F110 FDT Temperature Sensors
ID: FA812224Q0006Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8122 AFSC PZAABTINKER AFB, OK, 73145-3303, USA

NAICS

Aircraft Engine and Engine Parts Manufacturing (336412)

PSC

ENGINE FUEL SYSTEM COMPONENTS, AIRCRAFT AND MISSILE PRIME MOVERS (2915)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Firm Fixed Price contract for the remanufacture of F110 FDT Temperature Sensors, with the procurement process managed by the Air Force Sustainment Center at Tinker Air Force Base, Oklahoma. This opportunity is classified as a sole source requirement, indicating that only one responsible source can fulfill the contract, and interested offerors must be qualified prior to consideration for award. The F110 FDT Temperature Sensors are critical components used in aircraft engine fuel systems, ensuring operational safety and efficiency. Proposals are due by October 8, 2024, at 3:00 PM CST, and interested parties should direct inquiries to Brandi Bridgett at brandi.bridgett@us.af.mil or Tara Parker at tara.parker.4@us.af.mil.

    Point(s) of Contact
    Brandi Bridgett (Contract Specialist)
    brandi.bridgett@us.af.mil
    Tara Parker (Contracting Officer)
    tara.parker.4@us.af.mil
    Files
    Title
    Posted
    The document outlines the Contract Data Requirements List (CDRL) for a contract related to the F110-100 Temperature Sensor system (Contract No. FD20302400458). It details various data item requirements across multiple sections, including annual reports on Government Property Inventory, shipping and packaging discrepancies, and performance reports for maintenance and supply transactions. Each data item has specific submission timelines, formats, and distribution requirements, emphasizing compliance with military and federal standards. Key points include the necessity for contractors to submit detailed reports within set timeframes, maintain accurate records, and adhere to export control regulations. Particular attention is given to the importance of accountability and accuracy in reporting to ensure compliance with Department of Defense requirements. Procedures for documenting discrepancies, maintaining property visibility, preventing counterfeit components, and managing production surge capacity under emergency conditions are highlighted as critical elements of contractor responsibilities. The CDRL serves as a governance tool designed to ensure that contractors deliver products and services efficiently while aligning with regulatory standards and operational readiness for military applications.
    The Government Property (GP) Inventory Report (DI-MGMT-80441D) outlines the requirements for contractors to report on government property, encompassing both Government Furnished Property (GFP) and Contractor Acquired Property (CAP). This document, effective as of June 9, 2020, applies to all contracts where GP is involved and specifies that contractors must provide a comprehensive inventory of GP they possess, including that held by subcontractors. The report mandates the use of electronic formats (.xls or .xlsx) and details necessary content headings, such as contract number, asset identification numbers, item descriptions, and acquisition costs. This systematic approach aims to ensure accurate tracking and reporting of government property by contractors, thus enhancing accountability and management within the Department of Defense (DoD). The update supersedes a previous version, emphasizing the evolution of requirements in property management in government contracts. This guideline serves as a crucial tool in maintaining asset integrity and regulatory compliance within the larger framework of federal contracts and grants.
    The document is a Data Item Description (DID) for the Report of Shipping (Item) and Packaging Discrepancy (DI-MGMT-80503), which is designed to facilitate communication between contractors and the government regarding inconsistencies in shipping documents and received freight. The report enables contractors to notify the government about discrepancies, ensuring proper adjustments in property and financial records while serving as a basis for potential claims. The DID outlines preparation and content instructions for filling out the Standard Form (SF) 364, detailing the required information, including dates, report numbers, and descriptions of discrepancies. Various fields must be completed to report discrepancies effectively, such as the nature and extent of the discrepancy, expected actions taken, and contact details for resolution. This document is significant in the context of government RFPs and grants as it ensures accountability in logistics and compliance with contracts, ultimately supporting the efficient management of government resources by maintaining accurate inventory records and addressing shipping issues. The DID reflects the structure and requirements needed for effective reporting in the federal contracting environment.
