Repair of Vertical Situational Display Unit (VSDU) & Fully Integrated Data Link (FIDL)
ID: FA8117-24-R-0003Type: Solicitation
Overview

Buyer

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

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES (J016)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the Vertical Situational Display Unit (VSDU) and Fully Integrated Data Link (FIDL) as part of contract FA8117-24-R-0003. Contractors are required to adhere to stringent quality management standards, including ISO 9001:2015, and must develop comprehensive plans for supply chain risk management, cybersecurity, and counterfeit prevention. These components are critical for maintaining the operational readiness of B-1 aircraft systems, ensuring reliability and support for military aviation capabilities. Interested contractors should direct inquiries to Michael Shand at michael.shand@us.af.mil or David Herrig at david.herrig.1@us.af.mil, with proposal submissions due by the extended deadline of June 12, 2025.

    Files
    Title
    Posted
    The document outlines the Contract Data Requirements List (CDRL) for federal contracts under the proposal FA8117-24-R-0003, highlighting mandatory data submissions related to government property, technical improvements, and supply chain management. It includes 10 data item descriptions (DIDs) detailing submission frequency, purpose, and responsible offices, emphasizing compliance with government regulations. Key items include the annual Government Property Inventory Report (A001), which mandates an electronic submission outlining contractors' possession of government property. Other reports, like the Technical Order Improvement Report (A002) and the Acquisition and Sustainment Data Package Deficiency Reports (A003, A004), require contractors to track technical deficiencies, while a Counterfeit Prevention Plan (A005) must ensure procurement integrity. The Production Surge Plan (A006) addresses rapid demand increases, ensuring contractors can adapt without price hikes. The outlined documentation structure aims to support logistical and risk management within the Department of Defense by enforcing strict reporting requirements to help maintain supply chain efficacy, ultimately enhancing operational readiness. The document serves as a guideline for contractors, ensuring they meet necessary criteria while fulfilling governmental mandates regarding technology, property, and materials management.
    The Performance Work Statement (PWS) outlines the repair requirements for the B-1 Fully Integrated Data Link (FIDL) and Vertical Situational Display Unit (VSDU) displays, under the scope of Department of the Air Force procurement. The contractor must ensure delivery of serviceable products by adhering to established quality control, inspection standards, and various compliance regulations, including supply chain risk management and cybersecurity measures. Central to the process is a pre-award survey for contractors not recognized as original equipment manufacturers (OEMs), which is waived for currently approved contractors. Key requirements include maintaining a robust quality system in compliance with ISO 9001:2015, implementing an Inventory Management Program for Government Furnished Property (GFP), and promptly reporting any discrepancies or deficiencies. The contractor is responsible for the operational readiness and maintenance of required support equipment and fulfilling all technical documentation. Additionally, the PWS emphasizes the importance of addressing obsolescence issues and implementing proper cybersecurity measures to protect sensitive information. Overall, this comprehensive PWS aims to ensure that quality repair services are executed efficiently and in accordance with strict governmental standards.
    The document outlines a Request for Proposal (RFP) FA8117-24-R-0003 from the Department of the Air Force for the repair of flight display units and data display groups at Ogden Air Logistics Center. The acquisition is unrestricted and focuses on outlining the services and supplies required, such as management of repair operations, logistics, training, and support, adhering to specified standards. The RFP details the proposal requirements, including the submission deadlines and guidelines for pricing and delivery. Key components include specific line items for different repairs, with associated quantities, unit prices, and delivery requirements. The contractor will be responsible for managing repairs with periodic deliveries, quality assurance inspections at origin or destination, and proper documentation during the process. Additionally, the document requires adherence to contract clauses and payment procedures, specifically highlighting the use of the Wide Area Workflow for electronic invoicing and payment requests. This initiative is crucial in supporting operational efficiency within military logistics and ensuring the maintenance of critical aircraft equipment.
