Sole Source - Jet Fuel Starter (JFS) Test Stand Modification
ID: FA8228-24-Q-FUELType: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8227 AIR FORCE MATERIEL COMMAND OL H PZIMBHILL AFB, UT, 84056-5805, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
    Description

    The Department of Defense, specifically the U.S. Air Force, is seeking a contractor for the sole-source modification of a Jet Fuel Starter (JFS) Test Stand for the 309th Commodities Maintenance Group at Hill Air Force Base, Utah. The procurement involves providing all necessary labor, materials, and equipment to modify a Fuel Control Unit (FCU) for compatibility with an AAR F-16 JFS test stand, ensuring operational readiness and compliance with military specifications. The selected contractor, AAR Allen Services, Inc., is required to complete the modification within 60 days after receipt of order, with offers due by 1500 MT on 23 September 2024. Interested parties can direct inquiries to Nick Padgett at david.padgett@us.af.mil, and must be registered in the System for Award Management (SAM) to participate.

    Point(s) of Contact
    Files
    Title
    Posted
    The DD Form 1423-1 is a Contract Data Requirements List, which serves as a standardized document for outlining required data items in government contracts, specifically for the Department of Defense (DoD). The form includes sections for contract identifiers, data item descriptions, contractor details, and submission requirements, ensuring that all parties understand the data to be provided and its formatting. The main data item referenced is a "Contractor’s Progress and Status Report" related to the F-16 JFS Fuel Control Unit project. Key components include submission timelines, distribution statements, and contact information, which facilitate clear communication between the contractor and the government. It specifies the need for the contractor to certify the completion of the fuel control overhaul in a written document. The form establishes guidelines for the development and pricing of data items, categorizing them into four groups based on their significance to the contract effort. This structure aims to enhance clarity and compliance in documentation, ultimately supporting effective contract management and oversight in federal and state/local procurements.
    The U.S. Air Force is issuing a sole-source Request for Quote (RFQ) for the modification of a Jet Fuel Starter (JFS) Test Stand, specifically for the 309th Commodities Maintenance Group at Hill Air Force Base, Utah. The RFQ is designated as solicitation FA8228-24-Q-FUEL, and the selected contractor will be AAR Allen Services, Inc. The contract's scope includes delivering one modified test stand within 60 days after receipt of order (ARO), under FOB destination terms, with offers due by 1500 MT on 23 September 2024. The evaluation of offers will focus on price and technical acceptability, and all bidders must register in the System for Award Management (SAM). The document details various federal acquisition clauses applicable to the solicitation, including requirements related to employee rights, equal opportunity, and cybersecurity measures. Interested parties can raise concerns via an appointed ombudsman but must first contact the contracting officer. Ultimately, this solicitation reflects the Air Force's commitment to maintaining and upgrading its operational capabilities, ensuring compliance with federal procurement standards while fostering a transparent competitive bidding process.
    The Statement of Work (SOW) outlines the modification requirements for a spare Fuel Control Unit (FCU) designated for the F-16 Jet Fuel Starter (JFS) system by the U.S. Air Force's 309th Commodities Maintenance Group (CMXG). The contractor is tasked with providing all necessary labor, materials, and equipment to modify the FCU, enabling its use with an AAR F-16 JFS test stand. The process includes receiving a shipped FCU from the government, verifying its serviceability, and carrying out modifications to incorporate a connector and stepper motor. Following successful testing of the upgraded unit, the contractor must ship it back to Hill Air Force Base, Utah. The contractor is responsible for safeguarding any government-furnished property during the upgrade and ensuring it is returned in the same condition. The upgrade's completion will be certified with a Process Completion Report, which requires a standard warranty. Overall, the document establishes the framework for performance, accountability, and compliance with military specifications, emphasizing the critical nature of the modification services for operational readiness.
    This document provides an overview of federal government RFPs, grants, and state and local RFPs aimed at facilitating collaboration and funding opportunities for various organizations. The primary focus is on establishing clear guidelines and eligibility criteria for prospective applicants, emphasizing compliance with applicable regulations. It highlights the importance of aligning project proposals with federal and state priorities to enhance the likelihood of securing funding. Key sections outline the application process, evaluation criteria, and deadlines for submissions. Additional details may include requirements for reporting and accountability post-award. The document serves as a comprehensive resource for organizations seeking to navigate the complexities of government funding and RFP submissions, ultimately promoting efficient allocation of resources for community development and public service initiatives.
    The wage determination document issued by the Department of Labor outlines minimum wage rates and fringe benefits for contractors under the Service Contract Act applicable in New York State, specifically Nassau and Suffolk counties. Effective in 2024, contractors are required to pay covered workers at least $17.20 per hour under Executive Order 14026 for contracts awarded or extended after January 30, 2022, while those under Executive Order 13658 must receive a minimum of $12.90 per hour for contracts awarded between January 1, 2015, and January 29, 2022. A detailed list of occupations and corresponding wages is provided, including necessary fringe benefits like health and welfare ($5.36 per hour), paid sick leave, and vacation provisions. Additionally, the document describes the conformance process for unlisted job classifications and emphasizes compliance with regulations regarding uniform allowances and hazardous pay differentials. This comprehensive wage determination ensures fair compensation practices for federal contract workers while aligning with labor standards and worker protections.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Facilities Other Maintenance Follow On
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to manage the Facilitate Other Maintenance (FOM) program for the 309th Aircraft Maintenance Group (AMXG) at Hill Air Force Base, Utah, and Joint Base San Antonio, Texas. The contractor will be responsible for overseeing the inventory, receipt, issuance, and control of aircraft parts and materials, ensuring compliance with performance standards and maintaining a qualified workforce. This procurement is critical for ensuring high standards of asset management and quality service within military maintenance operations, emphasizing accountability and effective management throughout the contract period. Interested vendors must respond to the Sources Sought notice by September 9, 2024, and can contact Shelly Bachison at shelly.bachison@us.af.mil or 801-586-8606 for further information.
