Remanufacture of F15 Fuel Valves
ID: FA811825R0010Type: 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

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

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Nov 27, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 3, 2025, 12:00 AM UTC
  3. 3
    Due Feb 6, 2025, 9:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of F-15 fuel valves under contract ID FA8118-25-R-0010. This procurement is a total small business set-aside, aimed at restoring fuel shutoff valves to a like-new condition, with strict adherence to quality standards and compliance with applicable technical orders and regulations. The F-15 fuel valves are critical components of the F-15 weapon system, underscoring the importance of maintaining military readiness and operational efficiency. Interested contractors must submit their proposals by February 6, 2025, and can direct inquiries to Jessica Vinyard at jessica.vinyard.1@us.af.mil or Jacqueline K West at jacqueline.west@us.af.mil.

Point(s) of Contact
Files
Title
Posted
Jan 3, 2025, 4:04 PM UTC
The "Commercial Asset Visibility Air Force (CAV AF) Reporting Requirements" document serves as a comprehensive guide outlining the responsibilities and procedures for contractors regarding the CAV AF system, which tracks government-owned assets at contractor repair facilities. It mandates accurate and timely reporting of asset status and encompasses all items at contractor sites, including those not currently under repair. Contractors must ensure their personnel are trained in CAV AF processes and adhere to cybersecurity training requirements. Key responsibilities include daily updates to asset records, proper documentation for all shipping and receiving activities, and specific protocols for handling Nuclear Weapon Related Materiel. The document details reporting processes for discrepancies in shipments, including procedures for resolving issues via Supply Discrepancy Reports. Additionally, it specifies the need for contractors to conduct physical inventory at contract completion and comply with established shipping instructions. Compliance failures may incur program reviews, emphasizing the importance of timely and accurate reporting to maintain effective government inventory management.
Jan 3, 2025, 4:04 PM UTC
Jan 3, 2025, 4:04 PM UTC
The Commercial Asset Visibility (CAV) Reporting Data Item Description (DI-MGMT-81838) outlines an automated web-based system for tracking Government-owned reparable assets during their repair cycle at commercial vendor facilities. The main objective of the CAV system is to maintain an efficient inventory management process while providing real-time updates through a relational database accessible to repair vendors. The document specifies the requirements for the CAV system, including defined input formats and a comprehensive list of transaction types that contractors must report, such as asset receipt, inductions, item maintenance, and various print reports. This structure ensures accurate and timely reporting of asset status, essential for effective management of government resources. The CAV system plays a critical role in enhancing transparency and efficiency in the repair process, aligning with federal and state RFP objectives concerning asset management and operational accountability.
Jan 3, 2025, 4:04 PM UTC
The Contract Depot Maintenance (CDM) Monthly Production Report serves to provide the government with comprehensive production figures and accountability metrics related to maintenance performed at contractor facilities. This report, established under contract number PSSS-2020-012, details the status of assets, adherence to scheduling, anticipated upcoming production, and unresolved issues at the end of each reporting period. The report includes specific data points segmented into two main parts. Part I requires information such as contractor details, item identification, the quantity of reparables received, inducted for work, and on hand, as well as shipping metrics for serviceable items. Part II provides a production summary and is only included under certain conditions, such as discrepancies in reported forecasts or anticipated production issues. This structured reporting is applicable to any depot-level maintenance contract, emphasizing transparency and thorough documentation for effective asset management. By detailing production metrics, the report ensures that the government is informed and can make data-driven decisions regarding contractor performance and resource allocation.
Jan 3, 2025, 4:04 PM UTC
The Government Property (GP) Inventory Report, designated as DI-MGMT-80441D, serves as a formal document for contractors connected to the Department of Defense (DoD) to provide comprehensive listings of both Government Furnished Property (GFP) and Contractor Acquired Property (CAP). This inventory report is required for all contracts involving GP management and replaces the previous version DI-MGMT-80441C. Key sections of the report must include aspects such as contract numbers, asset identification numbers, item descriptions, and various classification fields relevant to the assets, along with their condition and location details. The report must be formatted electronically in .xls or .xlsx for compatibility. The initiative underscores the need for meticulous record-keeping and accountability concerning government property, ensuring all relevant data is accessible and accurately maintained across contracts. The document plays a crucial role in government oversight, enhancing transparency and efficiency in property management for federal contracts.