    The document pertains to an amendment of a solicitation by the Department of the Air Force regarding contract FA8117-24-R-0003, effective March 20, 2025. This amendment primarily extends the proposal receipt date to April 15, 2025, and makes various changes to specific federal acquisition regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses. Notably, it adds DFARS 252.237-7023 regarding continuity of essential services while deleting FAR clauses 52.222-21 and 52.222-26. Additionally, revisions are made to FAR clauses related to annual representations and certifications and subcontracting for commercial services. The document emphasizes the essential nature of the contractor services required and mandates acknowledgment of the amendment by potential contractors to ensure compliance. Overall, this amendment reflects administrative updates and shifts in regulation as part of ongoing federal procurement processes.
    This document is an amendment to a solicitation for the Department of the Air Force, specifically modifying contract FA8117-24-R-0003. Effective May 28, 2025, the amendment extends the proposal receipt date to June 12, 2025, at 3:00 PM. Furthermore, it replaces the prior Performance Work Statement (PWS) dated September 1, 2022, with a new PWS dated May 28, 2025. The amendment requires contractors to acknowledge receipt and integrate any changes accordingly to ensure their offers remain valid. This document reflects typical procedural adjustments found in government RFP processes to maintain compliance and up-to-date specifications, ultimately ensuring the integrity of the solicitation and contract execution.
    The Performance Work Statement (PWS) outlines the repair requirements for B-1 FIDL & VSDU displays under contract FA811724R0003 by the Department of the Air Force. The main purpose is to define the responsibilities of contractors regarding repair processes, quality assurance, supply chain risk management, and compliance with safety and cybersecurity standards. Key highlights include the necessity for contractors to meet rigorous pre-award survey requirements, initiate inspections, and follow specific quality programs aligned with ISO 9001:2015. The document emphasizes the importance of managing supply chain risks, especially concerning foreign influence and obsolescence issues, while establishing protocols for the prevention of counterfeit parts. Additional stipulations cover the management of government property, reporting requirements for damages, and the handling of special tools and equipment. Specific work requirements require the contractor to ensure serviceability and adhere to technical orders for repairs and maintenance. The document reflects an emphasis on quality, schedule adherence, and thorough documentation throughout the repair process, highlighting the criticality of compliance with defense standards under government contracts.
    The document is an amendment to the solicitation for noncommercial repair issued by the Department of the Air Force (Contract ID: FA8117-24-R-0003). It officially modifies the original request for proposals (RFP) dated February 13, 2024, by extending the submission deadline for quotations from March 14, 2024, to April 14, 2024, at 5:00 PM. The amendment requires all offers to acknowledge receipt prior to the new deadline to avoid rejection of their submissions. The document is administered by the Air Force Sustainment Center and designated for contractors interested in providing repair services. It highlights key procedures and requirements for acknowledging the amendment and outlines the continued enforcement of all terms and conditions from the original solicitation, except as specified in the modification. This ensures clarity and compliance as vendors prepare their proposals within the revised timeframe.
    This document is an amendment to solicitation FA8117-24-R-0003 for noncommercial repair services by the Department of the Air Force. The amendment extends the deadline for quotes from April 14, 2024, to July 1, 2024, at 5:00 PM. It is crucial for contractors to acknowledge receipt of this amendment prior to the specified deadline to avoid rejection of their offers. This document outlines the procedures for acknowledgment and modification of offers, ensuring that all terms and conditions remain in effect, except for the specified changes. The amendment also specifies the contact information for the buyer, David Herrig, at Tinker AFB, Oklahoma, who is responsible for the solicitation. This update denotes a significant step in the procurement process, ensuring interested parties are informed and granted additional time to respond effectively.
