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 Vertical Situational Display Units (VSDU) and Fully Integrated Data Links (FIDL) as part of contract FA8117-24-R-0003. The procurement aims to ensure the operational readiness of critical military aviation systems by requiring contractors to deliver quality serviceable products while adhering to stringent quality assurance protocols, cybersecurity measures, and supply chain risk management practices. This solicitation is vital for maintaining the functionality of B-1 aircraft components, with a focus on timely delivery and compliance with established standards. Interested vendors must submit their proposals by the extended deadline of July 1, 2024, and can contact Michael Shand at michael.shand@us.af.mil or David Herrig at david.herrig.1@us.af.mil for further information.

    Files
    Title
    Posted
    The document outlines a Contract Data Requirements List (CDRL) for various data items associated with government contracts. Key items include the Government Property Inventory Report, Technical Order Improvement Report, Acquisition and Sustainment Data Packages, Counterfeit Prevention Plan, and Production Surge Plan. Each item specifies the associated data item description, submission frequency, and requirements for reporting. The primary purpose of this CDRL is to standardize data submissions required from contractors, especially in relation to government property, technical orders, and supply chain management. Reports are classified based on frequency, with some being required as needed, others annually, monthly, or one-time submissions. This CDRL is critical for facilitating oversight and compliance within Department of Defense contracts, ensuring that contractors adhere to established standards and practices for reporting deficiencies and improvements. Overall, this document serves as a comprehensive guide for contractors to understand their submission obligations, thus promoting accountability and efficient communication between the contracting office and service providers. It emphasizes the importance of maintaining accurate records and analytical reporting in the context of military logistics and asset management, highlighting the necessity for ongoing vigilance against counterfeit materials and risks in supply chains.
    The document outlines a solicitation for contract FA8117-24-R-0003, focusing on the procurement of services for the repair and management of Flight Display Units (FIDL) and Data Display Groups (VSDU) at the Ogden Air Logistics Center. The Air Force requires these services to include logistics management, training, and reachback support according to specific performance work statements (PWS). The solicitation is open to both large and small businesses, with specialized categories for women-owned and service-disabled veteran-owned businesses. Key details include the requirement for a firm fixed price, specific delivery schedules (one unit every 30 days), and the necessity of using appropriate documentation for shipping and receiving. Additionally, a focus on inspections at both origin and destination, along with quality assurance processes, ensures the compliance of provided services. Critical components in this solicitation include specific line item costs, non-recurring expenses for contractor-acquired property, and an emphasis on managing the contract effectively. The submission of proposals is due by March 14, 2024, emphasizing the urgency and importance of timely procurement within the defense sector. This solicitation exemplifies federal procurement procedures aimed at maintaining operational efficiency in military logistics and equipment management.
    The Performance Work Statement (PWS) FA811724R0003 outlines the repair requirements for B-1 FIDL and VSDU Displays, managed by the Air Force Sustainment Center at Tinker Air Force Base. The document establishes expectations for contractors, emphasizing quality control, inspection systems, and pre-award survey protocols to ensure capable performance. Key sections cover cybersecurity measures, supply chain risk management, obsolescence identification, and requirements for contractor facilities and equipment. Contractors must adhere to various regulations regarding procurement, including counterfeit prevention and compliance with environmental standards like handling ozone-depleting substances. The PWS details contractor obligations concerning inspection, documentation, delivery schedules, and reporting standards while ensuring all repairs meet specified serviceability criteria. Overall, the PWS serves as a comprehensive guide for contractors to meet the operational needs of the U.S. Air Force efficiently and effectively while ensuring compliance with established government standards and oversight.
    The document is an official amendment to the solicitation FA811724R0003, issued by the Department of the Air Force regarding noncommercial repair services. This amendment, identified as FA8117-24-R-0003-0001, is effective from March 14, 2024, and alters the submission deadline for offers related to the solicitation. The key change extends the offer submission date from March 14, 2024, at 5:00 PM to April 14, 2024, at 5:00 PM. The document outlines the procedures for acknowledging receipt of the amendment, which must be done prior to the new deadline to avoid rejection of offers. All other terms and conditions remain unchanged, ensuring compliance with established protocols. By modifying the date, the amendment aims to provide additional time for potential contractors to prepare and submit their proposals, thereby facilitating a more competitive bidding process.
    This document serves as an amendment to a solicitation from the Department of the Air Force for noncommercial repair, specifically identified as Request for Proposal (RFP) FA811724R0003. The key amendment details include the extension of the response deadline for offers from April 14, 2024, to July 1, 2024, at 5:00 PM. This adjustment requires bidders to acknowledge receipt of the amendment through specific methods before the revised deadline to avoid rejection of their offers. The document also specifies that all other terms and conditions of the original solicitation remain unchanged and enforceable. The amendment is administered by the Air Force, with the contact person, David Herrig, providing key points of communication. This modification is critical for maintaining the solicitation process and ensuring clarity for potential contractors as they prepare their offers.
