Repair of the A-10 RDTU/UDTU
ID: FA825124R0012Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8251 AFSC PZABBHILL AFB, UT, 84056-5825, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

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 the repair of the A-10 Redesigned Data Transfer Unit (RDTU) and associated components. The procurement includes a comprehensive scope of work that requires contractors to develop production surge plans, counterfeit prevention strategies, and various reporting requirements related to government property and maintenance activities. These units are critical for ensuring the operational efficiency of military aircraft systems, emphasizing the importance of compliance with stringent military standards and cybersecurity measures. Interested vendors must submit their proposals by October 16, 2024, and can direct inquiries to primary contact Darin Rector at daren.rector@us.af.mil or secondary contact Hunter Doney at hunter.doney@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The CAVAF Reporting Requirements document outlines the responsibilities and procedures for contractors regarding the Commercial Asset Visibility Air Force (CAVAF) system, aimed at tracking government-owned assets at contractor facilities. Key responsibilities include daily reporting of maintenance actions, proper cybersecurity training, and maintaining accurate asset records within the CAVAF system. Contractors must ensure that two designated reporters submit access requests and complete required training within specified timeframes. The document stresses the importance of correctly utilizing government-issued forms, timely reporting (within one business day), and managing discrepancies in shipments effectively. Additionally, the requirements encompass handling Nuclear Weapon Related Materiel (NWRM), specific transaction reporting actions, and adherence to procedures when discrepancies occur. Contractors must also monitor asset disposition instructions from the government and complete shipping actions promptly. Overall, this document serves as a comprehensive guide to ensure streamlined operations and compliance with government standards in asset management, emphasizing the necessity for accurate and timely data reporting to support logistics and inventory management efforts across contracts within the Department of Defense.
    The DD Form 1423-1, known as the Contract Data Requirements List (CDRL), is utilized primarily within the Department of Defense to collect information regarding data items required under government contracts. The form aims to standardize the submission of data items, such as technical data packages and technical manuals, crucial to contractual obligations. The document includes sections for contract line item numbers, data item titles, submission dates, distribution details, and estimated prices for data preparation categorized into price groups I-IV based on the necessity and effort involved. It highlights the estimated reporting burden of approximately 110 hours for respondents, acknowledging that individuals are exempt from penalties if the form lacks a valid OMB control number. The structure of the form guides users in providing essential contract-related information, ensuring clarity regarding data requirements and responsibilities. The comprehensive instructions help both government personnel and contractors optimize compliance, detailing the process for preparing, approving, and submitting necessary data while emphasizing the importance of conformity to government specifications. This document is a vital component in the context of federal grants and RFPs, aligning contractor obligations with government needs efficiently.
    The document is a formal Request for Proposal (RFP) issued by the Department of the Air Force, seeking bids for specific supplies and services under contract FA8251-24-R-0012. The RFP outlines vital details such as submission deadlines, specific items required (including reporting requirements and production plans), and contract clauses, which govern the procurement process. Key tasks for contractors include creating plans for production surges and counterfeit prevention, alongside multiple data reporting requirements associated with government property inventory and production statuses. The RFP emphasizes compliance with quality assurance protocols and specifies transportation logistics. It seeks competitive sealed bids, with submission due by October 16, 2024, highlighting requirements for unique item identification and other detailed clauses pertinent to government contracting. This document reflects the structured approach of government procurement, ensuring accountability and quality in operations while also encouraging participation from varied suppliers, particularly small businesses in the defense contracting sector.
    The document details a request for a specific data interface unit, designated as NSN 7025016195776FJ, essential for transferring data to various aircraft avionics line replaceable units (LRUs). The item is characterized by dimensions of 8 inches in length, 5.75 inches in width, and 4.5 inches in height, weighing 6.3 pounds. It is constructed with a case that encloses circuit card assemblies. The criticality code is marked as 'X', indicating significant importance, and it is categorized under demilitarization code 'D' with a security code of '7'. The initiator of the request is Clayton H. Garrett from the 416 Supply Chain Management Squadron. The availability of the item and its compliance with safety measures, including ESD considerations, are noted. Overall, this document provides essential specifications and functional descriptions of a component vital for military aviation operations, reflecting the structured process of federal requests for proposals (RFPs) and grants in acquiring necessary equipment.
