F108 Compressor Inlet Temperature (CIT) Sensor Repair
ID: 2915-01-139-6618PNType: Sources Sought
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- ENGINE ACCESSORIES (J029)
Timeline
    Description

    The Department of Defense, specifically the U.S. Air Force, is seeking potential vendors for the repair and overhaul of the F108 Compressor Inlet Temperature (CIT) Sensor, with an estimated requirement of 750 units annually. This initiative aims to identify qualified sources capable of managing all aspects of supply chain logistics and providing necessary technical data, while promoting participation from small and disadvantaged businesses, as well as veteran-owned enterprises. The repair of these sensors is critical for maintaining the operational readiness of military aircraft, ensuring safety and performance standards are met. Interested vendors should contact Carrie Brown at carrie.brown.8@us.af.mil or Brock May at brock.may@us.af.mil for further inquiries, noting that this is a Sources Sought notice and not a solicitation for proposals at this stage.

    Files
    Title
    Posted
    This Performance Work Statement (PWS) outlines the requirements for the repair of F108 Compressor Inlet Temperature (CIT) Sensors for the U.S. Air Force, ensuring components are restored to their original service conditions. The scope includes receipt inspections, repairs guided by established manuals, quality assurance processes, and compliance with regulatory standards such as FAA requirements. Contractors are responsible for all materials and must maintain a repair facility rated by the FAA. Key deliverables include defect-free components, timely deliveries, and accurate reporting of all processes, including Supply Discrepancy Reports and Test Inspection Reports. Procedures for condemned assets and items beyond economical repair are specified, detailing response actions from contractors. The document emphasizes quality control, contractor performance evaluation, and adherence to a systematic quality management plan. Overall, the PWS delineates detailed expectations for contractor performance in fulfilling the Air Force's maintenance and logistics needs.
    The document is a Repair Data List related to the part number 9178M37P02, which identifies a compression sensor (NSN 2915011396618PN). Dated November 15, 2022, it references a technical order (T.O. 5E6-3-116-3) and a corresponding combat maintenance manual (CMM 73-21-21), indicating the necessary documents for repair. The list is structured with line item details including CAGE codes, references to accompanying documentation, and a code legend describing the type of documentation provided. The fundamental purpose is to inform stakeholders of the repair methods and related documentation required for the specified part, thereby ensuring adherence to federal standards during repair activities. The information is vital for contractors involved in the maintenance and repair of government equipment, emphasizing compliance with prescribed guidelines. The document embodies government transparency in RFPs and grants related to defense procurement processes.
    The Repair Qualification Requirements (RQR) document outlines the procedures for obtaining approval to repair Propulsion Critical Safety Items (CSI) and Critical Application Items (CAI) by potential sources (PS) in the military sector. It specifies the application scope, submission processes, and requirements for both company profiles and Source Approval Requests (SAR). The RQR details two evaluation phases: SAR submission and the Source Demonstration (SD). Key to approval is maintaining a current company profile, which must include quality assurance certifications, process qualifications, and equipment inventories. SARs are categorized based on the repair experience that potential sources have (e.g., actual item repair vs. similar item repair). The document also describes the evaluation methods utilized by the Engineering Support Activity (ESA), including requirements for technical data, compliance documentation, and the presentation of any changes via Process Change Requests (PCR). Overall, this RQR provides a structured approach for vendors to meet military standards for repair qualifications, emphasizing compliance, documentation, and the potential for re-evaluation of source status every three to seven years. The guidelines ensure that only qualified vendors maintain the capability to manage vital military assets, aligning with government procurement processes.
    The United States Air Force is conducting a Sources Sought Synopsis (SSS) to identify potential vendors for the repair and overhaul of the Compressor Inlet Temperature (CIT) Sensor (NSN: 2915-01-139-6618). The initiative is part of market research to gauge interest among various business categories, including small and disadvantaged businesses, veteran-owned enterprises, and others. The repair requirement is estimated at 750 units annually, with vendors responsible for all aspects of supply chain management, logistics, and provision of necessary technical data. The document stresses that this is not a solicitation for a proposal and funding is not available at this stage. Interested vendors must respond via designated channels to be included in the research effort. The SSS also outlines the qualifications needed for source approval and provides contact information for inquiries regarding technical data and submission processes. Overall, the purpose is to determine the best acquisition strategy while promoting participation from a diverse array of businesses.
    Lifecycle
    Title
    Type
    Similar Opportunities
    repair of SENSOR,MASS AIR FLOW
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of a Mass Air Flow Sensor, part number E601500608-3, with a quantity of one unit required. This procurement is critical for maintaining the operational readiness of naval equipment, as the Mass Air Flow Sensor plays a vital role in engine performance and efficiency. Interested contractors should note that inquiries can be directed to Charles Horan at 215-697-1303 or via email at charles.f.horan@navy.mil for further details regarding the solicitation process.
    TEMP SENSOR
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the manufacture of a TEMP SENSOR. This procurement is set aside for small businesses and requires the production of a temperature sensor that meets specific material and physical requirements, identified by part number 0117 7090 from manufacturer DEUTZ with CAGE code 64130. The TEMP SENSOR is crucial for measuring and controlling industrial process variables, ensuring operational efficiency and safety in various applications. Interested vendors should reach out to Amanda Hayward at 717-605-5834 or via email at amanda.r.hayward.civ@us.navy.mil for further details, with a delivery timeline of 90 days post-award.
