T-38 A/B Seat Stand Adapter Assembly
ID: FA8224-25-01SAAType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8224 OL H PZI PZIMHILL AFB, UT, 84056-5805, USA

NAICS

All Other Miscellaneous Fabricated Metal Product Manufacturing (332999)

PSC

AIRCRAFT MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT (4920)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors for the procurement of sixty-eight T-38 A/B Seat Stand Adapter assemblies, which are critical for maintaining T-38A ejection seats during aircraft repair operations at Randolph Air Force Base in Texas. The assemblies must adhere to the X202306209 Rev D drawing configuration and be delivered within two months of contract award, ensuring compliance with the Trade Agreements Act (TAA) and government quality standards. This procurement is part of the Aircraft Maintenance Group's TRIM program, emphasizing the importance of timely and compliant delivery of specialized equipment. Interested parties, particularly small businesses, must respond by March 25, 2025, providing their business size status and relevant past performance information to the designated contacts, Angie Poll and Jason Neering, via email.

    Files
    Title
    Posted
    The USAF's 309 AMXG/575 AMXS is seeking proposals for the procurement of thirty-four (34) T-38 A/B Seat Stand Adapter assemblies, which are essential for securely holding T-38A ejection seats during maintenance activities at Randolph Air Force Base. The assemblies must conform to the specified X202306209 Rev D drawing configuration, ensuring quality and cleanliness upon delivery. Contractors are required to maintain compliance with the Trade Agreements Act (TAA) for the components used and must deliver the assemblies within two months of contract award. In case of potential delays, contractors must promptly notify the contracting officer. Shipping will occur to the designated Randolph AFB location, with specified contacts for inspection and acceptance. This request is a critical part of the Aircraft Maintenance Group's TRIM program, highlighting the necessity of adhering to government standards for quality, compliance, and delivery timelines.
    The Sources Sought Synopsis FA8224-25-01SAA seeks to identify potential vendors for the procurement of sixty-eight T-38 A/B Seat Stand Adapter Assembly units for use at Randolph Air Force Base, TX. This notice is intended solely for market research to evaluate competitive sources, including small businesses such as 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned entities. Interested parties must respond with their business size status per NAICS Code 332999 and provide information on any relevant past performance and teaming arrangements. The Government requires documentation that illustrates capabilities to meet the specifications outlined. Additionally, the drawing files for the adapter assemblies are export-controlled, necessitating compliance with specific defense documentation. Responses are due by March 25, 2025, and should be directed to designated contacts via email. This initiative underscores the government's commitment to fostering small business participation in defense procurements while ensuring compliance with technical standards and regulations.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Solicitation FA8212-25-R-0004: T-38 Wing Tips
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for a sole-source contract to procure T-38 aircraft wingtips, specifically components identified by National Stock Numbers (NSNs) 1560015272195XE and 1560015272194XE. The contract will be awarded to Northrop Grumman Corporation, the only qualified manufacturer with the necessary technical data and capabilities to produce these critical safety items. These wingtips are essential for the operational readiness and safety of the T-38 aircraft, and the estimated contract value is $749,999.99, with a delivery deadline set for July 31, 2028. Interested parties may submit capability statements or proposals to the primary contact, Cydnee Simpson, at cydnee.simpson@us.af.mil, as the government reserves the right not to make an award.
    T-38 Avionics Sustainment and Support Program
    Buyer not available
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking proposals for the T-38 Avionics Sustainment and Support Program (ASSP), which aims to provide Contractor Logistics Support (CLS) for approximately 442 T-38C aircraft across multiple bases. The contractor will be responsible for a range of services including supply chain management, systems engineering, hardware and software upgrades, and courseware maintenance, ensuring the operational readiness of the T-38C aircraft used in various U.S. Air Force training programs. This contract is critical for maintaining the avionics systems that support pilot training and operational capabilities, with an estimated contract value of up to $900 million over a performance period from January 2026 to January 2036, including options for extension. Interested parties must submit their proposals electronically by March 19, 2025, and can direct inquiries to Danielle Stiff at danielle.stiff.1@us.af.mil or by phone at 1-801-777-8416.
    AIRCRAFT, T-38 TALON; HOUSING, BRAKE CYLINDER
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for the procurement of housing brake cylinders for the T-38 Talon aircraft. This presolicitation opportunity falls under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing, and is crucial for maintaining the operational readiness of military aircraft. The performance of this contract will take place in Richmond, Virginia, and interested vendors can reach out to Jenier Mitchell at jenier.mitchell@dla.mil or by phone at 804-659-6388 for further details. The timeline for this procurement process and any associated funding amounts have not been specified in the current listing.
