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
VALVE ASSEMBLY,MANI
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting proposals for the procurement of valve assemblies, specifically for the F-15 aircraft. The opportunity requires contractors to adhere to stringent military packaging and marking standards, including compliance with MIL-STD 2073-1 and MIL-STD 129, as well as regulations for hazardous materials. This procurement is critical for maintaining the operational readiness of military aircraft, ensuring that all components meet high-quality assurance standards. Interested suppliers must submit their quotations by May 14, 2025, and can direct inquiries to Richard Dunlap at richard.dunlap.2@us.af.mil or by phone at 385-519-8306.
Manufacture of VALVE,LINEAR,DIRECT for the F15 Aircraft
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the manufacture of a linear direct valve for the F15 aircraft. This procurement aims to secure essential components that are critical for the aircraft's hydraulic systems, ensuring operational readiness and reliability. The solicitation has been amended to increase the quantity of valves required and extend the response date, with amendments numbered from 0001 to 0003. Interested parties should contact Genevee Suba at genevee.suba@us.af.mil for further details, and they should be aware of the importance of adhering to the established guidelines for proposal submissions, including compliance with eligibility criteria and funding limits.
SERVOVALVE, HYDRAULIC
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting bids for the procurement of hydraulic servovalves for the F-15 aircraft. The requirement includes a total quantity of 93 units, with flexibility allowing for a range between 23 and 139 units, to direct fluid flow to the F-15 rudder actuator. This acquisition is critical for maintaining the operational capabilities of the F-15 fleet, and the contract is expected to be awarded based on a firm fixed price. Interested vendors must submit their proposals by May 5, 2025, and can direct inquiries to Michael Hannan at Michael.Hannan.1@us.af.mil or call 405-855-7126 for further information.
Valve, Fuel Flow
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of fuel flow valves, specifically under solicitation number SPRTA125Q0042. The contract, which is open to all businesses with a focus on small and disadvantaged enterprises, requires the delivery of 21 units of the specified valves (NSN: 2915-01-075-9723) to Tinker Air Force Base by June 20, 2025. These components are critical for aircraft and missile fuel systems, ensuring operational efficiency and safety. Interested vendors should note that the solicitation was released on April 9, 2025, and must adhere to federal acquisition regulations, including cybersecurity measures and the use of Wide Area Workflow for invoicing. For further inquiries, potential bidders can contact Molly Musgrove at molly.musgrove@us.af.mil or by phone at 405-855-3190.
PARTS KIT, VALVE, OVERHAUL | 19F | AIRCRAFT, EAGLE F-15
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for an indefinite quantity contract (IQC) for a Parts Kit, Valve, Overhaul, specifically for the Aircraft Eagle F-15. The procurement requires that parts be manufactured in accordance with specified drawings and includes a first article testing requirement, with delivery timelines set for 300 days after receipt of order for the first article and 175 days post-approval for production units. This contract is a 100% small business set-aside, emphasizing the importance of these components for military aircraft operations. Interested contractors must ensure they are certified to access unclassified data and can find the solicitation on the DLA Internet Bid Board System (DIBBS) around May 9, 2025; for further inquiries, they may contact Ryan Loeffelholz at ryan.loeffelholz@dla.mil or by phone at 804-279-1452.
F-15 Butterfly Valve
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is seeking suppliers for the F-15 Butterfly Valve, a critical component in aircraft systems. This presolicitation notice indicates that the procurement will not exceed the simplified acquisition threshold, allowing for electronic responses to the solicitation, which will be made available through Contract Opportunities. The valves are categorized under the NAICS code 336413 and PSC code 4820, highlighting their importance in the manufacturing of aircraft parts and auxiliary equipment. Interested parties can reach out to Jayson Skalla at jayson.skalla@us.af.mil or call 445-737-0625 for further details.
REMANUFACTURE OF C-130 BUTTERFLY VALVE
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking proposals for the remanufacture of C-130 Butterfly Valves, a critical component for military aircraft operations. The procurement involves a firm-fixed-price contract with a three-year base period and an optional two-year extension, specifically set aside for small businesses. The remanufacturing process aims to restore the valves to a "like-new" condition, adhering to stringent quality assurance protocols and safety regulations, ensuring the reliability of essential aircraft components. Interested contractors must submit their proposals by June 3, 2025, at 3:00 PM, and can direct inquiries to Aczavius Smith at aczavius.smith@us.af.mil or Matthew Churchwell at matthew.churchwell.2@us.af.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.
VALVE,SHUTOFF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes 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 quantity of 12 units, and the contract will be awarded to the offeror who submits the lowest price technically acceptable quote. These valves are critical components for aircraft and missile fuel systems, emphasizing their importance in maintaining operational readiness and safety. Interested vendors must submit their quotes via email to Michael J. Brown at michael.j.brown1069.civ@us.navy.mil by 2:00 PM EST on January 10, 2025, as late submissions will not be considered.
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.