves as a critical accountability tool for the Government regarding depot-level maintenance contracts. This report compiles production figures, asset status, and performance metrics, alongside a summary of unresolved issues. It is structured into two main parts: Part I collects essential contact information and production data, while Part II contains a production summary that addresses discrepancies in forecasts or anticipated production issues. Part I includes specific blocks for reporting, such as the quantity of reparables received and shipped, items on hand, and future production forecasts. Significantly, this format standardizes reporting across contracts, ensuring clear communication and problem identification. Reports must be submitted within ten business days following the month-end, facilitating timely oversight. This document's primary purpose is to ensure transparency and effective management of depot maintenance operations, aligning with federal reporting requirements and bolstering efficiency within government contracts.
    This amendment to solicitation FA8118-25-R-0080-0001, issued by the Department of the Air Force, primarily updates the quantities for the repair of F-15 Oxygen Concentrators. The solicitation outlines a 3-year basic period and a 2-year option period, each broken down into three ordering periods. For the basic period, Item 0001AA, 0001AB, and 0001AC each require 40 units of NSN 1660-01-662-0369 concentrators, and Item 0002AA, 0002AB, and 0002AC each require 23 units of NSN 1660-01-623-7476 concentrators. Similar quantities are specified for the option period under items 1001AA, 1001AB (40 units each of NSN 1660-01-662-0369), and 1002AA, 1002AB (23 units each of NSN 1660-01-623-7476). Deliveries for all items are required within 30 calendar days, with 4 units every 30 days. The amendment also details provisions for
    The file pertains to the Request for Proposal (RFP) FA8118-25-R-0080 issued by the Department of the Air Force for the repair and overhaul of F-15 oxygen concentrators. The acquisition is classified as unrestricted and encourages small businesses, including women-owned and service-disabled veteran-owned businesses, to participate. This contract, anticipated to be awarded as sole source to Mission Systems Davenport Inc., includes a five-year term with one basic and one optional two-year period. The contractor will be responsible for delivering materials, labor, and expertise to restore government-furnished items, including compliance with strict quality assurance and inspection standards. Key requirements include submitting a Source Approval Request for qualification, adhering to specific packaging and marking protocols, and utilizing a unique item identification system for tracking. The document outlines the expected timeline for responses, the complexities of overhaul services, and the necessary compliance with related government clauses, including those addressing safety and environmental standards. Overall, it aims to procure efficient repair services while ensuring adherence to government regulations and maintaining operational readiness of Air Force equipment.
    The government file outlines a request for proposal (RFP) for procuring F-15 concentrators under a recalled and re-initiated attachment. It details two lines of provisioned items, both identified as F-15 concentrators with specific national stock numbers and CAGE codes. The first requisition (line number 1) includes 445 units, acquired at a total cost of $256,310.87, while the second requisition (line number 2) includes 120 units at $263,340.00. Each concentrator does not require serial management and is categorized for use as-is without upgrade potential. The delivery timeframe for both items is set at 30 calendar days from the acquisition date. This document is reflected in the larger context of federal procurement processes, specifically emphasizing the acquisition of military equipment and enabling efficient resource allocation for defense operations. The RFP serves to facilitate the replenishment of critical supplies for military readiness and operational success.
    The document outlines the Item Unique Identification (IUID) checklist as per DFARS 252.211.7003, focusing on the necessary markings for specific military items. It specifies details related to an item requiring IUID marking, including its National Stock Number (NSN), which identifies an oxygen concentrator. The marking must comply with the latest version of MIL-STD-130, with specific instructions on location and method determined by the contractor. The checklist also includes a section for embedded items related to the same NSN, stating that they require similar marking guidance and protocol. This document serves to ensure compliance with IUID requirements for accurate identification of military items, which is crucial for inventory control and logistics. By detailing the necessary steps for marking items and embedded components, it emphasizes the government's commitment to maintaining rigorous standards for equipment used in defense operations.
    The document outlines the requirements for Item Unique Identification (IUID) marking for a specific item, an oxygen concentrator (NSN 1660016237476BO), in line with DFARS 252.211.7003. It specifies that marking must adhere to the latest MIL-STD-130 marking guidance, with the contractor determining the location and method for the marking process. The contact for this request is identified as Jeffrey R. Hill with associated office codes and contact numbers. The document also references the item’s embedded status but does not provide further detailed descriptions for the embedded category. The IUID checklist is essential for ensuring accurate identification and tracking of military items, supporting governance related to federal supply chain management. Overall, this document serves as a compliance tool for contractors involved in marking defense items, reflecting the federal government's emphasis on traceability and accountability in procurement.