    16--TROOP SEAT ASSEMBLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of three Troop Seat Assemblies, identified by NSN 1680015274558. This solicitation, categorized under the NAICS code 336413 for Other Aircraft Parts and Auxiliary Equipment Manufacturing, aims to fulfill specific military requirements for aircraft components. The selected supplier will be responsible for delivering the assemblies to DLA Distribution San Joaquin within 170 days after order placement. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    F16_Aircraft_Noun_Trailing_Edge_NSN_1560_01_725_3383_PN_202312284-20
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to produce the Trailing Edge component for the F-16 Aircraft, identified by NSN 1560-01-725-3383. This procurement requires engineering source approval to ensure the quality and integrity of the part, as any deficiencies could significantly impact the aircraft's mission capabilities. The complexity of manufacturing this component necessitates precise tolerances and careful processing to meet stringent acceptance criteria, emphasizing the importance of vendor qualification prior to contract award. Interested parties should contact Tracey Beringer at tracey.beringer@us.af.mil or by phone at 777-2211, with an estimated qualification cost of $4,000 and a completion timeline of 180 days.
    SEAT, AIRCRAFT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation, is conducting market research to identify potential sources for the procurement of aircraft seats, specifically NSN 1680-00-614-4604, P/N ACA-1143-A22Q. The selected contractors will be responsible for the complete manufacturing process, which includes labor, materials, inspection, testing, and logistics management, ensuring the delivery of serviceable assets. This procurement is critical for maintaining operational readiness and support for military aircraft. Interested parties are encouraged to submit their capability statements by March 20, 2025, to Juline Tenorio at juline.tenorio@dla.mil, with no solicitation currently available and no financial responsibility assumed by the government for submissions.
    Remanufacture of B-1 Cylinder Assemblies (Bungees)
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the remanufacture of B-1 Cylinder Assemblies (bungees) under a total small business set-aside contract. The procurement aims to restore these critical components to a like-new condition, ensuring compliance with stringent quality assurance standards and production schedules, with deliveries required every 30 days after receipt of order. This contract is vital for maintaining the operational readiness of the B-1 aircraft, which plays a significant role in national defense. Interested small businesses must submit their proposals by March 27, 2025, and can direct inquiries to Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at Jaqueline.West@us.af.mil.
    F35 Panel Racks
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of six custom F-35 Panel Racks to be delivered to NAS JRB Fort Worth, Texas. These racks must be capable of supporting aircraft panels weighing up to 1,500 pounds, featuring a powder-coated yellow frame, carpeting for ease of access, and large caster wheels for mobility. This procurement is a 100% small business set-aside, emphasizing the government's commitment to sourcing from small business providers, particularly those owned by women. Interested contractors must submit their quotes by March 24, 2025, and direct any inquiries to Emily Crotta at emily.crotta@us.af.mil or Nicholas T. Fyffe at nicholas.fyffe.4@us.af.mil. The contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) evaluation method, and the requirement is currently unfunded.
    Wheel Build-Up Stand and Wheel Assembly Stand (Brand name)
    Buyer not available
    The Department of the Air Force is seeking qualified small businesses to provide a Wheel Build-Up Stand and Wheel Assembly Stand, specifically the Bauer Model 8071 and Model 8731, to support the 60th Maintenance Squadron at Travis Air Force Base. The procurement aims to replace outdated and inoperative equipment essential for assembling aircraft wheels, including those for the C-17, C-5, and KC-46, which has currently reduced production capacity to 25% of normal operations. This equipment is critical for maintaining aircraft readiness and preventing supply chain delays in maintenance operations. Interested vendors must submit their quotes by November 19, 2024, at 12:00 PM PST, and can contact SrA Estrada Dighiera at amelia.estradadighiera@us.af.mil or Vitaliy Kim at vitaliy.kim@us.af.mil for further information.
    C-5 Two-Man and Three-Man Passenger Seats
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Warner Robins, GA, is seeking to establish a contract for the acquisition of C-5 Two-Man and Three-Man Passenger Seats, specifically NSNs 1680-01-206-5362 and 1680-01-206-5361. This procurement aims to secure a single Requirements Indefinite Delivery Contract (IDC) with ETI Tech, Inc., as the sole source, due to the lack of available data for manufacturing these items. The contract will require an initial delivery period of 18 months, with subsequent orders expected every 12 months, and includes estimated quantities for various ordering periods. Interested parties should direct inquiries to Victor Henderson or Jimmy H. Hicks via their provided emails, with the Request for Proposal (RFP) expected to be posted within 15 days following this notice, and proposals due by March 31, 2025.