    The document outlines the specifications for a Transfer Unit intended for F-16 aircraft avionics systems, identified by the National Stock Number (NSN) 7025014065838FJ. Authored by Clayton H. Garrett of the 416 Supply Chain Management Squadron, it includes critical details such as dimensions (8.0 in L x 5.75 in W x 4.5 in H) and weight (6.3 lb). Designed to transfer data between data transfer cartridges and avionics line replaceable units (LRUs), this item is essential for maintaining communication within aircraft systems. The security classification is labeled as '7', and the demilitarization code is 'D', indicating specific handling requirements. It also notes that the item contains a case with circuit card assemblies, emphasizing its significance in military operations. The document is a part of federal procurement processes and serves to inform potential vendors about the specifications needed for proposals related to aircraft technology and data transfer systems.
    The document outlines the requirements for Item Unique Identification (IUID) marking for an interface unit, specifically NSN 7025016195776FJ, under the guidelines of DFARS 252.211.7003. It specifies that marking must comply with the latest MIL-STD-130 standards and details the recommended marking method as Ink Jet, with the IUID label to be positioned between the nameplate and firmware label on the unit. The responsible person for this task is Brian L. Randall from the 416 SCMS organization, and the marking is essential for managing repair contracts involving this item. The document highlights that the IUID requirement is crucial for embedded items, ensuring proper tracking and identification within government logistics frameworks. The overall intent is to facilitate compliance and standardization in item marking, critical for contract management and inventory control in federal and military contexts.
    The IUID Checklist outlines requirements for marking items under DFARS 252.211.7003, specifically focusing on the identification and marking of a transfer unit with NSN 7025014065838FJ. The document specifies that the marking should comply with the latest MIL-STD-130 standards, and it includes details such as the initiator's name, contact numbers, and the relevant engineering drawing numbers (12C2289-H and 12C2290-H). It emphasizes applying the marking method to both specified part numbers associated with the CAGE code 86360. Additionally, the document acknowledges that the item is an embedded item for the stated NSN, but further marking guidance is not detailed. Overall, this checklist serves as a procedural guide for ensuring compliance with unique item identification requirements in government contracts and logistical processes, reinforcing traceability and accountability in defense-related procurement processes.
    The Statement of Work outlines packaging, preservation, and marking requirements under a federal contract, adhering to various military and international standards. Key directives include compliance with AFMC Form 158, MIL-STD 2073-1 for military packaging, and specific marking protocols as per MIL-STD 129 to ensure proper identification during shipment and storage. The document mandates the use of International Standards for Phytosanitary Measures (ISPM 15) for wood packaging materials, and details the protocols for handling hazardous materials according to several regulatory frameworks, including DOT and IATA standards. Additionally, it incorporates guidelines for reusable containers and emphasizes the importance of submitting Safety Data Sheets under FED-STD-313. The contractor must report any discrepancies in packing through the Web Supply Discrepancy Report system and utilize various government resources for access to specifications. Overall, the document emphasizes adherence to military and federal guidelines to ensure safe, compliant, and efficient packaging and transportation of materials, reflecting the rigor necessary in government contracts and procurement processes.
    The document outlines the packaging requirements for items in compliance with military standards, emphasizing the construction specifications for wooden packaging materials (WPM) to prevent invasive species risks, such as the pinewood nematode. All wooden packaging must utilize debarked wood and follow heat treatment protocols, certified by an accredited agency recognized by the American Lumber Standards Committee. The packaging must conform to military specifications including MIL-STD-2073-1 for military packaging and MIL-STD-129 for military marking, detailing specific requirements for labeling, shipping container markings, and additional barcoding as necessary. This guidance ensures that shipping and storage methods align with international phytosanitary standards, particularly for shipments at various logistics centers worldwide. The document is structured into sections, indicating packaging requirements for multiple items, with contact information for the packaging specialist. This information is pertinent for government contracts, grants, and proposals, ensuring that all supply chain operations adhere to federal regulations.