    The document outlines the Production Surge Plan, which specifies a contractor's capability to quickly enhance production in a peacetime environment, without invoking emergency powers. It serves as a critical component for contracts requiring surge capabilities for essential items. Key components of the plan include details on maximum sustainable production rates, necessary skilled labor, impacts on other government contracts, and the identification of critical components and materials. The contractor must provide lists of subcontracted and non-subcontracted items, indicate long lead times, assess potential production impacts, and evaluate additional equipment necessary for increasing production rates. The plan must also highlight strategic materials and any potential substitutes, with thorough documentation required for all resources needed to maintain surge production. These requirements ensure effective surge planning for items deemed critical, facilitating robust preparation without a wartime context. The overall focus is on enhancing the government’s readiness and capability in the event of increased demand for essential defense-related items, emphasizing interrelationships with existing contracts and resources.
    The Acquisition and Sustainment Data Package (ASDP) Deficiency Report (DR) serves to document deficiencies in government-furnished material within acquisition or repair contracts. It is essential for contractors to provide a complete and accurate account of any identified deficiencies, allowing the government to initiate necessary corrective actions as specified in the T.O. 00-35D-54 for Deficiency Reporting, Investigation, and Resolution. The document outlines the required format and content for the deficiency report, which must be submitted in a text-searchable format and include metadata compliant with the attached DOAM Specification. Key components include details about the deficiency's origin, description, quantity, and any relevant contract or serial numbers. This DR is significant for effectively maintaining custodial records of government property and ensuring adherence to the requirements associated with government contracts. The directive supersedes a prior version, indicating ongoing efforts to refine data collection processes pertaining to material deficiencies. Overall, the ASDP is crucial in managing the lifecycle and adherence to quality standards of government-acquired materials.
    The document outlines the requirements for a Counterfeit Prevention Plan (CPP) that contractors must implement to prevent counterfeit parts in procurement processes for government contracts. The CPP is aimed at ensuring the integrity of parts and materials by establishing comprehensive procurement practices that prioritize acquiring components from authorized manufacturers or dealers. Key elements of the plan include procedures for qualifying non-OEM components, monitoring supply chains, and implementing a training program for inspectors. Moreover, the document details the notification procedure for suspected counterfeit items, emphasizing the importance of quarantining suspected products and maintaining thorough documentation through each step of the identification and notification process. It mandates audits of internal processes and compliance verification at subcontractor levels to ensure adherence to counterfeit prevention measures. Overall, the Counterfeit Prevention Plan intends to provide a structured approach to address counterfeiting risks in the supply chain, protecting government contracts from potential threats associated with counterfeit parts. Emphasizing rigorous monitoring and responsive action, it aligns with federal RFP requirements by enhancing supply chain integrity and operational accountability.
    The Commercial Asset Visibility (CAV) Reporting, outlined in Data Item Description DI-MGMT-81838, serves as a web-based system to track government-owned reparable assets during the repair cycle at contractor facilities. The CAV application facilitates inventory management for these assets by allowing contractors to report transactions in real-time, automatically updating the central database. The document specifies the transaction formats and content required for contractors, which includes reporting on asset receipts, inductions, shipment statuses, and various reports related to conditions and discrepancies. The overall aim of the CAV Reporting is to enhance visibility and management efficiency of government assets throughout the repair process.
    The Contract Depot Maintenance (CDM) Monthly Production Report (DI-PSSS-81995A) serves as a crucial data deliverable in depot-level maintenance contracts, providing the government with comprehensive monthly production statistics. The report includes vital information such as production figures, asset status, accountability, schedule performance, and unresolved issues. The document outlines specific formatting and content requirements for submitting the report, detailing the necessary sections which include contractor information, item identification, quantities of reparables received and produced, serviceables shipped, and forecasts for the upcoming month. Additionally, a production summary may be included if production forecasts differ from scheduled quantities or if anticipated production issues arise. This structured approach ensures transparency and enables effective monitoring of contractor performance in alignment with government objectives in maintaining operational readiness and asset management.
    This document is an amendment to a solicitation related to federal procurement, specifically amending the Request for Proposal (RFP) identified as FA812224Q0006. Issued by the Department of the Air Force at Tinker Air Force Base, the amendment's primary purpose is to extend the deadline for submitting proposals. The original deadline of September 3, 2024, has been extended to September 4, 2024, at 3:00 PM CST. The amendment emphasizes the requirement for contractors to acknowledge receipt of this amendment prior to the deadline to avoid rejection of their proposals. All other terms and conditions from the original solicitation remain unchanged. This amendment ensures clarity and provides an additional day for potential bidders to submit their offers, emphasizing the federal procurement process's structured and formal nature.
