T-38 Gearbox Remanufacture
ID: FA820624R0782Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8206 AFSC PZAAA2HILL AFB, UT, 84056-5825, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

AIRFRAME STRUCTURAL COMPONENTS (1560)

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 soliciting proposals for the remanufacture of T-38 gearboxes, with a focus on engaging small businesses under a total small business set-aside. The procurement requires contractors to establish their own supply chains for all necessary parts, as the government will not provide sub-components, and emphasizes adherence to stringent quality assurance and packaging standards throughout the remanufacturing process. This initiative is critical for maintaining operational readiness of military aircraft, ensuring that the gearboxes are restored to a serviceable condition. Proposals are due by September 20, 2024, at 8 AM MST, and interested parties can contact Angel McKenzie at angel.mckenzie.2@us.af.mil or Angelina Kellett at angelina.kellett@us.af.mil for further information.

    Point(s) of Contact
    Angel McKenzie, Contract Specialist
    (801) 586-3426
    angel.mckenzie.2@us.af.mil
    Angelina Kellett, Contracting Officer
    angelina.kellett@us.af.mil
    Files
    Title
    Posted
    This document outlines the recommended quality assurance provisions and special inspection requirements for a federal procurement process, specifically concerning item number 1680014405106RP. It designates inspection responsibilities and establishes compliance with various federal regulations and standards such as ANSI/ASQ Z1.4 and ISO 9001:2000. Key inspection points include ensuring proper functionality of the gearbox as per the specifications in TO 16G1-102-3, requiring a test report to be sent to a designated DCMA representative or an alternate if necessary. Additionally, there is a statement addressing the prohibition of using Class I ozone-depleting substances in compliance with Air Force policy. The document indicates involvement from the Air Force Materiel Command (AFMC) for new sources, emphasizing the requirement of a quality pre-award survey. It is crucial for the contracting environment, ensuring adherence to quality standards and regulatory compliance throughout the procurement process, embodying the commitment to thorough quality management in federal contracting activities.
    The CAV AF Reporting Requirements document outlines guidelines for contractors involved in Contract Depot Maintenance (CDM) related to the Commercial Asset Visibility Air Force (CAV AF) system. This system serves as the primary record for daily tracking of Government-owned assets at contractor facilities, including maintenance and inventory reporting. Contractors must maintain accurate asset records, submit access requests, and complete mandatory training on cybersecurity and information assurance. Specific transactional reporting requirements are delineated, including handling discrepancies, reporting of Nuclear Weapon Related Materiel (NWRM), and using the appropriate documentation for shipping and receiving assets. The document also details procedures for addressing reporting discrepancies, timely response protocols, and the consequences of failing to comply with these requirements. Familiarization training is available, with designated contacts for support across multiple Air Force bases. Overall, the guidelines are essential to ensure accountability, compliance, and effective management of government contracts.
    The government file pertains to various Requests for Proposals (RFPs) and grant opportunities at the federal, state, and local levels. It serves as a comprehensive guide to potential funding avenues for projects aimed at community development, infrastructure improvements, and public service enhancements. The document outlines eligibility criteria, application processes, and deadlines, emphasizing the importance of aligning project objectives with governmental priorities and policies. It encourages collaboration between local agencies and organizations to maximize resource utilization and improve service delivery. Additionally, it stresses the necessity for transparency and accountability in budget proposals and project execution. This file is essential for stakeholders seeking funding, offering insights into best practices for proposal development and project implementation within the framework of government guidelines.
    The document is a solicitation titled FA8206-24-R-0782 issued by the Department of the Air Force seeking proposals for the acquisition of T-38 Gearbox Assembly services. It is a total small business set-aside, emphasizing eligibility criteria for different types of small businesses, including women-owned and service-disabled veteran-owned entities. The solicitation outlines the required supplies, including quantity, unit price, and NSNs, along with delivery schedules and inspections. Key points include the need for specific technical data, with instructions on accessing this data, the government's conditions for contract award, which require available funding, and stipulations on the firm pricing policy. The document also details various options for additional services, such as gearbox remanufacture and recurring data deliverables. Additionally, compliance with standards like ISO 9001-2015 is mandatory for contractors. It emphasizes the use of electronic invoicing through the Wide Area Workflow system and provides contact information for inquiries regarding the solicitation. This document is essential within federal procurement processes as it outlines the specifics for potential contractors to submit competitive offers, ensuring transparency and accountability in government contracting.