    The document outlines the amendment to a federal solicitation (FA8117-24-R-0003-0003) from the Department of the Air Force related to the repair of B-1 VSDU and FIDL units. The amendment, effective July 5, 2024, adds new Contract Line Item Numbers (CLINs) for major and minor repairs and extends the proposal submission deadline to August 16, 2024, at 3:00 PM. The document details various contract requirements, including the need for management of repair operations, logistics support, and training, all in line with the Performance Work Statement (PWS). Specific repair tasks involve flight display units, their specifications, and delivery schedules, with a focus on inspections and acceptance protocols. Emphasis is placed on adhering to quality assurance standards while ensuring proper documentation, including DD1348-1 forms, is presented with shipments. This solicitation amendment reflects the Air Force’s needs for ongoing maintenance and operational readiness and is structured to facilitate vendor bids while underscoring essential regulatory compliance.
    The document serves as an amendment to a solicitation for a contract with the Department of the Air Force, specifically regarding repairs and management of Flight Display Units (FIDL) at the Ogden Air Logistics Center. It outlines the addition of new repair categories titled "Plus," modifies existing clauses, and specifies expectations for contractors. Key amendments include the inclusion of CLINs for Major "Plus" Repairs and the deletion of outdated DFARS clauses. It specifies that contractors must deliver repair units monthly until complete, with quality assurance measures in place. The document divides requirements into several items categorized as major and minor repairs for both Flight Display Units and Data Display Groups across multiple option years, emphasizing logistics management and training. Furthermore, it requires detailed quality checks including inspections and acceptance reports upon delivery, ensuring compliance with government standards for a successful contract execution.
    The document details a government solicitation for the repair of B1 Flight Data Units and Data Display Groups as stated under Solicitation Number FA811724R0003. The key items include the B-1 Flight Display Unit and B-1 Data Display Group, which are categorized as non-serialized items. The specified quantities for these items are 60 and 40 units respectively, both identified by their National Stock Numbers (NSN) and associated CAGE codes. The document indicates the acquisition cost should be utilized as-is, reflecting procurement procedures for military equipment repair. This solicitation is indicative of the federal government's ongoing need to maintain and update critical defense systems, underpinning operational readiness and effectiveness within military aviation. The structure of the document outlines the solicitation information, item descriptions, and procurement specifics, focusing on ensuring clear communication for potential vendors responding to this request for proposals.
    The government document outlines packaging requirements for items related to Purchase Instrument Number FD20302201040-00, ensuring compliance with international standards on wood packaging material (WPM) to prevent the spread of invasive species, notably the pinewood nematode. It specifies that all wooden packaging must be made from debarked wood subjected to heat treatment (HT) of 56 degrees Celsius for 30 minutes, with certification from an accredited agency. The document provides detailed preservation, packaging, and shipping instructions based on military standards (MIL-STD-2073-1 for packaging and MIL-STD-129 for marking). There are specifications for unit pack dimensions and weights for two items, along with supplemental instructions for packaging and container markings. The primary purpose of this document is to specify rigorous packaging and certification standards for military logistics to safeguard against environmental hazards linked to wood usage in packaging. It emphasizes adherence to military standards while ensuring traceability and identification through proper marking and documentation, critical for the effective management of government contracts and RFPs.
    The Performance Work Statement (PWS) issued by the Air Force Sustainment Center outlines comprehensive repair requirements for B-1 FIDL & VSDU Displays, as specified in purchase request FD2030-22-01040. The contractor is responsible for delivering quality serviceable products and must possess all necessary technical data and repair capabilities. Key elements include Pre-Award Survey (PAS) requirements, quality assurance protocols compliant with ISO 9001:2015, supply chain risk management, foreign influence disclosures, and maintenance of cybersecurity measures. The PWS mandates adherence to various standards concerning obsolescence notification, counterfeit prevention, and safe handling of materials. The contractor is obligated to maintain configuration control, implement a parts control program, and ensure all repaired items retain nuclear hardness. Specific work requirements detail inspection, repair processes, and materials management while emphasizing contractor training and the importance of timely delivery schedules, particularly during surge operations. Reporting and documentation standards are outlined for completeness and accountability throughout the contract lifecycle, maintaining stringent oversight for government property and compliance with regulations. This PWS exemplifies the rigor of government contracting within the defense sector, ensuring that contractors are held to high standards for quality and reliability in servicing military equipment.
    This government document relates to transportation data for solicitations under Purchase Instrument Number FD20302201040-00, initiated on October 3, 2023. It outlines the terms and clauses regarding transportation provisions, specifically emphasizing F.O.B. Origin and Destination requirements. Contractors are directed to ensure their carrier rates are competitive with government rates and to properly annotate shipping costs in invoices to avoid reimbursement issues. Vendors must contact the DCMA Transportation prior to shipments for guidance on regulatory clearances and shipping documentation through designated online platforms. The document includes comprehensive details on transportation funding codes, ship-to addresses, and itemized product lines, identified by NSN or pseudo NSN numbers, highlighting various items transported under this contract. It concludes with contact information for the responsible analyst, providing a clear framework for managing logistical aspects related to government solicitations and transport contracts. This structured approach is essential for fostering compliance and efficiency in federal transportation-related procurements.
