Repair: In-Flight Processor, Flight Display Unit, Computer Display, Multiple
ID: FA811724R0023Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8117 AFSC PZABATINKER AFB, OK, 73145-3303, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

FLIGHT INSTRUMENTS (6610)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Multiple Display Units (MDUs), In-Flight Processors, and Flight Display Units for military aircraft under Contract ID FA8117-24-R-0023. The procurement aims to ensure that these critical components are returned to serviceable condition, adhering to strict quality assurance standards and military specifications. This opportunity is vital for maintaining the operational readiness and reliability of military aviation equipment. Interested contractors should note that the closing date for proposals has been extended to July 17, 2024, at 3:00 PM CST, and can reach out to Cory Wilson or Tanner Mullins via email for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Item Unique Identification (IUID) requirements for a specific item, identified by NSN 6610014362803FW, as per DFARS guidelines (252.211.7003). It specifies that the marking must adhere to MIL-STD-130 standards, which detail the necessary marking location and method. The initiator of the checklist is Antonio A. Jimenez, and supervision is noted under Marvin E. Tennison. A key aspect of the marking process is that it should be consistently applied across all units using the designated marking methods or equivalents. The document also indicates that this item is categorized as an embedded item. Overall, this checklist serves to ensure compliance with federal identification requirements and enhance inventory management and traceability within government contracting processes, particularly in the context of defense procurement.
    The document is an Item Unique Identification (IUID) checklist in compliance with DFARS 252.211.7003, specifically addressing IUID marking for a display unit (NSN 6610015384660FW). The responsible contact is Marvin E. Tennison from the 422 SCMS / GUEA office, who is tasked with ensuring the marking follows MIL-STD-130 standards. The guidance specifies that IUID markings' location should be consistent across all units, utilizing provided references like AF 2007-33803-33. The checklist also includes a section for embedded items related to the same NSN, maintaining the required marking specifications without needing additional details. The document is structured to highlight IUID marking details and pertinent organizational contacts, underscoring the importance of compliance with military standards for identification during procurement and supply chain processes, akin to government RFPs and grants.
    This document serves as an Item Unique Identification (IUID) Checklist, specifically referencing DFARS 252.211.7003 for the marking of a computer display unit with National Stock Number (NSN) 6610016208360FW. It details the responsibilities of Marvin E. Tennison from the 422 SCMS/GUEA office and outlines the requirements for marking according to MIL-STD-130 standards. The contractor is responsible for determining the location and method of marking. The document emphasizes the need for IUID markings to be consistent across all units, highlighting the use of Fabrication IUIDs with specific AF marking guidelines. Additionally, it notes that the item is an embedded component linked to the same NSN, reinforcing the necessity for proper marking as per engineering guidelines. This checklist aligns with the federal compliance regulations for item identification and tracking within government contracts and acquisitions, ensuring accountability and traceability of military assets. Overall, the checklist offers procedural clarity for contractors involved in the Department of Defense logistical support and compliance initiatives.
    The document outlines the Contract Data Requirements List (CDRL) for federal procurement associated with contract number FD20302302248. It describes various data items required from the contractor, including reports on Commercial Asset Visibility, Government Property Inventory, Technical Order Improvement, and various deficiency reports. Each listed data item specifies its title, frequency of submission, required authorities, distribution statements, and other operational specifics. Critical requirements include timely electronic reporting and adherence to government regulations on data export and destruction. For instance, reports must be submitted in English and provide current data, often within 24 hours or on specified schedules. The document emphasizes the importance of accurate, timely, and compliant submissions to safeguard governmental interests and maintain operational integrity. Overall, the CDRL serves to ensure systematic and thorough tracking of contracted goods and services, while facilitating enhanced accountability across various operational areas in the defense sector.