    The document is an amendment to a solicitation issued by the Department of the Air Force, identified as FA8122-24-Q-0006-0002. The primary purpose of this amendment is to extend the proposal due date from September 4, 2024, to September 10, 2024, at 3:00 PM CST. This extension aims to ensure that all potential offerors have additional time to prepare and submit their proposals. The solicitation was originally dated April 3, 2024, and this amendment stipulates the need for offers to acknowledge receipt of the amendment. The document outlines the procedures for doing so and mentions that all other terms and conditions of the original solicitation remain unchanged. The amendment is administratively overseen by the Air Force Sustainment Center (AFSC) and the point of contact for inquiries is Brandi Bridgett. This extension reflects a standard practice in federal procurement to facilitate fair competition and allow for thorough proposal preparation.
    The document outlines an amendment to a solicitation concerning a government contract with the Department of the Air Force. Specifically, it details the modification of Contract ID FA8122-24-Q-0006-0003, setting the effective date for this amendment. The primary purpose of the amendment is to extend the due date for proposal submissions from September 10, 2024, to October 8, 2024, at 3:00 PM Central Standard Time. The amendment specifies that offers must acknowledge receipt of this notice to avoid rejection, providing multiple methods for acknowledgment. The document reiterates that all other terms and conditions remain unchanged and in effect. This amendment is part of standard federal procedures governing request for proposals (RFPs) and contract modifications, ensuring participants are informed and compliant with new deadlines while maintaining the integrity of the contracting process.
    The document outlines specifications for a temperature sensor identified by NSN 2915014857506PR. This sensor, used for detecting air temperature exiting a fan, is a critical component for regulating pressure in fuel line systems connected to an engine. With dimensions of approximately 10.188 inches in length, 7.140 inches in width, and a height of 5.150 inches, it weighs 2 pounds and is constructed from alloy steel materials. The item serves a safety-critical function, requiring specific government-furnished equipment and materials for its use and maintenance. The dedicated contact person for inquiries related to this sensor is Chris J. Watson. Overall, this file is part of a federal procurement initiative aimed at acquiring specialized components, emphasizing the technical requirements necessary for maintaining operational safety in military or aviation applications.
    The document outlines specific packaging requirements for military supplies in compliance with United Nations regulations concerning wood packaging material (WPM) to prevent invasive species contamination. It details that all wooden packaging must be made from debarked wood, subjected to heat treatment (56°C for 30 minutes), and certified by an agency recognized by the American Lumber Standards Committee. The document references necessary standards, including MIL-STD-129 for military marking and MIL-STD-2073-1 for military packaging practices. It specifies dimensions, weight, and additional packaging requirements—including the inclusion of desiccant units. The overall purpose is to ensure that packaging meets strict military and environmental standards, enhancing security during global shipping. The packaging specialist responsible for these requirements is Richard R. Davis, indicating a formal oversight structure for compliance. This document is relevant in the context of federal RFPs as it addresses key logistics and preservation criteria necessary for government procurement and military readiness.
    The document outlines a Statement of Work (SOW) for the remanufacturing of F110-100 and F118-100 FDT Sensors, managed by the 421st Supply Chain Management Squadron and the Air Force Life Cycle Management Center at Tinker AFB. The purpose is to ensure that these sensors meet Air Force quality and lifecycle expectations through a detailed scope of work. Key responsibilities include developing a Quality Control/Quality Assurance plan compliant with Air Force standards and managing subcontractor performance to ensure all parts meet specific engineering requirements. The contractor must also establish safety protocols in accordance with military standards and maintain comprehensive reporting of all actions related to government property. The document emphasizes rigorous inspection, remanufacturing procedures based on OEM specifications, and adherence to a surge plan in case of increased demand. Additionally, the contractor is required to manage supply chain risks, implement cybersecurity measures, and report any discrepancies or issues related to the shipment and condition of government property. Overall, this SOW aims to facilitate reliable and efficient remanufacturing practices aligned with federal guidelines and air force operational needs while ensuring accountability and quality assurance throughout the process.