    This Performance Work Statement (PWS) outlines the requirements for the repair of F-15 Oxygen Concentrators for the Department of the Air Force. The document details general information, specific work requirements, applicable documents, government property, service summary, consumable parts replacement, and supply chain risk management. Key aspects include pre-award and initial production evaluation requirements, quality control, special tools and test equipment, parts control, and technical order maintenance. The PWS also addresses critical areas like surge capabilities, obsolescence management, reverse engineering for unobtainable parts, and strict adherence to delivery schedules. Furthermore, it emphasizes supply chain risk management, including continuity of operations, foreign influence, and cybersecurity measures, all to ensure mission effectiveness and product integrity.
    The Department of the Air Force has issued a Performance Work Statement (PWS) associated with the repair of F-15 Oxygen Concentrators, detailed under PR Number FD2030-24-01827. The PWS outlines the requirements, definitions, and responsibilities for contractors, focusing on safe and effective repair processes. Key sections include detailed work descriptions, pre-award and initial production evaluation criteria, quality assurance protocols, and stringent reporting requirements. It mandates the use of government-approved parts, outlines consumable replacement protocols, and stipulates the requirement for comprehensive documentation throughout the repair process. The contractor is responsible for ensuring quality control, managing supply chain risks, and developing contingency operations in case of disruptions. Specific guidelines address cybersecurity measures and foreign influence disclosures, reflecting a heightened awareness of procurement security. Timely delivery and defect-free conditions of repaired items are paramount, emphasizing the need for adherence to strict service performance objectives. Overall, this PWS is integral to facilitating systematic defense operations while ensuring compliance with safety, technical, and operational standards.
    This Department of the Air Force memorandum from September 23, 2024, outlines the minimum personnel skills and grades required to support the proposed contract FD20302401827-00. The necessary positions include Production Control Clerk (GS-6), Supply Technician (GS-7), Shipping/Receiving Clerk (WG-4), Aircraft Quality Control Inspector (WG-11), and Instrument Mechanic (WG-8). Doyle Harrison, an Equipment Specialist from 423 SCMS/GUMA, is the point of contact for any questions regarding these requirements.
    The memorandum from the 848th Supply Chain Management Group of the Department of the Air Force outlines the personnel and skill requirements for proposed contract FD20302401827-00. It specifies the minimum skills necessary for various positions, including a Production Control Clerk (GS-6), a Supply Technician (GS-7), a Shipping/Receiving Clerk (WG-4), an Aircraft Quality Control Inspector (WG-11), and an Instrument Mechanic (WG-8). Each role has an associated grade level indicating the required expertise and responsibilities. For any inquiries, Doyle Harrison, the Equipment Specialist, provides contact information. This document highlights the emphasis on qualified personnel within federal RFPs to ensure effective contract execution in support of supply chain management operations.
    The document outlines packaging requirements for federal shipments, specifically focusing on wood packaging materials (WPM) in compliance with United Nations regulations to mitigate the risk of invasive species, such as the pinewood nematode. It emphasizes that all wooden materials used, including pallets and containers, must be constructed from debarked wood and heat-treated to specified temperatures for a minimum duration. Certification by an accredited agency recognized by the American Lumber Standards Committee (ALSC) is mandated. Additionally, items must adhere to military standards (MIL-STD-2073-1 for packaging and MIL-STD-129 for marking). Detailed shipping container marking guidelines are provided to ensure compliance, which include the labeling of unit serial numbers and manufacturer details where applicable. Supportive documentation is referenced, along with contact information for the packaging specialist overseeing these requirements. This summary encapsulates the core principles for packaging to ensure compliance and ecological safety for federal logistics operations.
    The document outlines transportation data for solicitation FD20302401827-00, initiated on May 13, 2024, which pertains to the procurement of specific commodities. It specifies the terms of shipment under the F.O.B. (Free On Board) provisions, with instructions to contact the Defense Contract Management Agency (DCMA) Transportation for guidance on shipping logistics. Key details include multiple purchase instrument line items, each associated with different National Stock Numbers (NSNs) and corresponding shipping instructions. The document emphasizes the necessity of obtaining regulatory clearances and appropriate shipping documentation prior to freight movement to avoid potential cost implications. Furthermore, transportation funds information is provided, detailing the associated account codes and funding mechanisms. Overall, the document serves as a vital reference for ensuring compliance with federal transportation regulations and guidelines associated with government contracts, aiding in the efficient management of freight logistics for federal and possibly state and local solicitations.
