New Manufacture F15/Valve, Solenoid
ID: FA811826R0010Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8118 AFSC PZABBTINKER AFB, OK, 73145-3303, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

VALVES, POWERED (4810)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the sole source acquisition of 198 F-15 Solenoid Valves from Meggit North Hollywood, Inc. This procurement is critical for the F-15 aircraft's fuel tank pressurization system, requiring compliance with specific delivery timelines, including an initial delivery of 50 units by May 31, 2026, and the final 48 units by August 31, 2026. Interested contractors must adhere to cybersecurity requirements and submit their offers electronically by January 7, 2026, with funding contingent on fiscal year 2026 availability. For further inquiries, potential bidders can contact Matthew Churchwell at matthew.churchwell.2@us.af.mil or by phone at 405-739-4809.

    Point(s) of Contact
    Files
    Title
    Posted
    This document, FA8118-26-R-0010, is a Request for Proposal (RFP) issued by the Department of the Air Force for the sole source acquisition of 198 F-15 Solenoid Valves (NSN: 4810-01-014-4464RK) from Meggit North Hollywood, Inc. The solicitation outlines delivery requirements, with initial deliveries of 50 units due by May 31, 2026, and the final 48 units by August 31, 2026, to DLA Distribution Depot Oklahoma. Key requirements include compliance with NIST SP 800-171 DoD Assessment for cybersecurity, with a score of 110 required in the Supplier Performance Risk System (SPRS) or a plan to achieve it. Offers are due by December 29, 2025, with a final offer receipt date of January 7, 2026. The contract emphasizes electronic submission of payment requests via Wide Area WorkFlow (WAWF) and includes numerous clauses covering areas such as small business subcontracting, export control, and environmental regulations. Funding is contingent on availability for fiscal year 2026. The document serves as a comprehensive guide for potential contractors on the terms, conditions, and technical specifications for this critical defense procurement.
    The IUID Checklist, Version 4, details the requirements for Item Unique Identification marking for a SOLENOID VALVE, NSN 4810010144464RK. The marking must comply with DFARS 252.211.7003, Section (c)(1)(i), and MIL-STD-130, using engineering drawing 27431470 as guidance. This drawing is also provided as an attachment. The document, generated on October 30, 2025, also indicates that this item may be an embedded component for the same NSN, falling under Section (c)(1)(iii) of the DFARS. This checklist ensures proper identification and tracking of government property.
    This government file outlines the stringent packaging and marking requirements for federal procurements, specifically referencing Purchase Instrument Number FD20302600333-00. The primary focus is on compliance with MIL-STD 129 Revision R and MIL-STD 2073-1 Revision E, particularly emphasizing United Nations restrictions on Wood Packaging Material (WPM) to prevent the spread of invasive species. All WPM must be constructed from debarked, heat-treated wood (56 degrees Celsius for 30 minutes) and certified by an ALSC-recognized agency, adhering to ISPM No. 15. The document details specific packaging levels, preservation methods, and item-specific coded data for Item 4810010144464RK. Additionally, it mandates military packaging and marking in accordance with MIL-STD-2073-1 and MIL-STD-129, with provisions for additional markings as specified on AFMC Form 158. The requirements are overseen by the 406 SCMS / GULAA office, with Billy S. Real as the packaging specialist.
    This document describes a solenoid valve, NSN 4810010144464RK, with CAGE 79318 and reference number 27431470, used in the F15 aircraft's fuel tank pressurization system. It provides positive open and close functions. Made from aluminum alloy, the valve measures 3.05 x 2.13 x 3.70 inches and weighs 2.00 lbs. Key details include a criticality code of X, demilitarization code Q, and security code U. The document, likely part of a government RFP or procurement record, provides essential specifications for identification, function, and material, crucial for maintenance, repair, or acquisition processes.