    This document pertains to a government contract involving the acquisition of specific serialized and non-serialized items, primarily focusing on gear and pump components for use in military applications. The contract, awarded on June 3, 2024, includes details for three serialized items: a T-38 gearbox, another gearbox in 'A condition,' and an oil pump also classified as 'A condition.' The T-38 gearbox, identified by NSN 168001440510, is ordered in a quantity of 40 units, while one each of the other gearbox and oil pump are requisitioned, emphasizing their potential use for repair or maintenance of military equipment. The document records essential contract attributes such as contract number type, unit acquisition costs, and product specifications. It is structured to provide a clear outline of the items, their descriptions, and delivery requirements, underlining the importance of timely procurement for defense operations. Overall, the file reflects the government's commitment to ensuring the availability of critical components necessary to support military readiness and operational efficiency.
    The Agency Affirmative Procurement Statement outlines procedural guidelines for federal contracting officers regarding the procurement of environmentally friendly and hazardous materials in alignment with specific regulations. It specifies the requirement for USDA-designated items and EPA-designated products as detailed on applicable federal websites and regulations, including 7 CFR Part 3201. Contracting officers are advised to include relevant clauses from the Federal Acquisition Regulation (FAR) related to hazardous materials, energy-efficient products like those under the Energy Star and FEMP programs, and those involving ozone-depleting substances. The document also notes additional considerations for contracts involving radioactive materials or products with high global warming potential. It serves as a directive for ensuring that the procurement process follows environmental and safety standards while meeting contract requirements effectively. The final section includes a digital signature, denoting official approval and date of documentation.
    The document pertains to a government procurement item, specifically a Gearbox Assembly, AI, identified by the part number 14-51100-501 and the NSN 1680014405106RP. This critical component is essential for driving an AC generator and hydraulic system pump, with dimensions of 8.5 inches in length, 18.5 inches in width, and 9.5 inches in height, weighing 30 pounds. Constructed from magnesium, the item also has safety-critical characteristics. The file indicates that the assembly is governed by a demilitarization code (Q) and is marked as security-sensitive (U). Initiated by Dillon K. Langdon from the 419th SCMS/GUMB, the document highlights the essential specifications and requirements pertinent to this military component. It emphasizes the importance of obtaining necessary materials and components for successful system operation within government contracts and procurement contexts. Overall, this document encapsulates the technical aspects and regulatory needs associated with specific government RFPs, focusing on quality and compliance in military supply chains.
    The document outlines the IUID (Item Unique Identification) checklist specifics for a gearbox assembly, applicable under DFARS 252.211.7003 regulation. The key item referenced is the gearbox assembly linked to the NSN 1680014405106RP, with associated version number 1. Identified by Eric S. Collins from the 419 SCMS office, the marking must comply with the latest version of MIL-STD-130 guidelines. The marking method should follow details in the engineering drawings provided (numbers 09A0631-H and 10A1434-H), and the "bag and tag" option is only to be used as a last resort with proper approvals. The document also indicates that the gearbox assembly may have embedded items requiring similar marking compliance. This checklist serves as a critical tool for ensuring that all relevant military items are correctly identified and marked, facilitating inventory management and accountability within defense contracting and procurement processes. Overall, it reflects the federal government's commitment to maintaining rigorous tracking and identification standards in accordance with defense regulations.
    The document outlines the Statement of Work for military packaging, preservation, and marking requirements adhering to various Department of Defense (DoD) standards and regulations. Key standards referenced include MIL-STD 2073-1 for military packaging development, ASTM D3951 for commercial packaging, and MIL-STD 129 for uniform military marking. Offerors must comply with the specific preservation, packaging, and labeling protocols established for hazardous materials, including following international standards such as ISPM 15 for wood packaging. The document emphasizes the needs for accurate documentation, including Safety Data Sheets (SDS) for hazardous materials, and the use of Special Packaging Instructions (SPI) as necessary. It mandates the safeguarding and proper disposal of reusable containers and outlines processes for reporting packaging discrepancies. The guidelines and regulations aim to ensure proper handling and transport of military items, facilitating efficient logistics in alignment with government requirements. Overall, this document serves as a comprehensive guide for contractors involved in military packaging, ensuring that standards are met for safety, compliance, and accountability within federal procurement processes.