    The Department of the Air Force's Performance Work Statement (PWS) details the requirements for the Redesigned Data Transfer Unit (RDTU) repair services at Hill AFB, Utah. It outlines the work scope, emphasizing the need for major overhaul, including inspection, testing, components reworking, and updates to ensure the units are restored to a serviceable condition without altering their original functionalities. Contractors must develop a Supply Chain Risk Management (SCRM) plan, comply with strict cybersecurity measures, and ensure proper tracking of parts to avoid counterfeit components. The document also stipulates guidelines for handling government-furnished property and material, as well as the necessity for Environmental Stress Screening (ESS) testing when items are returned multiple times within a year. Additionally, the contractor must maintain compliance with various military standards, data requirements, and provide detailed reporting on all maintenance activities. This PWS underscores the Air Force's commitment to maintaining operational efficiency and reliability by adhering to defense procurement protocols while mitigating risks associated with supply chain vulnerabilities.
    The document outlines a Repair Data List for the Interface Unit, Data (NSN 7025016195776FJ), with relevant details regarding asset marking, electrostatic discharge guidelines, and general criteria for electronic equipment maintenance. It indicates multiple supporting references, including military handbooks and specific air force technical orders relevant to repair processes. Each entry in the list is associated with a CAGE code (79986) and specified documentation requirements ranging from classified documents to government manuals. The repair data emphasizes the importance of specific standards and guidelines necessary for maintaining military and electronic equipment, ensuring adherence to regulatory requirements in the repair process. This document serves as a comprehensive reference for contractors engaged in repair activities, illustrating the context of federal RFPs and the emphasis on traceability, standard compliance, and technical documentation in government contracts.
    The document outlines the Repair Data List for part number 35Y1000001, associated with the National Stock Number (NSN) 7025014065838FJ, pertaining to a Transfer Unit program. It serves as a reference for required documentation and standards essential for the repair and maintenance of military assets. The listed documents include several military standards and handbooks concerning asset marking, electrostatic discharge, electronic equipment guidelines, and maintenance documentation. Specific codes indicate the availability and classification of each document, highlighting whether they are furnished with the solicitation, required for contract award, or available upon request. This structured inventory is crucial for compliance with repair protocols and ensures that personnel have access to necessary guidelines and technical data, facilitating effective maintenance and management of military equipment. The file is part of a broader context involving federal grants and Requests for Proposals (RFPs) aimed at supporting governmental readiness and operational efficiency.
    The document outlines the qualification requirements for vendors seeking to provide repair services for the RDTU and Conversion UDTU to RDTU for the A-10C application. To qualify, vendors must notify the Small Business Office, demonstrate access to necessary facilities and testing capabilities, and provide a complete data package including engineering specifications. They must ensure compliance with government repair processes, submit a detailed qualification test plan, and provide a pre-contract qualification article for evaluation. Costs for qualifying are estimated at $16,200, with an expected completion timeline of 270 days. Waivers may be available for certain vendors meeting specific criteria related to previous supply contracts or existing qualifications. Successful qualification does not guarantee contract award, which will depend on meeting all requirements by the contract award date. This document serves to establish rigorous standards for sourcing qualified repair services within federal procurement processes.
    The document outlines the qualification requirements for prospective vendors seeking to repair and convert RDTUs for the A-10C aircraft. It mandates that offerors notify the relevant government office of their intent, certify access to necessary facilities and equipment, and ensure they can provide a complete data package, including engineering documents and compliance with Unique Identification standards. The offerors must also prepare a qualification test plan for government approval and submit a qualification article for evaluation. Costs for testing are estimated at $16,200, with an expected qualification duration of 270 days. It emphasizes that qualification does not guarantee a contract award. Additionally, the document specifies waiver criteria for those who have previously supplied similar articles to the government or are qualified to provide related items. Ultimately, meeting the outlined requirements is essential for any potential vendor to be considered for a contract.