    DLA Energy Bulk Petroleum - JPTS
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Energy), is seeking suppliers for Jet Propellant Thermally Stable (JPTS) fuel to support operations at Beale Air Force Base in California, Osan Air Base in Korea, and DFSP Texas City in Texas. The procurement encompasses an estimated annual requirement of 1,150,000 gallons for Beale AFB, 925,000 gallons for Osan AB, and 1,725,000 gallons for Texas City, with the contract period running from April 1, 2025, to March 31, 2026, and options for three additional years. This fuel is critical for military operations, ensuring the readiness and operational capability of the U.S. Air Force. Interested vendors should prepare for full and open competition, with the solicitation expected to be issued on https://www.sam.gov in late September or early October 2024; inquiries can be directed to Tracey Grinstead or Sonji Epps via their provided emails.
    57 MXG External Aircraft Fuel Tank Storage System (EAFTSS) Maintenance and Repair
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking proposals for the maintenance and repair of the External Aircraft Fuel Tank Storage System (EAFTSS) at Nellis Air Force Base, Nevada. The contract requires comprehensive preventative maintenance and emergency repairs for a system capable of storing up to 300 external fuel tanks, ensuring its safe operation year-round. This procurement is critical for maintaining the operational integrity and safety of the EAFTSS, which is essential for military aircraft operations. Interested small businesses must submit their proposals by September 17, 2024, and can contact Jessica Lavender or Rachel Tilley for further information regarding the solicitation number F3G3AA4162AQ01.
    16--TANK ASSY,AIRCRAFT,, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure the repair of 33 units of the Aircraft Fuel Tank Assembly (NSN 7R-1680-015685625-V2) from Robertson Fuel Systems, the Original Equipment Manufacturer (OEM). This procurement is critical as the government does not possess the necessary data or rights to source this item from alternative suppliers, emphasizing the importance of the OEM's unique capabilities in fulfilling this requirement. Interested parties are encouraged to submit their capability statements to the contracting officer, Jessica P. Laychock, via email at Jessica.Laychock@navy.mil, within 15 days of this notice, with the anticipated award date set for January 2024. This procurement will not be a Total Small Business Set-Aside, and electronic solicitation procedures will be utilized.
    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.
    FUEL TRANSFER PUMP CARTRIDGE ASSEMBLY / 19F, F-15 EAGLE AIRCRAFT
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking contractors for the procurement of Fuel Transfer Pump Cartridge Assemblies for the F-15 Eagle aircraft. This opportunity involves an indefinite quantity contract (IQC) for a base period of five years, with an estimated annual requirement of 240 units, and includes first article testing with specific delivery timelines. The procurement is critical for maintaining the operational readiness of military aircraft, and interested contractors must be certified by the DOD to access the necessary technical data. The solicitation is expected to be issued on or about September 30, 2024, and inquiries can be directed to Gladys Brown at gladys.brown@dla.mil or by phone at 804-279-1561.
    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.
    FY24 F18PF 372452 LRS FM9 Agile fuel System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the purchase of an Agile Fueling System for the 8 LRS/LGRF Fuels Management Flight at Kunsan Air Base. This procurement aims to enhance contingency capabilities for refueling aircraft and equipment, ensuring that Kunsan AB can effectively mobilize refueling support across the peninsula. The Agile Fueling System is critical for supporting Agile Combat Employment and providing necessary contingency options. Interested vendors should contact Matthew Grider at matthew.r.grider.mil@army.mil for further details regarding the solicitation process and requirements outlined in the attached SF 1449 document.
    Remanufacture of F-15 Fuel Valve NSN 2915-01-140-5874RK, PN 2780499-102
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the remanufacture of the F-15 fuel valve, NSN 2915-01-140-5874RK, PN 2780499-102. The procurement involves comprehensive services including disassembly, inspection, cleaning, reassembly, and testing to restore the fuel valve to a like-new condition, adhering to strict technical orders and quality assurance protocols. This remanufacturing process is crucial for maintaining the operational readiness and safety of the F-15 aircraft, which is a vital asset for national defense. Interested vendors are encouraged to contact Mayona Presley at mayona.presley@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further details, as this is a Sources Sought notice with no current solicitation or contract commitment.
    2835-01-459-6815 (24-R-0746)
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the procurement of nine units of Gearbox, Accessory D, under solicitation SPRHA124R0746. This procurement is critical for supporting the F-15 aircraft and aims to establish a firm price agreement for 120 days following the acceptance of offers, with an emphasis on compliance with the Buy American Act and sourcing from approved manufacturers. Interested contractors must adhere to stringent quality assurance standards, military packaging and marking requirements, and are encouraged to participate in the procurement process, which is open to all businesses but particularly targets small and disadvantaged enterprises. Proposals are due by October 4, 2024, and interested parties can contact Johnny Wakefield at johnny.wakefield.2@us.af.mil or by phone at 385-519-8310 for further information.