Overhaul of B-1 Hydraulic Motors
ID: FA8118-24-R-0067Type: 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 soliciting proposals for a contract focused on the overhaul of B-1 Hydraulic Motors, with a firm fixed-price requirements contract anticipated for one year starting December 2024. The contractor will be responsible for providing all necessary materials, labor, and expertise to restore government-furnished reparables to a like-new condition, ensuring compliance with stringent quality standards and technical specifications. This procurement is vital for maintaining the operational readiness of military aircraft, reflecting the Air Force's commitment to reliable maintenance and parts supply. Interested vendors must submit their proposals by November 13, 2024, and can direct inquiries to Dessie Breslin at dessie.breslin@us.af.mil or David O'Rourke at david.orourke@us.af.mil.

    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) related to the Commercial Asset Visibility Air Force (CAV AF) system. This system serves as the primary record for tracking Government-owned assets at contractor facilities, requiring contractors to report accurate asset status daily or within one business day after maintenance actions. Contractors must utilize the most current User Guides and undergo familiarization training, submitting necessary documentation including System Authorization Access Requests and cyber awareness training certificates. Key responsibilities include maintaining accurate asset records, reporting Government Furnished Property, and managing specific rules for Nuclear Weapon Related Materiel (NWRM). Contractors must follow designated procedural guidelines for reporting discrepancies, handling 'Not-on-Contract' items, and ensuring proper documentation for shipping and receiving assets. The document emphasizes the importance of timely reporting and adherence to established protocols to avoid discrepancies and systemic issues in asset management. Assistance contacts are provided for contractors dealing with access or operational issues within the CAV AF system. Overall, the CAV AF Reporting Requirements serve to maintain accountability and visibility of Government assets within the contractor's purview, ensuring compliance with DoD regulations.
    The document outlines the Contract Data Requirements List (CDRL) for a government contract (FD20302402089) concerning the B-1 Motor, Pump, Hydraulic system. It details several data items to be provided by the contractor, including Commercial Asset Visibility (CAV) Reporting, Contract Depot Maintenance (CDM) Monthly Production Report, and Government Property Inventory Report. Each section specifies requirements such as submission frequency, authorized distribution, and responsible contacts. CAV reporting mandates daily updates within 24 hours of supply or maintenance transactions. The CDM report requires monthly production data to depict the contractor's inventory management. The inventory report is an annual document detailing the contractor's property control systems, submitted within seven days of the reporting period's end. Additionally, a Production Surge Plan outlines procedures for responding to demand surges during national emergencies, requiring a delivery schedule that accommodates increased production without contract price hikes. Overall, the document emphasizes accountability and timely reporting to maintain oversight of government property and service requirements, ensuring compliance with Defense Department standards.
    The Government Property (GP) Inventory Report, designated as DI-MGMT-80441D, provides a structured format for contractors to report Government Furnished Property (GFP) and Contractor Acquired Property (CAP) to the Department of Defense (DoD). This report is required for all contracts where GP is utilized and outlines essential details including contract numbers, asset identification, descriptions, quantities, and costs, ensuring accurate tracking and management of government assets. Prepared by the MDA, the report must be compiled in an electronic .xls or .xlsx format. The required columns include data fields such as item descriptions, manufacturer information, asset location, and condition codes. This inventory process is crucial for maintaining accountability and transparency in government property management, particularly in the context of federal grants and Requests for Proposals (RFPs). The document supersedes the previous version (DI-MGMT-80441C) and emphasizes the importance of accurate inventory reporting as a component of contractual obligations.
    The document emphasizes the importance of verifying the current version of resources retrieved from the Defense Logistics Agency's site, specifically http://assist.dla.mil. It serves as a reminder to users that information may change and encourages them to check for the most up-to-date content before proceeding with any applications, submissions, or decisions related to federal government RFPs and grants. The repetition of the source highlights its significance while reiterating the necessity of compliance with the latest guidelines. The overarching purpose reflects the government's commitment to ensure that stakeholders utilize accurate and current information in the pursuit of grants and RFPs, which is critical for effective project planning and execution in state and local contexts.