    This document, FD20302600333-00, initiated on October 29, 2025, outlines transportation data for solicitations, specifically focusing on F.O.B. Origin terms. It provides detailed instructions for contractors regarding shipping procedures for contracts administered by DCMA (Defense Contract Management Agency). Key requirements include contacting DCMA Transportation via their SIR eTool System prior to shipment for all F.O.B. Origin, Foreign Military Sales (FMS), and F.O.B. Destination OCONUS/Export movements to obtain necessary regulatory clearances and shipping instructions. Failure to comply may result in additional vendor expenditures. The document also specifies transportation funds information, including a Purchase Instrument Line LOA and a First Destination Transportation Account Code. It identifies the ship-to address as DLA Distribution Depot Oklahoma at Tinker AFB for NSN 4810010144464RK, purchase instrument line item 0001, to DoDAAC/MAPAC SW3211. The file emphasizes the importance of adhering to FAR citations 52.247-29 for F.O.B. Origin and 52.247-53 for Freight Classification Description, as well as 47.305-10 for Marking of Shipments.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Remanufacture of F-15 Butterfly Valve
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of F-15 Butterfly Valves under a total small business set-aside contract. This five-year firm fixed-price requirements contract includes a three-year basic period and a two-year option period, requiring contractors to restore the valves to a like-new condition through disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing. The valves are critical components for controlling cabin airflow in F-15 aircraft, emphasizing the importance of quality and compliance with stringent technical and safety standards. Proposals are due by December 15, 2025, and interested vendors should contact Cliff Morgan at clifford.morgan.8@us.af.mil or Amy Gil at amy.gil@us.af.mil for further information.
    F-15 SMDC Initiators
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of F-15 SMDC initiators, which are critical components for aircraft egress systems. The solicitation, identified as FA8213-26-R-3002, requires qualified sources to submit a qualification package, with evaluation based on the lowest technically acceptable price. This procurement is vital for ensuring the operational readiness and safety of military personnel, as these initiators play a crucial role in emergency egress systems. Interested parties must submit their proposals by January 2, 2026, and can direct inquiries to Abbigail Clawson at abbigail.clawson@us.af.mil or Cole Sposato at cole.sposato.1@us.af.mil.
    Noun_Valve, Linear, Direct_Application_F-15_NSN_4810-01-220-3996_Part_Number_MC11219-3
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of a linear valve, specifically NSN 4810-01-220-3996, part number MC11219-3. The contract aims to acquire three units of this valve, which is critical for controlling landing gear and landing gear door functions, with a request for a 20% reduction in cost and a 25% reduction in production lead time. This procurement is essential for maintaining operational readiness and ensuring the functionality of aircraft systems. Interested vendors should submit their capability statements or proposals by the specified deadline, with delivery expected on or before July 25, 2027, to Hill Air Force Base, Utah. For further inquiries, contact Logan Hurtz at logan.hurtz@us.af.mil or Dana Craun at dana.craun@us.af.mil.
    LINEAR ACTUATING CYLINDER ASSEMBLY / 19F, F-15 EAGLE AIRCRAFT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for the Linear Actuating Cylinder Assembly, a critical component for the F-15 Eagle aircraft. This procurement involves an indefinite quantity contract (IQC) for a base period of five years, with an estimated annual requirement of 40 units, and delivery is expected within 300 days after the order date. The item, identified by NSN 1650-01-014-5816 and manufactured by PTI Technologies Inc., is essential for aircraft hydraulic systems, ensuring operational readiness and safety. Interested vendors can access the solicitation on the DLA Internet Bid Board System (DIBBS) starting on or about November 18, 2025, and should direct inquiries to Gladys Brown at gladys.brown@dla.mil or by phone at 445-737-4113.