    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 comprehensive scope of work that requires contractors to develop production surge plans, counterfeit prevention strategies, and various reporting requirements related to government property and maintenance activities. These units are critical for ensuring the operational efficiency of military aircraft systems, emphasizing the importance of compliance with stringent military standards and cybersecurity measures. Interested vendors 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.af.mil.
    FA811824R0044 Overhaul of B-2/B-52 Hydraulic Drive Unit, Common Strategic Rotary Launcher (CSRL) power drive unit (PDU), NSN: 1650-01-276-4376, P/N 741322E
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the overhaul of the B-2/B-52 Hydraulic Drive Unit, known as the Common Strategic Rotary Launcher (CSRL) Power Drive Unit (PDU), under solicitation FA811824R0044. The procurement involves comprehensive services including disassembly, inspection, rehabilitation, and testing of the hydraulic drive unit, with a focus on maintaining operational readiness for critical military assets. This contract is vital for ensuring the functionality of strategic defense systems, with a firm-fixed-price structure over a ten-year period, including five one-year options. Interested contractors must submit their proposals by September 30, 2024, and can direct inquiries to Jacqueline West at jacqueline.west@us.af.mil or Shirley V. Harmon at Shirley.Harmon.1@us.af.mil for further assistance.
    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.
    Avionics Intermediate Shop Product Support Integration
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Avionics Intermediate Shop Product Support Integration contract, aimed at providing essential product support activities for the 416 Supply Chain Management Squadron at Hill Air Force Base, Utah. The contractor will serve as a systems integrator, responsible for managing technical support, logistics, and systems integration for F-16 avionics systems, ensuring operational readiness and compliance with military standards. This contract is critical for sustaining avionics testing capabilities and addressing obsolescence issues, with a performance period extending from March 30, 2025, to March 29, 2035. Interested parties must submit their proposals by the deadline of October 1, 2024, and can direct inquiries to Christian Barwick at Christian.Barwick@us.af.mil or by phone at 801-775-4631.
    Repair of B-2 Disk Drive Unit (DDU)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center, is seeking potential sources for the repair of the B-2 Disk Drive Unit (DDU), associated with NSN 7025-01-582-0638. The procurement aims to identify contractors capable of managing all aspects of the repair process, including disassembly, inspection, maintenance, and testing, to ensure the units are returned to a serviceable condition while adhering to stringent military specifications. This repair work is critical for maintaining the operational readiness of the B-2 aircraft, emphasizing the importance of quality control, counterfeit prevention, and compliance with federal requirements. Interested companies must respond with their capabilities and experience by October 11, 2024, and can submit their responses electronically. For further inquiries, contact Mark C. Green at mark.green.29@us.af.mil or 405-734-8487.
    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.
    VDATS Interface Enclosure Assembly - Alexsys 12348
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is seeking proposals from qualified small businesses for the procurement of 30 Versatile Diagnostic Automatic Test Station (VDATS) Interface Enclosure Assemblies. These assemblies are critical for testing aircraft components and must adhere to specified engineering and packaging standards, with a delivery schedule set for ten weeks post-award. This procurement emphasizes the importance of compliance with various contract clauses and ethical practices, reflecting the sensitive nature of defense-related projects. Interested parties should note that the deadline for offers has been extended to September 19, 2024, at 1 PM CST, and can contact Brian Eakers or Maria (Katie) Nolan via email for further information.
    ACTUATOR,ELECTRO-ME
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of electro-mechanical actuators for the F-16 aircraft, specifically NSN: 1680-012540470, Part Number: 16VM005-2. This solicitation is for a definite quantity contract of 111 units, with a delivery schedule of 365 days after receipt of order, and includes requirements for configuration control and critical application items. Interested vendors must submit their proposals in writing, with the solicitation issue date set for September 4, 2024, and can access the solicitation documents via the DLA Internet Bid Board System. For further inquiries, potential offerors may contact Cindy Hunt at (804) 971-7217 or via email at cindy.hunt@dla.mil.
    Repair of the E-3 Liquid Quantity Indicator
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the E-3 Liquid Quantity Indicator, a critical component used in aircraft operations. The procurement involves major and minor repairs, as well as additional unexpected repair work, with a performance period extending from July 2025 through June 2030, and options for contract extensions. This opportunity is vital for maintaining the operational readiness of the E-3 aircraft, ensuring that essential systems function accurately and reliably. Interested contractors should direct inquiries to Amanda Mathews or Kristen Carter via the provided email addresses, with proposals due in accordance with the solicitation timeline.