    This document is an amendment to a solicitation issued by the Department of the Air Force for the repair of Flight Display Units (FIDL) and Data Display Groups (VSDU). The amendment, effective July 5, 2024, extends the proposal submission deadline and adds new Contract Line Item Numbers (CLINs) for both major and minor repair services. The contractor will be responsible for managing repair operations at Ogden Air Logistics Center, including training, logistics management, and reachback support, adhering to the Performance Work Statement (PWS). Delivery requirements are specified as one unit every 30 days until completion, with inspections and acceptances to take place at the origin. The document outlines detailed pricing information and unit quantities for each repair category and includes options for future years, establishing a firm fixed price structure. The emphasis on quality assurance, inspection requirements, and specific material handling protocols demonstrates the government's commitment to ensuring high standards for military equipment maintenance. This solicitation is an integral part of federal procurement practices, facilitating the maintenance and operational readiness of crucial defense technology.
    The document outlines the amendment and modification of a solicitation related to a federal contract for the repair services of flight display units by the Department of the Air Force. Specifically, it details the addition of Major "Plus" repair contract line item numbers (CLINs) and related changes to clauses and provisions, including the addition of specific FAR and DFARS clauses. The amendment modifies the existing contract to incorporate new requirements while ensuring that prior terms and conditions remain intact. It specifies the contractor's responsibilities, which include managing the repair operations at Ogden Air Logistics Center, providing training, and ensuring quality assurance for repaired units. Key items are categorized into major, minor, and no fault found repairs related to both flight display units and data display groups, with delivery expectations clearly laid out. This modification serves to update the solicitation process while aligning with federal acquisition regulations and ensuring ongoing support for military operations. The precise management of these repair operations is critical to maintaining the fleet's operational readiness, reflecting the government's emphasis on continuous improvement and efficiency in defense logistics.
    The government file outlines a request for proposals (RFP) related to the repair of B-1 Flight Data Unit and Data Display Group as part of solicitation number FA811724R0003, approved on October 3, 2023. It details two non-serialized items required for the project: the B-1 Flight Display Unit, with a quantity of 60 units, and the B-1 Data Display Group, with a requirement of 40 units. Each item is identified by its respective National Stock Number (NSN), CAGE code, and part number. The RFP indicates the use of specified budget strategies for acquisition without modifications. The document serves to formally solicit proposals to address maintenance and repair needs of crucial components for the B-1 aircraft systems, ensuring operational reliability and support to military aviation capabilities. The structured layout of the file, including solicitation details and item specifications, emphasizes clarity and precision in procurement processes within governmental contracting practices. This summary captures the essence of the document while remaining within the word limit and maintaining objectivity.
    The document outlines specific packaging requirements under the purchase instrument number FD20302201040-00, focusing on compliance with regulations concerning wood packaging material (WPM). It addresses the need for preserving military and commercial goods while preventing the spread of invasive species like the pinewood nematode. All wooden packaging materials must be made from debarked wood, heat-treated to specified temperatures, and certified by recognized agencies. The document also details military packaging and marking standards per MIL-STD-2073-1 and MIL-STD-129, mandating that containers have appropriate shipping markings and codes. Key dimensions and weights of various packaging units are specified, alongside additional instructions for vendors, emphasizing the importance of proper labeling, especially concerning electronic static discharge (ESD) and reusability. The primary purpose of this document is to ensure that packaging aligns with federal standards, safeguards against environmental issues, and meets military logistics requirements, reflecting the overall commitment to quality and compliance in government procurement processes.
    The Performance Work Statement (PWS) for the repair of B-1 FIDL & VSDU displays outlines the responsibilities and requirements for contractors engaged in this task for the U.S. Air Force. It emphasizes ensuring that repair capabilities are supported by proper technical documentation while adhering to quality management standards, specifically following ISO 9001:2015. Key aspects include pre-award survey obligations, initial production evaluations, quality control procedures, and supply chain risk management guidelines. Contractors must notify the Air Force of obsolescence issues affecting delivery times and develop a cybersecurity protection plan. The document mandates the development of a Counterfeit Prevention Plan (CPP) for electronic parts to avoid counterfeit elements entering the supply chain. Specific safety and health regulations must also be followed during repairs. The PWS is structured with sections detailing work requirements, reporting obligations, special requirements, and delivery schedules, ensuring a thorough understanding of the expectations placed on contractors. Overall, the document serves to align contractors with the Air Force's operational needs and quality standards, significantly underlining the emphasis on mission-critical performance and compliance.