    The document outlines transportation data pertinent to federal procurement, specifically detailing the shipping instructions for various items under the purchase instrument number FD20202400779-00, initiated on July 25, 2024. It emphasizes the necessity of coordinating with the Defense Contract Management Agency (DCMA) for shipping instructions and regulatory clearances. A list of items to be shipped to Hill Air Force Base, Utah, along with their respective National Stock Numbers (NSNs), is provided, ensuring proper logistics and accountability. Notably, the document underscores the importance of adhering to the established delivery terms, including F.O.B. (Free On Board) destination and the requirement for communication with DCMA prior to shipment to avoid incurring additional costs. The contact information for DCMA's transportation division is included for vendors seeking assistance. This document is essential in guiding contractors regarding transportation logistics and compliance as part of federal acquisition processes, highlighting the meticulous nature of government procurement and contract administration.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    Repair of B-2 Disk Drive Unit (DDU)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center, is seeking potential sources for the repair of the B-2 Disk Drive Unit (DDU), associated with NSN 7025-01-582-0638. The procurement aims to identify contractors capable of managing all aspects of the repair process, including disassembly, inspection, maintenance, and testing, to ensure the units are returned to a serviceable condition while adhering to stringent military specifications. This repair work is critical for maintaining the operational readiness of the B-2 aircraft, emphasizing the importance of quality control, counterfeit prevention, and compliance with federal requirements. Interested companies must respond with their capabilities and experience by October 11, 2024, and can submit their responses electronically. For further inquiries, contact Mark C. Green at mark.green.29@us.af.mil or 405-734-8487.
    Repair of Vertical Situational Display Unit (VSDU) & Fully Integrated Data Link (FIDL)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Vertical Situational Display Units (VSDU) and Fully Integrated Data Links (FIDL) as part of contract FA8117-24-R-0003. The procurement aims to ensure the operational readiness of critical military aviation systems by requiring contractors to deliver quality serviceable products while adhering to stringent quality assurance protocols, cybersecurity measures, and supply chain risk management practices. This solicitation is vital for maintaining the functionality of B-1 aircraft components, with a focus on timely delivery and compliance with established standards. Interested vendors must submit their proposals by the extended deadline of July 1, 2024, and can contact Michael Shand at michael.shand@us.af.mil or David Herrig at david.herrig.1@us.af.mil for further information.
    Repair of Display Unit, Flight
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Flight Display Units under Solicitation Number FA8117-24-R-0014. The contractor will be responsible for disassembling, analyzing, troubleshooting, repairing, and testing the display units, ensuring they meet all operational specifications and are returned in a serviceable condition. This procurement is critical for maintaining the functionality of military aircraft systems, as the display units play a vital role in flight operations. Interested contractors should contact Cory Wilson at cory.wilson.1@us.af.mil or Tanner Mullins at tanner.mullins.1@us.af.mil for further details, with proposals due by May 31, 2024, following the recent amendment to the solicitation.
    Remote Control Unit (RCU) Production
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is soliciting proposals for the production of Remote Control Units (RCUs) under solicitation number FA8307-24-R-B040. The initiative aims to redesign and produce 888 new Z-ANP RCUs to replace outdated models, with a focus on comprehensive production tasks including documentation, training, maintenance, and logistics, all to be completed within a 36-month timeframe. This procurement is critical for enhancing operational capabilities within the Air Force and Navy, as well as supporting Foreign Military Sales. Proposals are due by 12:00 PM (CST) on October 14, 2024, and interested parties should contact Roberta Wilson at roberta.wilson.1@us.af.mil or Ethan Hardin at ethan.hardin@us.af.mil for further information. Note that funding is not currently available, and no awards will be made until funds are secured.