    The Air Force Sustainment Center at Tinker Air Force Base, Oklahoma, is soliciting proposals to award a Firm Fixed Price (FFP) contract for the remanufacture of F110 FDT Temperature Sensors. This solicitation (FA812224Q0006) is a Sole Source Acquisition under FAR 6.302-1, indicating only one responsible source can fulfill the requirements. Interested offerors must submit their quotes by September 3, 2024. All quotes must remain valid for at least 120 days and participants must be registered in the System for Award Management (SAM) prior to quoting. Key elements include shipping being FOB Origin, payment terms defaulting to Net 30, and the requirement to use the Wide Area Workflow application for invoicing. The document outlines various FAR, DFARS, and DAFFARS provisions and clauses that will apply, detailing compliance and procedural requirements. Offerors are expected to provide specific item descriptions, prices, and must confirm their adherence to multiple regulations related to contracting and defense. This solicitation illustrates the Federal Government's procurement process for defense items, emphasizing the importance of compliance and thorough documentation to ensure eligible vendors can participate in the contracting process effectively.
    The document details transportation procurement guidelines under Purchase Instrument FD20302400458-02, initiated on July 19, 2024. It specifies guidelines for shipping commodities from origin to destination, with an F.O.B. (Free on Board) destination recommended for this procurement. The document advises vendors to contact the Defense Contract Management Agency (DCMA) Transportation for shipping instructions to ensure compliance with Department of Defense regulations, and emphasizes the importance of not transporting freight before obtaining necessary clearances. Key transportation fund information includes line items for a National Stock Number (NSN) directed to the DLA Distribution Depot in Oklahoma. The file includes contact details for Glenn A. Carter from the 406 SCMS (Supply Chain Management Squadron), who oversees these logistics. The request ensures that all parties involved in the transportation adhere to mandated procedures, highlighting the government's commitment to effective procurement processes and regulatory compliance in handling transportation logistics for federal contracts. The guidelines aim to mitigate potential logistical challenges, affirming the essential role of coordinated communication in ensuring timely and compliant freight movements.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    New Manufacture: F100 Turbine Shroud Segment PN 4077434-01
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the manufacture of the F100 Turbine Shroud Segment, part number 4077434-01. This procurement is noncompetitive and sourced to a specific contractor in accordance with Industrial Mobilization procedures, emphasizing the need for compliance with stringent quality assurance standards, including First Article Testing (FAT) to ensure the safety and reliability of the components. The F100 Turbine Shroud Segment is a critical component in aircraft engine systems, underscoring its importance in maintaining operational readiness and safety in military aviation. Interested contractors must submit their proposals by September 23, 2024, at 4:00 PM Central Time, and can direct inquiries to Breann Irving at breann.irving@us.af.mil or by phone at 405-855-3522.
    HOUSING,OIL SUMP,AI
    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 "Housing, Oil Sump, AI," a critical safety item associated with purchase request FD2030-24-00263. The procurement requires a minimum of 3 and a maximum of 17 units, with specifications including dimensions, materials, and functionality related to aircraft engine components, specifically for the F110 engine. Proposals must be submitted as firm-fixed prices by October 7, 2024, with a requested delivery date of March 1, 2025, to Tinker Air Force Base. Interested parties should direct inquiries to Ryan Newton at ryan.newton.4@us.af.mil or call 405-855-3545, and are encouraged to submit Source Approval Requests as soon as possible due to the sole-source nature of this contract.
    SEAL, AIR, AIRCRAFT G (F-100)
    Active
    Dept Of Defense
    The Department of Defense seeks proposals for a federal contract to supply and deliver 85 units of the AIRCRAFT G (F-100) SEAL, a critical safety item used in aircraft engines. The seals must pass qualification testing and adhere to the delivery deadline of September 1st, 2025. This procurement is solicited under the justification of FAR 6.302, with the government intending to negotiate with a limited number of experienced suppliers. The Request for Proposal (RFP) FD2030-24-01460 will be hosted on www.fbo.gov, with a submission deadline of August 30th, 2024. The scope of work for the successful awardee will involve the manufacturing and delivery of the specialized seals, with a strong emphasis on price, technical expertise, and past performance. Todd Isaac, the buyer, should be contacted for any inquiries.
    F118 Digital Electronic Control (DEC) Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources for the repair of the F118 Digital Electronic Control (DEC) under a Sources Sought notice. The procurement aims to identify potential vendors capable of providing repair, overhaul, and remanufacture services for the DEC, ensuring that these components are returned to a "like new" condition, which is critical for military operations. This opportunity emphasizes the importance of maintaining high safety and quality standards, as outlined in the associated Repair Qualification Requirements and Performance Work Statement documents. Interested businesses, including small and disadvantaged firms, are encouraged to submit a Source Approval Request (SAR) by September 16, 2024, to express their interest and demonstrate their capabilities. For further inquiries, interested parties may contact Carrie Brown at carrie.brown.8@us.af.mil or Brock May at brock.may@us.af.mil.