    The document outlines stringent packaging and marking requirements for military shipments as per specified U.S. military standards (MIL-STD). Central to the requirements is the compliance with international regulations regarding wood packaging material (WPM) to prevent the spread of invasive species, specifically the pinewood nematode. All wooden materials used must be debarked and heat-treated to specified temperatures for designated durations, with certification from an accredited agency recognized by the American Lumber Standards Committee. The document also references various items that fall under these packaging requirements, indicating no packaging data is required for certain items, while other items necessitate military packaging adherence according to MIL-STD-2073-1. Detailed instructions regarding shipping container markings are included, which must align with MIL-STD-129. Additional identifiers such as unit serial numbers or manufacturer's details may be required. The document is compiled by a packaging specialist from the U.S. Air Force Materiel Command, reaffirming commitment to compliance with military regulations to maintain operational readiness and protect ecological standards in global shipping contexts.
    The memorandum from the Department of the Air Force outlines the Quality Assurance Letter of Instruction (QALI) regarding the T-38 Gearbox Remanufacture contracts. It defines the limited responsibilities of the Defense Contract Management Agency (DCMA) and establishes guidelines for quality assurance inspections to minimize government risks associated with the T-38 gearbox systems. Due to ongoing parts constraints impacting mission capabilities, the Air Force has approved additional remanufacture sources to reduce backorders. The document specifies inspection criteria, emphasizing surveillance of production processes to ensure compliance with technical specifications while minimizing delays. A detailed account of critical safety processes that will be audited is included, along with definitions of various inspection criteria. The initial production evaluation will be conducted by the Air Force Systems Engineering team, and DCMA is tasked with reviewing requests for variance and product quality deficiency reports. The QALI will be distributed to the cognizant Contracting Officer and relevant parties, ensuring clear communication regarding quality control measures. Overall, this document reflects the Air Force's commitment to maintaining high standards and reducing risks while meeting operational demands for the T-38 Gearbox Remanufacture project.
    The document pertains to the Repair Data List for a specific military component, the Gearbox Assembly (Part Number: 14-51100-503), with the National Stock Number (NSN) 1680014405106RP, dated 22 May 2024. It outlines various technical and maintenance documents related to the gearbox, including intermediate maintenance instructions, overhaul instructions, and illustrated parts breakdowns, identified by a Contractor and Government Entity (CAGE) code of 0JRC1. Key points include maintenance documentation (lines 00001 to 00016) that provides essential information for the upkeep and repair of the gearbox assembly. Each entry notes the availability of data and government rights associated with it. The document also categorizes the nature of the furnished data, indicating whether it is classified, available under solicitation, or requires acquisition by the contractor. Overall, this Repair Data List serves as a critical resource for military maintenance personnel, ensuring they have access to necessary instructional materials and compliance guidelines for the repair and operation of the Gearbox Assembly, reflecting federal standards and operational requirements.
    The document outlines the qualification requirements for sources intending to repair the Aircraft Gearbox Assembly for the T-38/F-5 jets, specifically under part numbers 14-51100-503, 14-51100-3, and 3-51100-5. Interested offerors must notify the government and demonstrate access to necessary facilities and inspection capabilities. Key steps include providing a complete data package, adhering to established repair processes, submitting a testing plan for approval, and carrying out qualification testing using government-provided components. The document describes a structured evaluation process, where successful completion leads to listing as an approved repair source, although contract award is not guaranteed. Additionally, waiver criteria exist for those able to demonstrate previous experience with similar components, bearing in mind certain conditions related to complexity and criticality. Estimated costs for testing are approximately $5400, with a timeframe of about 365 days for qualification completion. This rigorous framework ensures that only qualified sources are awarded contracts, maintaining standards for military equipment repair.
    The government document addresses access requirements for the SPIRES system, which is related to compliance with Air Force and Department of Defense (DOD) configuration mandates. The file provides a link for SPIRES, emphasizing that a DOD Common Access Card (CAC) PKI Certificate is necessary for access. It directs DOD contractors to coordinate with their respective Air Force System Program Office representatives or DOD installations to obtain a CAC. The document also references a general information website for further assistance. This information is crucial for ensuring that contractors and personnel adhere to the necessary security protocols established by the DOD and the Air Force.