    The document outlines the Commercial Asset Visibility (CAV) Reporting system, which facilitates the web-based tracking of government-owned reparable assets during their repair cycle at contractor facilities. The CAV application is designed to enhance inventory management by allowing contractors to report transactions in real-time, which then updates a centralized database accessible to vendors for status and activity reporting. The Data Item Description (DID) specifies the format and content requirements for the reporting generated by contract tasks, including various transaction types such as asset receipts, inductions, completions, shipments, and reporting discrepancies. It highlights the systematic nature of data input and outlines necessary documentation like reports and maintenance operations to bolster asset management efficiency. This directive is critical for ensuring accountability and streamlined processes within government asset management in the context of federal procurement and grants.
    The "Contract Depot Maintenance (CDM) Monthly Production Report" outlines the reporting requirements for depot-level maintenance contracts. This document serves to provide the government with detailed monthly production metrics, asset accountability, and insights into potential problems at the contractor's facility. It specifies the necessary format and content for the report, including key data such as contractor and project identification, quantities of reparables received, inducted, produced, and shipped, as well as forecasts for the following month. The report's structure consists of two main parts: Part I contains detailed blocks for specific information like inventory status and contact details, while Part II offers a production summary that is only necessary under certain conditions, such as discrepancies in predicted production. In essence, this report facilitates effective monitoring and management of maintenance operations under government contracts, ensuring adherence to schedules and accountability in asset management. The established due date for submission is within ten business days after the end of the report month, reinforcing the need for timely updates on production status.
    The document is a solicitation for a contract (FA8118-24-R-0067) from the Department of the Air Force focusing on the overhaul of B-1 Hydraulic Motors. It is an unrestricted acquisition allowing participation from various types of businesses, including small and women-owned enterprises. The contract is outlined as a firm fixed-price requirements contract for one year, beginning December 2024, with provisions for potential additional work at specified pricing. The submission deadline for offers is set for November 13, 2024. Key details include requirements for inspections, assignation of shipping terms, and notes on acceptance procedures and quality assurance. It mandates clear definitions concerning contract clauses and obligations, emphasizing compliance with regulatory requirements. The document stipulates that only government-requested costs will be covered, and outlines numerous clauses covering various aspects of contract execution, rights, and obligations under the procurement process. The overarching aim is to ensure efficient management of contracts related to crucial maintenance and parts supply for military aircraft, reflecting the Air Force's ongoing commitment to maintaining operational readiness through reliable supplier relationships.
    The document pertains to federal and state/local Request for Proposals (RFPs) and grants, outlining guidelines and expectations for potential applicants. It emphasizes the importance of thorough project documentation, including objectives, methodologies, and compliance with funding requirements. A detailed breakdown of key focus areas such as sustainability, local impact, and community involvement is emphasized, highlighting the necessity for projects to address specific community needs and outcomes. In addition to outlining requirements for proposal submissions, the document underscores the evaluation criteria that will be used to assess proposals, including innovation, feasibility, and budget management. Clear timelines and milestones are also outlined to ensure accountability and track progress throughout the funding period. The overall aim is to facilitate project proposals that align with governmental priorities, particularly those aiming to enhance public welfare and community development. By adhering to established guidelines, proposers can increase their chances of securing funding while contributing positively to their communities.
    The document outlines stringent packaging requirements for wooden materials in compliance with international standards aimed at preventing the spread of invasive species. Specifically, it addresses wood packaging materials (WPM), which include various wooden items such as pallets and crates, mandating they be constructed from debarked wood and treated to meet specified thermal regulations (56°C for 30 minutes). Certification from an accredited agency recognized by the American Lumber Standards Committee (ALSC) is necessary. The document also stipulates adherence to military standards (MIL-STD-129 and MIL-STD-2073-1) for packaging and marking items, ensuring appropriate identification and compliance during global shipments. Additional details provide insights on preservation levels, packaging methods, and marking requirements tailored for specific items. The packaging specialists and their contact information are included, indicating a structured approach to compliance and accountability within military logistics. Overall, the document serves to safeguard against pest transport in defense logistics and ensures robust packaging practices are followed widely.