    Lifecycle
    Similar Opportunities
    FD2030-25-00964
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation Oklahoma City, is issuing a Special Notice for the procurement of an oxygen regulator, specifically NSN 1660-01-407-8856BO. The requirement includes the provision of the specified item, which is critical for aircraft air conditioning, heating, and pressurizing systems, ensuring operational safety and efficiency in aviation environments. The procurement is based on the top drawing number 29270-10A-B2, with an EDL revision date of December 2, 2023. Interested vendors should refer to the solicitation information for further details and contact the designated personnel once the solicitation has been approved for quotes.
    FD2030-26-00217
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation Oklahoma City, is seeking procurement for an Oxygen Monitor, Aircraft, identified by NSN 1660-01-473-3548BO. This equipment is critical for ensuring the safety and operational efficiency of aircraft by monitoring oxygen levels, thereby playing a vital role in aviation safety. The procurement is associated with the top drawing number 16VK058-2, and the expected delivery timeline is outlined in the EDL revision dated February 6, 2025. Interested vendors should refer to the solicitation information for further details and contact the designated personnel once the solicitation is approved for quotes.
    FD2030-25-01049
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation Oklahoma City, is issuing a special notice for the procurement of an Oxygen Monitor for aircraft, identified by NSN 1660-01-473-3548BO. This procurement is focused on acquiring a specific item that is critical for ensuring the safety and functionality of aircraft systems, as indicated by the top drawing reference 16VK058-2 and the EDL revision dated February 6, 2025. The selected vendor will be responsible for providing the necessary equipment, which plays a vital role in aircraft air conditioning, heating, and pressurizing systems. Interested parties should refer to the solicitation information for further details and contact the designated personnel once the solicitation has been approved for quotes.
    FD2030-25-00292
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation Oklahoma City, is issuing a special notice for the procurement of an oxygen regulator, specifically NSN 1660-01-407-8856BO. The requirement includes the provision of the regulator as per the top drawing number 29270-10A-B2, with an EDL revision date of December 8, 2023. This equipment is critical for aircraft air conditioning, heating, and pressurizing systems, ensuring operational safety and efficiency. Interested vendors should refer to the solicitation information for further details and contact the designated personnel once the solicitation has been approved for quotes.
    FD2030-26-00218
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation Oklahoma City, is issuing a Special Notice for the procurement of an Oxygen Monitor for aircraft, identified by NSN 1660-01-473-3548BO. The requirement includes adherence to the top drawing 16VK058-2 and is critical for ensuring the safety and operational efficiency of aircraft systems. This procurement is part of the broader category of aircraft air conditioning, heating, and pressurizing equipment, underscoring its importance in maintaining aircraft functionality. Interested vendors should refer to the solicitation information for further details, as the solicitation will be available for quotes once approved by the contracting officer.
    FD2030-25-02415
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation Oklahoma City, is issuing a Special Notice for the procurement of an Oxygen Regulator, specifically NSN 1660-01-473-3549BO, as detailed in top drawing 16VK059-2. This equipment is critical for aircraft air conditioning, heating, and pressurizing systems, ensuring operational safety and efficiency in military aviation. Interested vendors should note that further solicitation information will be provided once approved by the contracting officer, and they are encouraged to prepare for future quotes. For inquiries, please refer to the solicitation information as it becomes available.
    FD2030-26-00238
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation in Oklahoma City, is issuing a Special Notice for the procurement of a Converter, Liquid Oxygen, identified by NSN 1660-00-810-6854BO. This procurement is crucial for maintaining aircraft air conditioning, heating, and pressurizing systems, as indicated by the associated PSC code 1660. The top drawing for this item is M25666/5, with an EDL revision date of September 29, 2025. Interested vendors should refer to the solicitation information for further details and contact the designated personnel once the solicitation has been approved for quotes.
    FD2030-25-00184
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the procurement of an exhaust air cone assembly, identified by National Stock Number (NSN) 2840-01-347-7857OJ. The procurement involves adherence to stringent technical specifications and compliance with military standards, as outlined in various engineering documents, including manufacturing qualifications and first article requirements. This component is critical for aircraft engine performance and safety, underscoring its importance in national defense operations. Interested parties should prepare to submit proposals in accordance with the specifications provided, with a first article submission deadline set for June 6, 2024, and further details available through the designated contracting officer.
    FD2030-25-00779
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation Oklahoma City, is seeking procurement for a Converter, Liquid Ox, identified by NSN 1660-00-540-5306BO. The requirement includes adherence to the top drawing M25666/1 and is associated with the manufacturing of aircraft air conditioning, heating, and pressurizing equipment, which is critical for maintaining operational capabilities in military aircraft. Interested vendors should note that the solicitation will be available for quotes once approved by the contracting officer, and they are encouraged to refer to the solicitation information for further details. For inquiries, contact information will be provided in the solicitation documentation.
    FD2030-25-01565
    Buyer not available
    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.