    The document outlines transportation data relevant to federal solicitations under Purchase Instrument Number FD20302201040-00, initiated on October 3, 2023. It provides instructions for vendors regarding shipping and freight logistics, emphasizing the importance of ensuring that carrier rates are competitive with government rates. Vendors must contact the Defense Contract Management Agency (DCMA) for specific shipping instructions and regulatory clearances before transportation. The document includes detailed transportation funds information and multiple line items indicating shipping destinations and corresponding National Stock Numbers (NSN). Transportation account codes and other financial data are also specified, highlighting the intricate funding process involved in these transactions. The information underscores the necessity for compliance and thoroughness in preparing invoices for reimbursement of transportation costs to avoid potential financial discrepancies. Overall, the document serves as a critical guide for vendors involved in government transportation contracts, ensuring adherence to protocols and efficient logistical management.
    Similar Opportunities
    FD2030-25-01565
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking suppliers for specific airframe structural components under the contract titled FD2030-25-01565. The procurement involves two National Stock Numbers (NSNs): 1560-01-522-0552FG and 1560-01-522-1614FG, with associated top drawings and revisions dated April 11, 2025, and February 21, 2023, respectively. These components are critical for the maintenance and operation of military aircraft, ensuring their reliability and performance. Interested vendors should refer to the solicitation information for further details and contact Ronald S. Ladd for inquiries once the solicitation is approved and available for quotes.
    Common Data Entry Electronic Unit (CDEEU)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Common Data Entry Electronic Units (CDEEU) and associated components, primarily for F-16 aircraft, under solicitation FA8251-26-R-0002. The contractor will be responsible for testing and repairing various National Stock Number (NSN) items to a serviceable “A” condition, adhering to OEM specifications and ISO 9001-2015 quality standards, with deliveries expected to commence 30 to 60 days after receipt of assets. This procurement is critical for maintaining the operational readiness of F-16 avionics, ensuring that essential components are restored to functionality. Interested contractors should contact Piper Martin at piper.martin@us.af.mil or Jesse Baird at jesse.baird@us.af.mil for further details, and are encouraged to review the solicitation documents for specific requirements and deadlines.
    Repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is issuing a solicitation for the repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW, under a firm-fixed price indefinite-delivery requirements contract. The procurement involves comprehensive repair services, including minor and major repairs, as well as handling units deemed Beyond Economically Repairable (BER) and Beyond Physical Repair (BPR). This equipment is critical for monitoring and controlling avionics systems in the B-2 aircraft, ensuring operational readiness and safety. Interested contractors must submit their proposals by January 8, 2026, and can direct inquiries to Morgan Wallar Larsen at morgan.wallarlarsen@us.af.mil or Lance Culver at jimmy.culver@us.af.mil.
    Opportunity Details
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of KC-135 and C-130 Vertical Indicators, specifically the "INDICATOR, VERTICAL" items with National Stock Numbers (NSN) 6610-01-527-2395 and 6610-01-433-2219. This procurement is crucial for maintaining the operational readiness of military aircraft, ensuring that critical flight instruments are functioning correctly. The solicitation has been amended to extend the proposal due date to December 16, 2025, at 3:00 PM Central Standard Time, with the contract period running from September 20, 2026, to September 19, 2033. Interested parties can reach out to Nathan R. Sholund at nathan.sholund@us.af.mil or Gregory Howard at gregory.howard.9@us.af.mil for further information.