    J85 Engine T5-5 Amplifier
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and upgrade of the J85-5 Digital Temperature Control Amplifier (DTCA) used in T-38 aircraft. The procurement includes comprehensive services such as testing, reporting, and adherence to military standards, with a strong emphasis on quality management systems compliant with ISO standards. The DTCA is critical for maintaining the operational integrity of the aircraft, ensuring that all units are returned to a serviceable condition. Interested contractors should contact Robert Hudson at robert.hudson.22@us.af.mil or William Loftis at william.loftis@us.af.mil for further details, with the solicitation number FA8122-24-R-0020 indicating the formal nature of this opportunity.
    F108 STAGE I FAN BLADES
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center at Tinker Air Force Base in Oklahoma, is seeking proposals for a Firm Fixed Price contract for the maintenance of F108 Stage I Fan Blades. This procurement aims to ensure the proper repair and maintenance of critical aircraft components, adhering to stringent quality and technical standards as outlined in the Performance Work Statement (PWS). Interested vendors must submit their quotes by September 19, 2024, with a contract start date anticipated for October 24, 2024. For further inquiries, interested parties can contact Bridgette Miles at bridgette.miles@us.af.mil or Jaqueline Hughes at jaqueline.hughes@us.af.mil.
    TT&E/Overhaul of B-2 Fuel Temperature Control Valve Assembly
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Sustainment Center at Tinker Air Force Base, is planning to contract for the testing, training, and evaluation (TT&E) as well as the overhaul of the B-2 Fuel Temperature Control Valve Assembly. This procurement involves a firm fixed-price contract that includes specific Contract Line Item Numbers (CLINs) for TT&E, overhaul, additional services, and data, with a requirement for two units to be delivered monthly following the order. The valve assembly plays a critical role in directing hot fuel to cooling valves, and the contract is set for a one-year duration, with the solicitation expected to be released around September 20, 2024, and responses due by October 21, 2024. Interested vendors should note that the contract will not adhere to commercial item acquisition policies and must comply with specific qualification requirements; for further inquiries, contact Amy Gil at amy.gil@us.af.mil.
    Overhaul of F100-PW-220 5th-12th Stage Stators, NSNs: 2840013662958NZ, 2840013662957NZ, 2840013655052NZ, 2840013635965NZ, 2840013564274NZ, 2840013563536NZ, 2840013575078NZ, 2840013569500NZ, 2840013575079NZ
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the repair and overhaul of F100-PW-220 5th-12th Stage Stators at Tinker Air Force Base, Oklahoma. This Sources Sought Synopsis aims to identify businesses capable of providing the necessary labor, materials, facilities, and equipment for the repair, testing, preservation, and logistics management of these components. The F100-PW-220 stators are critical for aircraft engine performance, making this procurement essential for maintaining operational readiness. Interested parties, including large and small businesses as well as disadvantaged or veteran-owned firms, are encouraged to respond with their capabilities and credentials in accordance with the NAICS code 336412. For further inquiries, contact John Freeman at John.Freeman.16@us.af.mil.
    FD2030-24-00229
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE is seeking Fairing Turbine F100 PN4065980 for procurement. Fairing Turbine F100 PN4065980 is typically used for aircraft engines. The procurement is being conducted by DEFENSE LOGISTICS AGENCY, DLA AVIATION AT OKLAHOMA CITY, OK. The place of performance is in the USA. For more information, contact DLAAVIATION.AOB.SourcesSought@us.af.mil or Letricia Thornton at letricia.thornton@us.af.mil. See Attach MRSSS for further details.
    Manifold Assembly
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is conducting market research to identify potential manufacturing sources for the Manifold Assembly No 4 for the F100 engine, specifically NSN 2915-01-659-5074NZ, with an estimated requirement of 24 units. Interested companies, particularly small and disadvantaged businesses, are encouraged to submit a Source Approval Request (SAR) to the Oklahoma City Small Business Office, demonstrating relevant manufacturing experience within the last 36 months. This procurement is crucial for maintaining the operational readiness of aircraft powered by the F100 engine, and all communications regarding this opportunity must be directed to the primary contact at 430scms.afmc.rfiresponses@us.af.mil. Please note that this notice is for planning purposes only and does not constitute a commitment for contract award or funding.