    The document outlines the Performance Work Statement (PWS) for the repair of B-2 Flight Display Processor and related units at the Air Force Sustainment Center. Its purpose is to specify repair requirements, contractor responsibilities, and compliance with various standards, including quality assurance, supply chain risk management, and cybersecurity. Key sections include pre-award survey requirements, initial production evaluation, quality and inspection systems, and contractor identification. The contractor must ensure all necessary components are sourced and report any obsolescence issues promptly. Moreover, adherence to regulations regarding counterfeit prevention, ozone-depleting substances, lead-free materials, and safety protocols is mandated. A structured delivery schedule and quality acceptance procedures ensure that repairs meet military specifications before items are returned to service. The document emphasizes the importance of thorough documentation, risk management, and communication with the Government throughout the repair process, ultimately aiming to enhance mission readiness and maintain equipment integrity. This contract reflects the government's commitment to operational excellence while adapting to supply chain challenges.
    The document outlines the packaging requirements for items related to Purchase Instrument Number FD20302302248-00, emphasizing compliance with United Nations regulations on wood packaging material (WPM) to prevent the spread of invasive species like the pinewood nematode. It specifies that all wooden items must be constructed from debarked, heat-treated wood, certified by an accredited agency recognized by the American Lumber Standards Committee. The packaging and shipping processes must adhere to military standards (MIL-STD-2073-1 for packaging, MIL-STD-129 for marking), including additional requirements for barcoding and unit identification. The document details two specific items, their dimensions, weight, and necessary container markings, alongside supplemental instructions for handling critical items and ESD considerations. It emphasizes adherence to military packaging standards, reflecting a commitment to ensuring global shipment safety and compliance with international trade regulations.
    The document outlines transportation data related to federal procurement, initiating requests for proposals (RFPs) and grants. It specifies a federally administered purchase instrument initiated on March 19, 2024, detailing terms and conditions for transportation, emphasizing that shipping to destinations requires prior consultation with the Defense Contract Management Agency (DCMA). The salient points include regulations concerning F.O.B. (Free on Board) origin and destination shipping, specific vendor instructions, and mandatory contact protocols with DCMA to avoid additional costs. The report lists multiple line items with their respective National Stock Numbers (NSNs) destined for the Defense Logistics Agency (DLA) Distribution Depot at Tinker Air Force Base. Each item is assigned to a particular account number and shipment address. The document concludes with a point of contact for transportation queries, underlining the importance of compliance in the procurement process. Overall, it serves as a guideline for vendors in fulfilling transportation obligations related to federal procurements, ensuring adherence to regulatory standards and instructions from relevant authorities.
    The government file outlines several Data Item Descriptions (DIDs) pertinent to managing government property, tracking commercial assets, preventing counterfeiting, and reporting deficiencies. The primary purpose of these DIDs is to establish standard procedures for contractors working with the Department of Defense (DoD) and to ensure accurate reporting and accountability of government-furnished and contractor-acquired property. Key DIDs include the Government Property Inventory Report, which details inventory requirements for both government and contractor property; the Commercial Asset Visibility Reporting system for tracking repairable assets; and the Counterfeit Prevention Plan, which mandates strict procurement practices to combat counterfeit parts. Additionally, DIDs for Acquisition and Sustainment Data Packages and Deficiency Reports are outlined, which facilitate the reporting of equipment deficiencies and enable corrective actions. Each DID specifies the required format, essential content, and reporting frequency to ensure compliance with government standards. The summary emphasizes control measures and documentation processes crucial for maintaining asset integrity and accountability within government contracts.
    This document details an amendment to a solicitation related to the Department of the Air Force, specifically Contract ID FA8117-24-R-0023. The purpose of the amendment is to extend the closing date for accepting offers from June 20, 2024, to July 17, 2024, at 3:00 PM CST. The amendment also outlines the procedures for acknowledging receipt of this amendment by potential contractors. It specifies that offers must be acknowledged promptly to avoid rejection and provides guidance on how to make any changes to submitted offers. The amendment was issued by the Air Force Acquisition Services Center at Tinker AFB, and it reinforces that all previous terms and conditions of the solicitation remain unchanged except for the adjusted deadline. This extension aims to allow more time for contractors to prepare their proposals and reflects the federal government's structured process for managing solicitations and contracts effectively. The documentation follows standard federal formats and includes relevant contact details for the contracting officer and administrative contacts.