Jan 3, 2025, 4:04 PM UTC
Jan 3, 2025, 4:04 PM UTC
The document is an amendment to a solicitation issued by the Department of the Air Force, specifically modifying contract ID FA8118-25-R-0010. The amendment extends the deadline for submitting offers from January 7, 2025, at 3:00 PM to February 6, 2025, at 3:00 PM. Issued by Jessica Vinyard, the amendment requires that offers acknowledge receipt of this extension and outlines methods for doing so. All other terms and conditions of the original solicitation remain unchanged. The amendment emphasizes the importance of timely acknowledgment to avoid offer rejection. This modification is part of the federal procurement process, ensuring that interested contractors have additional time to prepare their proposals to meet government contracting needs.
Jan 3, 2025, 4:04 PM UTC
The document outlines a Request for Proposal (RFP) FA8118-25-R-0010 issued by the Department of the Air Force for an Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at the remanufacture of F15 fuel valves. This acquisition is designated as a 100% small business set-aside, with the primary focus on supplying necessary materials, labor, and expertise to restore the fuel shutoff valves to a like-new condition. The contractor must ensure compliance with specific quality standards, including the requirement for unique item identification (IUID) for certain items, and must manage any additional work that arises outside the agreed scope (termed "over and above" work) through specified negotiation procedures. The proposal requests bids to be submitted by January 7, 2025, outlining the minimum and maximum quantities for the contract, and it emphasizes the necessity for prompt payment conditions and clarity in delivery schedules. This RFP reflects the government's ongoing efforts to engage small businesses in defense contracting while ensuring adherence to regulations and standards for quality and performance.
Jan 3, 2025, 4:04 PM UTC
Jan 3, 2025, 4:04 PM UTC
Jan 3, 2025, 4:04 PM UTC
The document outlines the Statement of Work (SOW) for remanufacturing the F-15 Fuel Valve, under PR Number FD2030-24-02484, for the Department of the Air Force at Tinker Air Force Base. Key topics include definitions, pre-award survey requirements, production evaluation, quality control measures, and specific work to be performed. The contractor is required to adhere strictly to outlined standards, including thorough inspections, quality assurance protocols, and documentation maintenance over five years. Additionally, it specifies requirements for consumable part replacements, tool use, and cybersecurity measures. The document emphasizes the need for a continuity of operations plan, supply chain risk management, and clear identification and marking of remanufactured items. Every phase of work must comply with applicable technical orders and regulations, with particular emphasis on safety, health, and oversight during operations. The urgency of these requirements illustrates the critical nature of maintaining and enhancing military equipment and readiness. The structured approach ensures clear accountability and compliance for contractors throughout the entire remanufacturing process, reflecting standard practices for government procurement initiatives.
Jan 3, 2025, 4:04 PM UTC
Jan 3, 2025, 4:04 PM UTC
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Remanufacture of F-15 Temperature Regulating Valve
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking sources for the remanufacture of F-15 Temperature Regulating Valves, identified by National Stock Number (NSN) 4820-00-332-5708. The procurement involves comprehensive requirements for cleaning, disassembly, inspection, maintenance, reassembly, testing, and finishing of the valves to ensure they meet operational standards akin to new components. These valves are critical for the functionality of the F-15 aircraft, underscoring their importance in maintaining the operational readiness of the Air Force fleet. Interested vendors are encouraged to express their interest and submit a Source Approval Request (SAR) package by the designated deadline, with inquiries directed to the primary contact, 423rd SCMS, at 423scms.guea.workflow@us.af.mil.
F-16 VALVE REGULATING, NSN: 4810-01-225-7171RK, PN: 16VY100-3, ALT PN: 5108-00-3, ALT PN: 229185-4
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of 47 valve regulating units, specifically designed for the F-16 aircraft. These solenoid-actuated valves, which serve critical functions in regulating and shutting off engine bleed air, are constructed from aluminum alloy and are essential for the aircraft's operational efficiency. The Request for Proposal (RFP), numbered SPRTA1-25-R-0119, is set to be issued on April 14, 2025, with responses due by May 14, 2025, and delivery schedules commencing from August 29, 2025, through January 29, 2026. Interested suppliers can reach out to John Nolan at john.nolan.8@us.af.mil or 405-855-3542 for further inquiries, while proposals must be submitted in accordance with the guidelines outlined in the solicitation, which will be available on the official government procurement website.