    70--CONTROLLER,DATA ENT, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair and modification of the CONTROLLER, DATA ENT, through a federal contract opportunity. The procurement aims to establish a firm-fixed-price contract for the repair of this equipment, with a required Repair Turnaround Time (RTAT) of 74 days, emphasizing the importance of timely and efficient service to maintain operational readiness. This contract is critical for ensuring the functionality of essential machinery used in various defense operations, and interested contractors must submit their quotes, including pricing and capacity constraints, by the extended deadline of November 18, 2024. For further inquiries, potential bidders can contact Heather Van Hoy at 717-605-3528 or via email at HEATHER.VANHOY@NAVY.MIL.
    Repair of the F-16 IF Assembly
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the F-16 IF Assembly, with a focus on interchangeable National Stock Numbers (NSNs) related to the aircraft's operational components. The procurement aims to restore critical equipment to serviceable condition, ensuring compliance with stringent technical standards, counterfeit prevention measures, and security protocols. This contract is vital for maintaining the operational integrity of military aviation systems, with a delivery timeline of 90 days after receipt of carcass for various line items. Interested contractors should reach out to primary contact Darin Rector at daren.rector@us.af.mil or secondary contact Hunter Doney at hunter.doney@us.mil for further details regarding the solicitation, which is expected to be awarded under the contract number FD20202400650.
    MOD,HPOI RDU B1
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of the MOD,HPOI RDU B1 system. This procurement aims to ensure the operational readiness of critical electronic countermeasures and related systems, which are vital for national defense and military operations. The solicitation has been extended to October 11, 2024, and emphasizes the need for a Repair Turnaround Time (RTAT) that meets or exceeds government requirements, with all freight handled by the Navy. Interested contractors should contact Nicole Diehl at 717-605-5415 or via email at NICOLE.DIEHL@NAVY.MIL for further details and to submit their proposals.
    16--DC AFT PDA,DC, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of the DC AFT PDA, DC, under a firm fixed-price contract. The procurement involves the overhaul, upgrade, and testing of aircraft parts, ensuring they meet operational standards and are returned to a Ready for Issue (RFI) condition. This opportunity is critical for maintaining the functionality and reliability of military aircraft components, which are essential for national defense operations. Interested contractors should contact Carmelena Oldroyd at 215-697-2606 or via email at CARMELENA.OLDROYD@NAVY.MIL for further details, with the expectation of a 90-day repair turnaround time after asset receipt.
    HH-60W Ux Validator II Test Set Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking proposals for the repair and refurbishment of the Ux Validator II Test Set and associated equipment to support the HH-60W helicopter. The procurement aims to ensure the operational readiness and availability of critical test sets used for aircraft maintenance, which are essential for verifying the functionality of various aircraft systems and components. This long-term contract is structured as a ten-year agreement, including a base year and nine optional years, with an estimated quantity of 24 units per year and a required delivery timeframe of 12 months after receipt of funded orders. Proposals are due by 5:00 PM EDT on October 3, 2025, and interested parties should contact Dominique Doyle at Dominique.doyle@us.af.mil or Hillary Souther at Hillary.souther@us.af.mil for further information.
    FA811824R0044 Overhaul of B-2/B-52 Hydraulic Drive Unit, Common Strategic Rotary Launcher (CSRL) power drive unit (PDU), NSN: 1650-01-276-4376, P/N 741322E
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the overhaul of the B-2/B-52 Hydraulic Drive Unit, known as the Common Strategic Rotary Launcher (CSRL) Power Drive Unit (PDU), under solicitation FA811824R0044. The procurement involves comprehensive services including disassembly, inspection, rehabilitation, and testing of the hydraulic drive unit, with a focus on maintaining operational readiness for critical military assets. This contract is vital for ensuring the functionality of strategic defense systems, with a firm-fixed-price structure over a ten-year period, including five one-year options. Interested contractors must submit their proposals by September 30, 2024, and can direct inquiries to Jacqueline West at jacqueline.west@us.af.mil or Shirley V. Harmon at Shirley.Harmon.1@us.af.mil for further assistance.