J85 Engine T5-5 Amplifier
ID: FA812224R0020Type: 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

MAINT/REPAIR/REBUILD OF EQUIPMENT- ENGINES, TURBINES, AND COMPONENTS (J028)
Timeline
    Description

    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.

    Files
    Title
    Posted
    The document outlines the CONTRACT DATA REQUIREMENTS LIST (CDRL) for contract FD20302302192 pertaining to the J85-5 system and its multiple items. It details the data item requirements for various reporting obligations, including Commercial Asset Visibility Reporting, Contract Depot Maintenance Monthly Production Report, Acquisition and Sustainment Data Package Deficiency Report, and others. Each section specifies the data item title, authority, submission frequency, and requirements related to the reporting process, emphasizing the importance of timeliness, accuracy, and electronic submission protocols. Key reports include monthly production updates, government property inventory reports, shipping discrepancies, and counterfeit prevention plans, among others. Each data item also discusses distribution statements, indicating the confidentiality and extent of information sharing allowed. The overall purpose of the document is to establish comprehensive reporting requirements to ensure accurate tracking and management of assets and maintain compliance with Department of Defense standards. The structured data collection is crucial for transparency and accountability in military contract management, highlighting the government's commitment to operational efficiency and risk mitigation in defense procurement.
    The document presents multiple Data Item Descriptions (DIDs) relevant to federal contracts, encompassing asset management, maintenance reporting, deficiency identification, property inventory, and counterfeit prevention. The Commercial Asset Visibility (CAV) Reporting system automates tracking government assets during the repair cycle, detailing transaction requirements for contractors. The Contract Depot Maintenance (CDM) Monthly Production Report outlines reporting structures for monthly maintenance figures, identifying assets' status, production performance, and issues. Similarly, the Acquisition and Sustainment Data Package (ASDP) Deficiency Report ensures thorough documentation of deficiencies in government-furnished materials. Government Property Inventory Reports track assets throughout contract performance, ensuring accountability. Alerts and responses under the Government Industry Data Exchange Program (GIDEP) notify relevant parties of nonconformances and safety issues. Additionally, guidelines for counterfeit prevention mandate stringent procurement practices from original manufacturers. Each DID outlines specific requirements for formats, content, and intended uses, ensuring compliance with federal standards. This compilation underscores the government's focus on effective inventory management and quality assurance across various sectors, fostering responsibility among contractors in complying with regulations and reporting processes essential for program integrity and operational safety.
    The document is a government solicitation regarding the procurement of government-furnished property, specifically related to custodial instruments. It is issued by the Department of Defense (DoD) and facilitated by Contracting Officer William Loftis. The file includes details necessary for procurement, such as item names, descriptions, and National Stock Numbers (NSN), alongside their quantities and acquisition costs. Key items consist of multiple digital temperature control amplifiers, categorized as both serially and non-serially managed. It outlines logistic requirements, including delivery notes and potential actions such as repair or upgrade associated with the items procured. The document features structured fields for documentation, capturing essential data like manufacturer CAGE codes and part numbers. This solicitation highlights the formalities and regulations inherent in federal contracting processes, ensuring compliance with established guidelines and facilitating the effective management of government resources. The context of the solicitation aligns with the comprehensive system of federal grants and RFPs, reinforcing the commitment to transparency and efficiency in government procurement practices.
    The document outlines packaging requirements for military items, specifically emphasizing compliance with U.N. regulations regarding Wood Packaging Material (WPM) to prevent invasive species like the pinewood nematode. It mandates that all wooden packaging, including pallets and containers, must be constructed from debarked wood treated to specific temperature standards, certified by an accredited agency recognized by the American Lumber Standards Committee. The packaging instructions incorporate standards from MIL-STD-129 and MIL-STD-2073-1, requiring military packaging practices. Additional marking requirements are specified, including bar coding and labeling parameters for shipping containers. The document designates contact personnel for further inquiries and outlines multiple items with corresponding coded data, ensuring clarity in compliance and logistics. The overall purpose focuses on enhancing shipping practices while adhering to environmental protections and military regulations.
    The Performance Work Statement (PWS) outlines the requirements for the repair, testing, and upgrading of the J85-5 Digital Temperature Control Amplifier (DTCA) used in T-38 aircraft by the U.S. Air Force. This document specifies that contractors will perform all work at their facility while adhering to military standards and procedures. The PWS emphasizes the need for a quality management system compliant with ISO standards and details the reporting, inspection, and documentation requirements. Additional sections cover safety procedures, contractor manpower reporting, inventory management, and parts control. The scope includes check/testing of various DTCA units, with non-repairable items to be condemned and properly disposed of. Contractors are required to maintain proper communication with government personnel regarding technical and logistical challenges, ensuring timely delivery and adherence to specifications. The overarching goal is to ensure that all DTCA units are returned to a serviceable condition, thereby supporting the operational integrity of the aircraft. This document exemplifies the structured approach taken by the federal government to ensure high standards and clear accountability in procurement processes.
    The Department of the Air Force has issued a solicitation FA8122-24-R-0020 for the procurement of Digital Temperature Control Amplifiers and related services. This contract encompasses the supply, repair, testing, and reporting of these amplifiers, which are detailed under various categories, each with specific quality assurance standards—including ISO 9001-2015 compliance. The contract spans multiple years with options for renewal. Each line item specifies quantities, delivery schedules, and inspection requirements, with a focus on maintaining high-quality standards through origin inspection and acceptance procedures. The solicitation also outlines the government’s requirements for prompt payment discounts, acknowledges receipt of amendments, and mandates specific procedures for submission of invoices. The evaluation criteria prioritize responsible delivery within established timelines and adherence to contract clauses. This process exemplifies the government's efforts to engage in transparent and efficient procurement practices, ensuring the procurement of essential military equipment while adhering to regulatory standards.