    The document is an amendment to a solicitation issued by the Department of the Air Force concerning a Request for Proposals (RFP) for repair services. It mainly serves to extend the RFP closing date to November 15, 2024, and to add specific line item numbers (subCLINs) for items categorized as Beyond Economical Repair (BER). The contractor is required to provide repair services on various equipment, including processors and display units, ensuring each is returned in a completely serviceable condition. The pricing structure includes firm fixed prices for repairs, along with provisions for 'No-Fault Found' services and potential over-and-above work, with structured guidelines for quality assurance and inspection. It emphasizes the procedures for handling economically reparable items and outlines negotiation terms for additional work beyond basic requirements. The document is designed to clarify the terms and expand the scope of procurement while ensuring compliance with applicable contracting regulations, highlighting the government's commitment to thorough and multi-step contractual processes for maintaining Air Force equipment.
    The document outlines a Request for Proposal (RFP) by the Department of the Air Force for the repair of aircraft components, specifically focusing on processors, display units, and computers essential for flight operations. It delineates the scope of work, including material, facilities, and labor necessary to execute repairs, underlining that the contractor must adhere to specified Quality Assurance standards and provide Government Furnished Property for repair, where applicable. The solicitation specifies unrestricted competition and emphasizes participation from small businesses. Key components include bidding details, contract terms lasting up to five years with multiple options, and process guidelines for repairable items beyond economical repair. Moreover, it includes mechanisms for negotiating "Over and Above" work based on need during contract execution. The aim is to ensure timely and cost-effective repair services, facilitate operational readiness, and maintain compliance with military standards, reflecting a commitment to enhancing the functionality and reliability of aviation equipment. Overall, the contract provides a structured framework for potential contractors to deliver essential repair services in support of national defense initiatives.
    Lifecycle
    Similar Opportunities
    Repair of Display Unit, Flight
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Flight Display Units under Solicitation Number FA8117-24-R-0014. The contractor will be responsible for disassembling, analyzing, troubleshooting, repairing, and testing the display units, ensuring they meet all operational specifications and are returned in a serviceable condition. This procurement is critical for maintaining the functionality of military aircraft systems, as the display units play a vital role in flight operations. Interested contractors should contact Cory Wilson at cory.wilson.1@us.af.mil or Tanner Mullins at tanner.mullins.1@us.af.mil for further details, with proposals due by May 31, 2024, following the recent amendment to the solicitation.
    Repair of the A-10 RDTU/UDTU
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the A-10 Redesigned Data Transfer Unit (RDTU) and associated components. The procurement includes a range of requirements such as the development of production surge and counterfeit prevention plans, as well as various reporting obligations related to government property and inventory management. These items are critical for maintaining operational efficiency in military aviation, ensuring that aircraft avionics systems function reliably. Interested contractors must submit their proposals by October 16, 2024, and can direct inquiries to primary contact Darin Rector at daren.rector@us.af.mil or secondary contact Hunter Doney at hunter.doney@us.mil.
    Repair of the F-15 Enhanced Engine Monitor Display (EEMD)
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the F-15 Enhanced Engine Monitor Display (EEMD) under solicitation notice FA8538-25-R-0001. This procurement involves a Firm Fixed Price Requirements contract for the repair of a specific electronic component, with a total contract duration of five years, including an initial 12-month basic ordering period followed by four additional 12-month ordering periods. The successful contractor will be responsible for ensuring compliance with performance standards and federal regulations, reflecting the critical need for reliable equipment in defense operations. Interested parties should direct inquiries to Contract Specialist Lauren Mitchell at lauren.mitchell.6@us.af.mil, with proposals due by November 12, 2024, at 1530 EST.