    The document outlines a Performance Work Statement (PWS) for the overhaul of B-1 GSA Hydraulic Motors under Department of the Air Force PR Number FD20302402089-00. It specifies comprehensive requirements and guidelines for contractors, including definitions, pre-award survey, initial production evaluation, reporting requirements, quality control, and safety protocols. Key tasks involve disassembling, cleaning, inspecting, reassembling, testing, and delivering end items in a defect-free condition. Contractors must adhere to a stringent quality assurance system, maintain thorough documentation, and comply with specified air force technical orders. Emphasis is placed on replacing consumable parts 100% of the time, ensuring all materials meet stringent quality standards. The document also includes supply chain risk management, continuity of operations plans, and cybersecurity measures, reflecting the need for proactive strategies for potential disruptions. Overall, the PWS serves as a critical framework guiding contractors in delivering efficient and compliant overhauling services to support Air Force operations.
    The document outlines transportation data related to federal solicitations for specific commodities under Purchase Instrument Number FD20302402089-00, initiated on September 5, 2024. It emphasizes the Federal Acquisition Regulation (FAR) guidelines for freight classification, shipment marking, and contact procedures with the Defense Contract Management Agency (DCMA) for shipping instructions. Vendors are instructed to use the DCMA Shipment Instruction Request (SIR) eTool for obtaining necessary regulatory clearances before shipment. The document includes detailed shipping information for multiple line items with associated National Stock Numbers (NSN) and shipping destinations, specifically the DLA Distribution Depot in Tinker AFB, Oklahoma. The contact person for inquiries is Glenn A. Carter from the 406 SCMS/GULAA office. This summary encapsulates the procurement's transportation protocols, highlighting compliance with regulations and vendor responsibilities in the shipment process within government contracts.
    The memorandum from the 848th Supply Chain Management Group at Tinker Air Force Base outlines the personnel and skill requirements for contract FD20302402089-00. It specifies the minimum personnel needed, including a Production Control Clerk (GS-6), Supply Technician (GS-7), Shipping/Receiving Clerk (WG-4), Aircraft Quality Control Inspector (WG-11), and Electronics Technician, Maintenance II (WG-9). Each position is identified by a specific code and grade level, highlighting the critical skill sets required to support the proposed contract. The point of contact for any inquiries is Todd Owen, the Equipment Specialist at the 423 SCMS/GUMF. This memorandum is essential for potential contractors in understanding the staffing needs and qualifications necessary to fulfill the contract obligations, aligning with federal procurement standards and requirements.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Head, Hydraulic Motor
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of 330 units of the Head, Hydraulic Motor, essential for the B-1 aircraft. This acquisition involves the supply of hydraulic motor heads, which are critical components that pump oil to the charge circuit, with specifications including dimensions of 3.00 inches long by 3.50 inches wide by 6.00 inches high, and a weight of 5.50 lbs. The Request for Proposal (RFP) is scheduled for issuance on October 25, 2024, with a response deadline of November 24, 2024, and delivery is required by March 3, 2027. Interested parties should contact Chrissy Turnage at christine.turnage@us.af.mil for further inquiries, noting that the government does not own the rights to the necessary manufacturing data and that the procurement is not set aside for small businesses.
    B-1 HEAD HYDRAULIC MOTO, NSN: 1650-01-209-5072HS, PN: 714178
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of 116 units of the Head Hydraulic Motor (NSN: 1650-01-209-5072HS) for the B-1 aircraft, with a presolicitation notice issued under SPRTA1-25-R-0028. This sole source acquisition is critical for maintaining the operational readiness of military aircraft, and the government intends to negotiate with Hamilton Sundstrand, the qualified source that previously supplied these parts. Proposals must be submitted by November 25, 2024, with delivery expected by January 27, 2025, and interested parties can reach out to John Nolan at john.nolan.8@us.af.mil or call 405-855-3542 for further inquiries.
    B-2 Cylinder Assembly
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of B-2 Cylinder Assemblies, specifically designed to activate the main landing gear doors of aircraft. The solicitation requests a 20% reduction in cost and a 25% reduction in production lead time for a total quantity of eight units, which are made from aluminum/alloy materials. This procurement is critical for maintaining the operational readiness of military aircraft, with a delivery deadline set for August 12, 2025. Interested vendors should submit their capability statements or proposals to Dana Craun at dana.craun@us.af.mil or call 405-426-9405, as electronic procedures will be utilized for this solicitation.
    HOUSING, MECHANICAL
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is seeking proposals for the procurement of mechanical housing components, specifically under solicitation number SPRTA1-25-R-0010. The requirement includes an estimated total of 17 units, with a quantity range of 5 to 26 units, intended for use in the B-1B aircraft, emphasizing the importance of these components in military applications. Proposals are due by October 28, 2024, with delivery expected by March 26, 2028, and interested contractors should direct inquiries to Michael Hannan at Michael.Hannan.1@us.af.mil or call 405-855-7126 for further details.