    The Department of the Air Force has issued a Statement of Work (SOW) outlining the overhaul and remanufacture requirements for the T-38 Gearbox. This document establishes the minimum criteria for restoring the gearbox to a serviceable "A" condition through complete disassembly, inspection, and testing. Defined processes encompass data reporting, quality assurance, handling of Government Furnished Property (GFP), and the maintenance of a robust supply chain, as contractors are responsible for sourcing all parts necessary for remanufacture. Key components include stringent quality system requirements, such as Non-Destructive Inspection (NDI), documentation of any deficiencies, and comprehensive testing procedures to ensure serviceability. The contractor is expected to adhere to multiple regulations and standards specified within various Technical Orders. Additional stipulations require the contractor to conduct regular inspections, assert effective communication with government representatives, maintain meticulous records, and ensure delivery timelines are met while addressing any issues that arise during the remanufacture process. This SOW emphasizes a collaborative partnership between the Air Force and contractor to ensure the reliable functionality of military assets through methodical and documented processes focused on quality and accountability.
    The document outlines transportation data for solicitations related to a federal procurement initiative, designated by purchase instrument number FD20202400782-01, initiated on July 30, 2024. It provides precise instructions regarding transportation provisions, including relevant Federal Acquisition Regulation (FAR) citations for shipping terms (e.g., F.O.B. Origin, F.O.B. Destination). Detailed contact protocols with the Defense Contract Management Agency (DCMA) for shipping instructions and regulatory clearances are also featured, emphasizing the importance of prior communication to avoid additional costs. The file details multiple line items associated with shipment to the DLA Distribution Depot in Hill AFB, Utah, specifying various National Stock Numbers (NSNs). It includes essential transportation account codes and funding information necessary for processing the procurement. Additionally, the involvement of personnel, such as Glenn A. Carter, is noted, cementing the collaborative nature of the procurement process. This document is integral for stakeholders involved in federal contracting as it consolidates crucial transportation instructions and fiscal responsibilities required for compliance with military shipping standards.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Gearbox Assembly
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is conducting a Sources Sought notice for the procurement of a Gearbox Assembly intended for the E-3/KC-135 aircraft. The primary objective is to identify potential suppliers capable of manufacturing these components, with a focus on enhancing competition and participation from small and disadvantaged businesses. This procurement is critical for maintaining the operational readiness of the aircraft, which plays a vital role in national defense. Interested vendors are encouraged to express their interest by October 2024, with a formal solicitation expected to be released in September 2024. For further inquiries, potential suppliers can contact the Air Force Supply Chain Management Squadron at Tinker AFB via email at 422.SCMS.AFMC.RFI@us.af.mil.
    Solicitation-C-5 Nose Landing Gear Door Gearboxes
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul of Nose Landing Gear Door Gearboxes, with a focus on electronic and precision equipment repair and maintenance. This procurement involves a Firm Fixed Price Requirements Type Overhaul Contract, which includes a five-year Basic Ordering Period and three one-year Option Periods, totaling up to eight years of service. The gearboxes are critical components for aircraft operations, and the government owns a complete technical data package for this requirement. Interested vendors must register in the Joint Certification Program to access bid documents and submit their proposals by the response deadline of October 5, 2024, at 3:30 PM EST. For further inquiries, vendors can contact Caiveon Thomas at caiveon.thomas@us.af.mil or Karen Beckford at karen.beckford@us.af.mil.
    Housing, Gearbox, Tur
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting offers for a firm-fixed-price contract to procure gear box housings, classified as Critical Safety Items (CSI), for aircraft engine manufacturing. The procurement aims to secure 81 units of these gear box housings, with potential additional orders ranging from 21 to 121 units, all of which must meet stringent quality standards, including ISO 9001-2015 certification. This equipment is vital for ensuring the operational safety and efficiency of military aircraft engines. Interested vendors must submit their proposals by October 8, 2024, at 3:00 PM CST, following the recent amendments that extended the submission deadlines. For inquiries, potential offerors can contact Keith Russ at keith.russ@us.af.mil.