    Control Display Unit
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command-Redstone Arsenal, is conducting a Sources Sought notice to identify potential sources for the overhaul of the Control Display Unit, part number 10150-0204. The government seeks contractors capable of providing this item, which is classified under NAICS code 336413, and is essential for aircraft operations. This procurement will be structured as a five-year Indefinite Delivery Indefinite Quantity (IDIQ) firm fixed-price contract, with responses due within 15 days of posting. Interested parties should submit their capabilities statements and contact Mariel L. Chambers at mariel.l.chambers.civ@army.mil for further information.
    59--Electronic Display, Aircraft
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking proposals for an indefinite quantity contract for electronic display components for aircraft, specifically set aside for small businesses. The contract will encompass a base year with four optional years, focusing on supplies essential for DLA Stock Support, and will be solicited under FAR Part 12 for commercial items. This procurement is critical for maintaining operational readiness and efficiency within military operations, with the solicitation expected to be released on or around September 20, 2024. Interested vendors can find the solicitation at https://www.dibbs.bsm.dla.mil and should direct inquiries to Patrick Laugherty at patrick.laugherty@dla.mil or by phone at 614-692-3316.
    Repair of NIIN: 017016917 / DISPLAY UNIT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and upgrade of a critical DISPLAY UNIT, identified by NIIN: 017016917. This procurement is essential as the item is flight critical, and the government does not possess sufficient data to purchase it from any source other than the currently approved supplier. Interested vendors must submit a Source Approval Request (SAR) along with their proposals, as only previously approved sources will be considered for this contract, which is anticipated to be awarded based on the urgency of fleet support needs. For further inquiries, interested parties can contact Natalie Toroni at natalie.toroni.civ@us.navy.mil or call 215-697-2974, with proposals due within 45 days of the notice publication.
    FA811824R0070 Remanufacture of F-16 Leading Edge Flap PDU Assemblies
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of F-16 Leading Edge Flap Power Drive Unit (LEFPDU) assemblies under solicitation FA811824R0070. This procurement aims to establish a firm-fixed price contract with a duration of five years, consisting of a three-year base period and two one-year option periods, to ensure the availability of critical aircraft components. The LEFPDU is essential for the operational readiness of the F-16 aircraft, highlighting the importance of maintaining high standards in military aviation support. Interested contractors should direct inquiries to Jacqueline K. West at jacqueline.west@us.af.mil or Shirley V. Harmon at Shirley.Harmon.1@us.af.mil, with proposals due by the specified deadline.
    MOD,HPOI RDU B1
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking proposals for the modification and repair of the MOD,HPOI RDU B1, identified by NSN 7HH 5865-01-627-3900. The procurement involves the delivery of 20 units, with specific requirements for quality assurance, compliance with military standards, and adherence to detailed inspection protocols. This opportunity is critical for maintaining operational readiness within the Navy's systems, ensuring that all repairs meet established military and safety standards. Interested contractors must submit their offers by the revised deadline of December 16, 2024, and can contact Nicole Diehl at 717-605-5415 or via email at NICOLE.DIEHL@NAVY.MIL for further information.
    70--CONTROLLER,DATA ENT, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair and modification of the CONTROLLER, DATA ENT, through a federal contract opportunity. The procurement aims to establish a firm-fixed-price contract for the repair of this equipment, with a required Repair Turnaround Time (RTAT) of 74 days, emphasizing the importance of timely and efficient service to maintain operational readiness. This contract is critical for ensuring the functionality of essential machinery used in various defense operations, and interested contractors must submit their quotes, including pricing and capacity constraints, by the extended deadline of November 18, 2024. For further inquiries, potential bidders can contact Heather Van Hoy at 717-605-3528 or via email at HEATHER.VANHOY@NAVY.MIL.
    59--DISPLAY UNIT,FLIGHT
    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 12 flight display units. This requirement is classified as a sole source procurement, indicating that the government lacks sufficient data to contract with any source other than the current approved supplier. The display units are critical components for military operations, necessitating government source approval prior to award, which requires interested parties to submit specific documentation as outlined in the NAVSUP WSS Source Approval Brochure. For further inquiries, interested vendors can contact Samantha Freedman at 215-697-6566 or via email at samantha.m.freedman.civ@us.navy.mil.