    Gear and Shaft Assembly
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Aviation at Oklahoma City, OK, is soliciting proposals for the procurement of 44 units of a Gear and Shaft Assembly, part number 713342C, under Purchase Request FD2030-25-00046. This assembly is critical for the B-1 aircraft, transferring output speed to the generator, and must meet stringent military standards for quality assurance, packaging, and transportation. Proposals are due by November 7, 2024, with the anticipated delivery date set for June 16, 2026; however, contract awards will only be made once FY2025 funding is available. Interested parties can direct inquiries to Chrissy Turnage at christine.turnage@us.af.mil.
    C-40A Engine CFM56-7B24 Repairs and Overhauls
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking proposals for the overhaul and repair services of forty-three (43) CFM56-7B24 engines in support of the C-40A Aircraft. This procurement will be executed via a single source Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract, following a formal Request for Proposal (RFP) process that includes prior notices and drafts. The engines are critical components for the C-40A Aircraft, which plays a vital role in military logistics and transport operations. Interested parties must submit their proposals by 4:30 PM EST on December 20, 2024, and may direct questions to Lindsay Hurley at lindsay.hurley@navy.mil by October 25, 2024, to ensure timely responses from the Government.
    Repair of Valves, Linear Direct, NSN 4810-01-326-0862, P/N 1886-280 and NSN 4810-01-326-0863, P/N 1886-290
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the remanufacture of F110 Linear Direct Valves, identified by NSNs 4810-01-326-0862 and 4810-01-326-0863, with part numbers 1886-280 and 1886-290. The procurement aims to restore these critical safety items to their original life expectancy, requiring contractors to provide all necessary labor, equipment, and materials while adhering to stringent quality standards and compliance with OEM guidelines. This opportunity is particularly significant as these valves play a vital role in aviation safety and performance. Interested contractors must submit their proposals by October 22, 2024, at 4:00 PM CST, and can direct inquiries to Brandi Bridgett at brandi.bridgett@us.af.mil or Tara Parker at tara.parker.4@us.af.mil, with an estimated contract value ranging between $50,000 and $250,000.
    C-5 Tension Regulator, Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force, is soliciting proposals for the repair of C-5 Tension Regulators under solicitation FA8538-24-Q-0005. This procurement involves a firm fixed-price requirements contract with a one-year basic ordering period and four additional one-year ordering periods, aimed at ensuring the operational readiness of critical aircraft components. The C-5 Tension Regulators are essential for maintaining flight control cable tension, which is vital for aviation safety. Interested contractors must submit their proposals by October 25, 2024, at 4:00 PM EST, and are encouraged to contact Jacob Kline at jacob.kline.4@us.af.mil or Phillip Russell at phillip.russell.9@us.af.mil for further inquiries.
    KC-135 MOTOR PUMP, NSN: 1650-01-161-1597HS, PN: 731828A
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Aviation at Oklahoma City, OK, is soliciting proposals for the acquisition of KC-135 motor pumps, specifically part number 731828A, under solicitation number SPRTA1-25-R-0003. The procurement involves a base estimated quantity of 428 units, with proposals required to adhere to the Buy American Act and include pricing structures for varying quantities, while ensuring compliance with military packaging and transportation standards. These motor pumps are critical for the maintenance and operational readiness of the KC-135 aircraft, underscoring their importance to the Air Force's logistical capabilities. Proposals must be submitted by November 7, 2024, with early delivery permitted by July 16, 2025; interested vendors can contact John Nolan at john.nolan.8@us.af.mil or call 405-855-3542 for further details.
    Differential Gear U
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of Differential Gear U, a critical component for the F15C/D and F16A/B aircraft. The contract will involve the supply of 54 units of this item, which is designed to convert varying input speeds to output speeds, and is made from steel and bronze alloys. Interested vendors should note that the estimated issue date for the Request for Proposal (RFP SPRTA1-25-R-0016) is October 24, 2024, with a closing date of November 25, 2024. For inquiries, potential bidders can contact Kristian Hollingshead at kristian.hollingshead.1@us.af.mil, and they should be aware that the contract award is contingent upon the availability of appropriated funds.