    Repair of the Air Data Processor (ADP)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the Air Data Processor (ADP) under solicitation FA8538-26-R-0005. This Firm Fixed Price contract requires the provision of all necessary parts and labor to test and repair the ADP, which is critical for the operational capabilities of F-15 aircraft. The contract is a sole source requirement directed to Honeywell International, as they possess the unique technical data and expertise necessary for this specialized repair, with a total quantity of 50 units to be addressed. Proposals are due by January 6, 2026, at 4:00 PM EST, and interested parties can contact Madison Norris at madison.norris@us.af.mil for further information.
    Remanufacture B-1 Horizontal Stabilizer Servo-Cylinder
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for a five-year firm-fixed-price requirements contract to remanufacture B-1 Horizontal Stabilizer Servo-Cylinders. This procurement involves restoring various models of servo-cylinders, which are critical components for aircraft flight control surfaces, to a like-new condition, requiring compliance with ISO 9001-2015 standards and a minimum Supplier Performance Risk System (SPRS) assessment score of 110. Proposals are due by January 15, 2026, at 1:00 PM, and payment will be contingent upon the availability of appropriated funds. Interested vendors should contact Dessie Breslin at dessie.breslin@us.af.mil or Amy Gil at amy.gil@us.af.mil for further details.
    MANUFACTURE OF STRUCTURAL PANEL FOR THE B-1 AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the manufacture of structural panels for the B-1 aircraft under a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This procurement requires compliance with specific quality standards, including AS9100/ISO 9001-2015, and necessitates an "EXPORT CONTROLLED" certification to access technical data, with annual estimated quantities of 33, 31, and 31 units over the contract period. The contract, which will be awarded based on the Lowest Price Technically Acceptable (LPTA) criteria, has a minimum order quantity of 24 units and a maximum of 95 units per order, with a total contract maximum of 142 units. Interested parties should submit their proposals by December 15, 2025, at 3:00 PM, and can contact Dana Craun at dana.craun@us.af.mil or 405-426-9405 for further information.
    Solicitation for repair of B-2 Disk Drive Unit (DDU)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, has issued a solicitation for the repair of Disk Drive Units (DDUs) under Solicitation Number FA8119-25-R-0012. This procurement is a sole source acquisition directed to Honeywell International, Inc., and involves a firm-fixed-price, requirements-type contract for the repair of specific units identified by NSN: 7025-01-582-0638FW. The Disk Drive Units are critical components for the B-2 aircraft, underscoring their importance in maintaining operational readiness. Interested parties can reach out to Taylor Baptiste at taylor.baptiste@us.af.mil for further details regarding this opportunity.
    Panel, Display, and C
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting quotations for the manufacture of a "Panel, Display, and C" with NSN 1680-01-653-1320 KT and Part Number 187185-001. The procurement aims to secure an estimated quantity of 4 units, with a delivery requirement set for November 8, 2026, to DLA Distribution Depot Oklahoma at Tinker AFB. This equipment is critical for national defense applications and must comply with ISO 9001-2015 standards, including IUID marking and electronic submission of payment requests via Wide Area WorkFlow (WAWF). Interested vendors should note that the solicitation closes on January 12, 2026, following an amendment that extended the original deadline, and they can contact Genevee Suba at genevee.suba@us.af.mil for further inquiries.
    DISPLAY UNIT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the repair of a DISPLAY UNIT under a federal contract. The procurement requires contractors to provide firm-fixed prices for the repair services, adhering to specific requirements such as Item Unique Identification (IUID) and a Repair Turnaround Time (RTAT) of 161 days after receipt of the asset. This contract is critical for maintaining operational readiness and ensuring the functionality of essential military equipment. Interested contractors must submit their quotes electronically to Aaron D. McFee at AARON.D.MCFEE.CIV@US.NAVY.MIL, with a minimum quote expiration of 90 days and additional details regarding pricing and capacity constraints as outlined in the solicitation.