SERVOVALVE, HYDRAULIC
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is seeking suppliers for hydraulic servovalves, specifically for the F-15 aircraft. The procurement involves a total line-item quantity of 93 units, with a delivery requirement set for on or before January 24, 2027, and an estimated closing date for proposals on May 5, 2025. This component is critical for directing fluid flow to the F-15 rudder actuator, and interested vendors are encouraged to contact the primary buyer, Michael Hannan, at Michael.Hannan.1@us.af.mil or by phone at 405-855-7126 for further details. The solicitation will be available electronically at www.sam.gov, and all responsible sources may submit proposals for consideration.
VALVE,SHUTOFF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of shutoff valves, classified under the NAICS code 336412, which pertains to Aircraft Engine and Engine Parts Manufacturing. The requirement includes a total quantity of 12 units, with the procurement process utilizing competitive procedures to award the contract to the offeror with the lowest price technically acceptable (LPTA) quote. These valves are critical components for aircraft and missile fuel systems, underscoring their importance in maintaining operational readiness and safety. Interested vendors must submit their quotes via email by 2:00 PM EST on January 10, 2025, and can direct inquiries to Michael J. Brown at 215-697-3765 or via email at MICHAEL.J.BROWN1069.CIV@US.NAVY.MIL.
Valve Assembly
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of valve assemblies, specifically identified by NSN 4810-01-050-5843, for military applications. This opportunity falls under the category of "Other Aircraft Parts and Auxiliary Equipment Manufacturing" and is classified as an unrestricted acquisition, allowing participation from various business types, including small businesses and service-disabled veteran-owned businesses. The contract will require compliance with quality assurance standards, including ISO 9001-2015, and adherence to federal regulations such as the Buy American Act and cybersecurity requirements. Interested parties must submit their proposals by April 25, 2025, and can direct inquiries to Kristian Hollingshead at kristian.hollingshead.1@us.af.mil.
29--VALVE,FUEL PRESSURI
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of fuel pressure valves, specifically NSN 2915007759195, under a total small business set-aside. The requirement includes two units for delivery to DLA Distribution Depot Hill, with an additional seven units also required for the same location, both to be delivered within 163 days after order. These valves are critical components in aircraft engine systems, ensuring proper fuel flow and pressure regulation. 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.
F100-220/229 Staged and Unstaged Fuel Nozzles
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the acquisition of F100-220/229 staged and unstaged fuel nozzles, with a focus on meeting both U.S. Air Force and Foreign Military Sales requirements. This procurement involves a full and open competition with qualification requirements, and the contract will be structured as a firm fixed price covering five one-year ordering periods. Interested suppliers must be approved sources prior to the solicitation closing date, with First Article Testing required for new sources, and electronic proposals will be accepted. The estimated issue date for the Request for Proposal is April 14, 2025, with a closing date of May 14, 2025; for further inquiries, interested parties can contact William Heckenkemper at william.heckenkemper@us.af.mil.
29--VALVE,FUEL SYSTEM, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking contractors for the repair and modification of fuel system valves. This procurement aims to ensure the operational readiness and reliability of aircraft and missile prime movers by maintaining critical engine fuel system components. The opportunity highlights the importance of these components in supporting military operations and enhancing overall mission effectiveness. Interested parties can reach out to Shannon R. Menickella at (215) 697-2198 or via email at SHANNON.R.MCNEILL.CIV@US.NAVY.MIL for further details regarding the presolicitation notice.
REMANUFACTURE OF F15 SERVOCYLINDER NSN: 1650-01-008-7314
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of F-15 servocylinders, identified by NSN: 1650-01-008-7314. This procurement aims to support the maintenance and operational readiness of critical aircraft components, with a focus on ensuring compliance with military standards and quality assurance protocols. The contract will be structured as a firm-fixed-price, indefinite delivery indefinite quantity (IDIQ) agreement, with a five-year ordering period and quantities ranging from 5 to 40 units. Interested contractors should contact Aczavius Smith at aczavius.smith@us.af.mil or Morgan Mcgarity at morgan.mcgarity@us.af.mil for further details, with the contract award anticipated on March 1, 2024.
Repair of F-15 LCS Pump NSN: 1650016214034RK
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of F-15 LCS Pumps, identified by NSN: 1650016214034RK. This procurement aims to establish a five-year contract, which includes a three-year basic period and a two-year option, focusing on ensuring the operational readiness of critical military equipment. The selected contractor will be responsible for adhering to stringent quality control measures, reporting requirements, and compliance with environmental regulations, with a proposal deadline set for May 14, 2025. Interested parties can reach out to Kacie Cram at Kacie.cram@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further inquiries regarding this opportunity.