    NSN2840-01-448-7511_SupportTurbineCOm_F100_PN4083681-01_FD2030-25-00957
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking information from potential sources for the procurement of turbine components, specifically related to NSN2840-01-448-7511. This Sources Sought Synopsis aims to identify industry capabilities for manufacturing, inspecting, and managing the supply chain for these components, with a focus on including small businesses, such as Service-Disabled Veteran-Owned and Women-Owned enterprises. The components are critical for maintaining operational readiness and support for military aircraft, with the estimated place of performance being Tinker Air Force Base in Oklahoma. Interested vendors are encouraged to respond by completing a Source Approval Request and providing detailed business information, with inquiries directed to the primary contact at 421SCMS.Requirements@us.af.mil.
    NSN2840-01-347-2206_SupportTurbineNozzle_F110_PN1386M15G20_FD2030-25-00943
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking sources for the procurement of spare parts, specifically the F110 turbine nozzle, under the Sources Sought notice FD2030-25-00943. This initiative aims to identify potential manufacturers capable of producing, inspecting, and delivering these components, as well as managing logistics and supply chain operations, with a focus on engaging businesses of all types, including small and veteran-owned firms. The F110 turbine nozzle is critical for the operational readiness of military aircraft, and the spares will be delivered to Tinker Air Force Base in Oklahoma. Interested parties are encouraged to submit their company information to the primary contact at 421SCMS.Requirements@us.af.mil, noting that this notice is for market research purposes only and does not constitute a solicitation or funding opportunity.
    Repair of B-1B Rate of Flow Transmitter
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B-1B Rate of Flow Transmitter under solicitation number FA8117-25-R-0005. The procurement aims to secure comprehensive repair services, including inspections and data reporting, to ensure the operational readiness of this critical aircraft component, with a focus on quality control and compliance with military standards. This opportunity is open to various business types, including small and veteran-owned entities, and requires submissions by March 10, 2025. Interested contractors can reach out to primary contact Relijah Sherman at relijah.sherman@us.af.mil or secondary contact David Herrig at david.herrig.1@us.af.mil for further information.
    Noun_Actuator, Electro Mechanical_Application_F-15_NSN_1680-00-132-3280_Part_Number_601800-05
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking information from potential vendors regarding the procurement of spares for the Actuator, Electro Mechanical (NSN: 1680-00-132-3280) as part of a Sources Sought notice. The objective is to identify capable sources for manufacturing, assembly, inspection, and logistical support of these components, with a particular emphasis on engaging small businesses, including those that are Small Disadvantaged, 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned. These components are critical for maintaining the operational readiness of Air Force aircraft. Interested vendors are encouraged to submit their business information and willingness to participate in this market research to the primary contact, 423 SCMS, at 423.SCMS.AFMC.RFI@us.af.mil, noting that no solicitation is currently available and responses will not lead to a contract commitment.
    NSN2840-01-456-0085_FrontFrame_F110_PN9343M40G19_FD2030-25-01013
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking potential suppliers for new spare parts related to the NSN 2840-01-456-0085, specifically for the F110 engine system. This Sources Sought notice (FD2030-25-01013) aims to gather market data to assess the viability of a Small Business Set-Aside for manufacturing various components, inviting responses from all types of businesses. The initiative is crucial for enhancing the supply chain of critical components for the Air Force, located at Tinker Air Force Base in Oklahoma. Interested parties must respond electronically with the required information, including business size and ownership status, to the primary contact at 421SCMS.Requirements@us.af.mil, as this notice does not constitute a Request for Proposal and no funds are available for this solicitation.
    Advance Control Tester (ACT) II Repair
    Buyer not available
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking proposals for a five-year contract to repair the Advanced Control Tester II (ACT), a critical device used for testing the Digital Electronic Engine Control (DEEC) of Pratt and Whitney F100 engines utilized in the F-15 and F-16 aircraft. The procurement involves teardown, evaluation, and uniquely negotiated repairs, with the understanding that the USAF lacks the technical data for repairs but can obtain necessary licensing from Collins Aerospace. This acquisition is vital for maintaining the operational readiness of the aircraft systems, and interested vendors must submit their proposals by February 24, 2025, ensuring compliance with the Buy American Act and other relevant regulations. For further inquiries, vendors can contact Alison Amerson at alison.amerson@us.af.mil or Jeanette Jordan at jeanette.jordan.2@us.af.mil.
    Transmitter, Liquid
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking potential sources for the procurement of spare parts, specifically the Transmitter, Liquid (NSN 6680-01-074-9369RK), as part of a Sources Sought Synopsis. This initiative aims to gather market research data to assess competition and the feasibility of a Small Business Set-Aside, encouraging interested vendors to demonstrate their capabilities in manufacturing, logistics planning, and supply chain management for the specified items. The feedback collected will inform the government's acquisition strategy, emphasizing support for small and disadvantaged enterprises. Interested parties should contact 422 SCMS at 422.SCMS.AFMC.RFI@us.af.mil to express their intent to participate, as this is not a solicitation and no contract will be awarded based on this inquiry.
    Transmitter, Pressure, [WSDC: 04F]. End Item: Aircraft, Stratofortress B-52 PR: 7003343369 NSN: 6620-006013885, IAW P/N: 4028T52P02 and P/N: 418-05044
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 108 units of a Pressure Transmitter, specifically for the Aircraft Stratofortress B-52, under NSN 6620-006013885. This solicitation is aimed at obtaining a firm fixed price contract, with the original equipment manufacturers identified as Ontic Engineering and Manufacturing and Meggitt (Orange County), Inc., both of which are approved sources for the required part numbers. The contract is significant for maintaining the operational capabilities of the B-52 aircraft, with a delivery schedule of 264 days after receipt of order. Interested vendors should note that the solicitation is expected to be issued around February 12, 2025, with proposals due by March 14, 2025, and can contact Melinda Johnson at Melinda.Johnson@dla.mil or 804-279-1627 for further information.