    The document outlines a federal procurement solicitation focused on transportation data related to various commodities. Initiated on March 22, 2024, the solicitation is identified by the purchase instrument number FD20302302192-00, with specifications for items to be shipped to DLA Distribution Depot in Oklahoma. Key data includes National Stock Numbers (NSNs) for five different items, and detailed shipping instructions are provided including the shipping address and documentation references. The document highlights transportation provisions according to the Federal Acquisition Regulation (FAR) and includes financial accounting information for transportation funds. The solicitation emphasizes zero dollar purchase requests to establish contracts and ensures necessary compliance and logistical arrangements for the transportation of goods, reflecting the government's structured approach to procurement processes. The completion is signed off by Dorothy A. Langford, indicating the document's official nature and purpose within the government contracting framework.
    Lifecycle
    Title
    Type
    J85 Engine T5-5 Amplifier
    Currently viewing
    Solicitation
    Similar Opportunities
    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.
    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.
    F110 FDT Temperature Sensors
    Active
    Dept Of Defense
    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.
    16--DC AFT PDA,DC, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of the DC AFT PDA, DC, under a firm fixed-price contract. The procurement involves the overhaul, upgrade, and testing of aircraft parts, ensuring they meet operational standards and are returned to a Ready for Issue (RFI) condition. This opportunity is critical for maintaining the functionality and reliability of military aircraft components, which are essential for national defense operations. Interested contractors should contact Carmelena Oldroyd at 215-697-2606 or via email at CARMELENA.OLDROYD@NAVY.MIL for further details, with the expectation of a 90-day repair turnaround time after asset receipt.
    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 TH-1H dynamic components under solicitation FA852424R0008 0003. This procurement involves various maintenance and reporting services, including inspections and quality assurance, with a focus on compliance with Item Unique Identification (IUID) standards and the submission of essential documentation such as Accident/Incident Reports and Counterfeit Prevention Plans. The services are critical for maintaining the operational readiness of military aviation assets, ensuring that helicopter components are effectively managed and maintained. Proposals are due by September 26, 2024, 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.
    Repair of the F-16 IF Assembly
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the F-16 IF Assembly, with a focus on interchangeable National Stock Numbers (NSNs) related to the aircraft's operational components. The procurement aims to restore critical equipment to serviceable condition, ensuring compliance with stringent technical standards, counterfeit prevention measures, and security protocols. This contract is vital for maintaining the operational integrity of military aviation systems, with a delivery timeline of 90 days after receipt of carcass for various line items. Interested contractors should reach out to primary contact Darin Rector at daren.rector@us.af.mil or secondary contact Hunter Doney at hunter.doney@us.mil for further details regarding the solicitation, which is expected to be awarded under the contract number FD20202400650.
    T-38 Gearbox Remanufacture
    Active
    Dept Of Defense
    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.
    75993 - DVI Taxi CCA
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a sole-source contract to supply DVI/TAXI video conversion circuit card assemblies (CCAs) essential for the Operational Flight Program (OFP) development of the C-130J aircraft. This procurement aims to enhance the aircraft's capabilities by integrating modern, industry-standard computing equipment that supports the generation and consumption of the TAXI video protocol, thereby improving mission display graphics. Interested vendors should note that the solicitation is under Request for Quotation (RFQ) No. FA857924Q0030, with specific guidelines for submission, including contact details for the contracting officer, Patrick Hulett, at patrick.hulett@us.af.mil, and secondary contact Valerie Evans at valerie.evans.1@us.af.mil. The due date for quotes and additional specifications can be found in the attached solicitation document.
    Overhaul/Repair of TH-1H Dynamic Components
    Active
    Dept Of Defense
    The U.S. Air Force seeks proposals for the overhaul and repair of dynamic components vital to the operation of TH-1H helicopters, ensuring the fleet's availability for pilot training and mission readiness. This extended solicitation, now due on September 26, 2024, emphasizes OEM-certified services for critical parts and adherence to strict quality and delivery standards. A range of associated files details the requirements for this project, focusing on efficient procurement and delivery processes, stringent standards for parts and packaging, and comprehensive maintenance and support services. The Air Force requires comprehensive solutions for several key projects, including cybersecurity enhancements, large-scale language model development, data storage improvements, drone-based surveillance systems, disaster response enhancements, smart city infrastructure development, and digital transformation consulting. These projects aim to upgrade the government's capabilities across various domains, leveraging technology and innovation. Contractors interested in bidding for these opportunities should review the detailed files accompanying this solicitation, which outline specific requirements, delivery schedules, and evaluation criteria.
    DUCT,FAN,AIRCRAFT G
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of aircraft duct fan components. The contract requires the selected contractor to adhere to specific repair turnaround times and throughput constraints for the repair of assets, with a defined delivery requirement of 110 days after receipt of the asset. These components are critical for maintaining the operational readiness of military aircraft, underscoring their importance in national defense. Interested vendors can reach out to Amelia Toften at 215-697-6514 or via email at amelia.c.toften.civ@us.navy.mil for further details, with the expectation that all contractual documents will be issued electronically upon acceptance of proposals.