    FD2020-21-00412
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE, DEPT OF THE AIR FORCE is seeking a Gearbox Assembly (NSN:1680-01-257-2445LE, Part :8521) for miscellaneous aircraft accessories and components. The Gearbox Assembly is an essential component used in aircraft systems to transmit power and control the speed of rotating parts. The procurement aims to fulfill the need for this specific part in the defense sector.
    Gearshaft, Multiple
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Aviation at Oklahoma City, OK, is seeking proposals for the procurement of eleven units of a specific gearshaft as part of a firm fixed price contract under solicitation SPRTA1-24-Q-0393. This acquisition is critical for supporting military and defense logistics, emphasizing compliance with federal and military packaging and transportation standards, including the use of wooden packaging materials that meet international phytosanitary standards. Proposals must be submitted electronically by October 16, 2024, at 4:00 PM CST, and will be funded with Fiscal Year 2025 funds, with no awards made until those funds are available. Interested parties can contact Chrissy Turnage at christine.turnage@us.af.mil for further information.
    Remanufacture of KC-135 Valve Assembly and F-16 Regulating Valve
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center, is soliciting proposals for the remanufacture of KC-135 valve assemblies and F-16 regulating valves under a firm fixed price requirements contract. This procurement aims to restore these critical aircraft components to a like-new condition, ensuring operational readiness and compliance with stringent military specifications over a five-year period, which includes a three-year basic contract and an optional two-year extension. The selected contractor will be responsible for all aspects of the remanufacturing process, including material provision, labor, and adherence to quality assurance standards, with a focus on maintaining the integrity of government property throughout the project. Interested small businesses must submit their proposals by October 8, 2024, and can direct inquiries to Dessie Breslin at dessie.breslin@us.af.mil or David O'Rourke at david.orourke@us.af.mil for further details.
    361 TRS Custom F-108 Engine Stands
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of custom F-108 engine stands for the 361 TRS at Sheppard AFB, Texas. This opportunity is a total small business set-aside, requiring contractors to provide detailed specifications and engineering standards as outlined in the attached blueprints and pictures. The engine stands are critical for maintaining operational readiness and safety in military aviation, emphasizing the importance of compliance with federal standards and regulations. Interested vendors must submit their quotes via email by 4:00 PM CST on September 20, 2024, and direct any questions to 2Lt Brooke Hofman or Casey Adams before the deadline for inquiries on September 18, 2024.
    28--GEARBOX,ACCESSORY D
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of a gearbox accessory (NSN 7R-2840-016229864-F7) as part of a presolicitation notice. The requirement includes a quantity of one unit, which is classified as a commercial/nondevelopmental/off-the-shelf item, necessitating Government source approval prior to contract award due to its flight-critical nature. Interested vendors must provide detailed technical data and documentation as outlined in the NAVSUP Source Approval Information Brochures, and proposals must be submitted within 45 days of the notice publication. For further inquiries, potential bidders can contact Charles F. Horan at (215) 697-1303 or via email at CHARLES.F.HORAN@NAVY.MIL.
    Overhaul/Repair of TH-1H Dynamic Components
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul and repair of dynamic components for the TH-1H helicopter under solicitation number FA852424R0008. The primary objective is to ensure that critical safety items are overhauled in accordance with the original equipment manufacturer's standards, thereby maintaining the operational readiness of the U.S. Air Force's fleet for training and combat missions from FY25 to FY30. This procurement is vital for sustaining flight safety and operational integrity, as it involves essential components such as the Main Transmission Assembly and Tail Rotor Drive Quill Assembly. Proposals are due by September 26, 2024, at 4 PM EST, and interested contractors should contact Shawna Barrett at shawna.barrett.1@us.af.mil or Leigh Ann Taylor at leigh.taylor.3@us.af.mil for further information.
    Constant Speed Drive
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is conducting market research for the manufacturing of a Constant Speed Drive (NSN 1650-01-228-9276) designated for the F16 aircraft. The USAF is seeking interested vendors, particularly small businesses including those that are small disadvantaged, 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned, to provide all necessary labor, materials, and logistical support, along with nonrecurring engineering costs for approval. This procurement is crucial for maintaining the operational capabilities of the F16 aircraft, and interested parties must express their interest by selecting the "Add Me to Interested Vendors" option. The estimated solicitation date is September 2024, with responses due by October 2024; interested vendors should submit their qualifications to 422.SCMS.AFMC.RFI@us.af.mil.