    AIRCRAFT EAGLE F-15, SCREW, ACTUATING, ACTUATOR
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of the Aircraft Eagle F-15 Actuating Screw Actuator, identified by NSN 1560-00-298-8901. This opportunity involves an Indefinite Quantity Contract with a duration of five years, requiring an estimated annual quantity of 10 units, with a total delivery schedule of 365 days for production. The actuator is a critical component for the F-15 aircraft, and the procurement is classified as unrestricted, allowing all responsible sources to submit offers. Interested parties should submit their proposals to the provided fax number and can access the solicitation on the DLA Internet Bid Board System, with the issue date expected around November 22, 2026. For further inquiries, contact Jenier Mitchell at jenier.mitchell@dla.mil or by phone at 804-659-6388.
    F-16 Fuel Flow Divider Valve, NSN 2915010759723
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of 34 units of the F-16 Fuel Flow Divider Valve (NSN 2915-01-075-9723), with a potential range of 9 to 51 units. This component is critical for the operation of aircraft fuel systems, ensuring efficient fuel management in military aviation. Interested contractors must comply with specific packaging requirements and regulations, including adherence to MIL-STD standards and export control certifications, with inspections and acceptance occurring at the origin. For further details, including the technical data package, interested parties should contact Kevin Howe at kevin.howe.1@us.af.mil, and refer to the attached solicitation PDF "SPRTA26R0840" for comprehensive requirements.
    New Manufacture of Sleeve and Slide, Directional Control Linear Valve for the E-3B/C/G
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the new manufacture of a "Sleeve and Slide, Directional Control Linear Valve" (NSN: 4810-00-348-6335 HS). This procurement is anticipated to be a sole source award to Hydro-Aire, INC (CAGE: 81982), with an estimated quantity of 50 units required, and pricing to be provided for ranges of 13-50 and 51-75 units. The valves are critical components used in aircraft systems, ensuring proper directional control and functionality. Interested parties must submit their offers by January 8, 2025, at 3:00 PM CST, with delivery required by July 21, 2027, to DLA Distribution Depot Hill, Hill AFB, UT. For further inquiries, contact Alan Tran at alan.tran.1@us.af.mil or Morgan Mcgarity at morgan.mcgarity@us.af.mil.
    FD20302600008 - Remanufacture of KC-135 Valves & Pumps; NSN: 2915-01-452-5123RK, 2915-01-452-5126RK, 2915-01-527-8152RK, 2915-01-510-1161RK
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the remanufacture of KC-135 valves and pumps under a five-year Firm Fixed Price Requirements Type Contract. This procurement involves the disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing of various fuel system components to restore them to like-new condition, ensuring the operational readiness of critical aircraft systems. The anticipated contract will likely be awarded as a sole source to ITT Aerospace Controls, emphasizing the importance of these components in maintaining aircraft performance and safety. Interested parties can reach out to Morgan Mcgarity at morgan.mcgarity@us.af.mil or Shirley V. Harmon at Shirley.Harmon.1@us.af.mil for further details, with the total acquisition cost estimated at $1,846,309.05 and specific delivery timelines outlined in the associated documents.
    Servocyclinder
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is preparing to issue a Request for Proposal (RFP) for the procurement of servocylinders specifically for the F110 system. The RFP is expected to be released on February 14, 2025, with a closing date of March 17, 2025, and it will require the delivery of four units by February 16, 2027, to the designated destination DGRQ00. This procurement is vital for maintaining operational readiness in military applications utilizing the F110 system, and while there are qualification requirements, it is not classified as a critical safety item. Interested parties can reach out to David Todd Isaac at david.isaac.4@us.af.mil or call 405-855-3000 for further information.
    SPE4A526R0097, 2915013968540, VALVE, FUEL PRESSURI, P/N800881-1
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 71 units of a fuel pressure valve, identified by NSN 2915-01-396-8540 and part number 800881-1. This requirement is classified as a Critical Safety Item, necessitating a First Article Test and Production Lot Test, with a delivery timeline of 649 days after receipt of order to Cherry Point, NC. Interested manufacturers, particularly those not currently approved, must submit a complete source approval package to be considered, as the DLA does not have an available technical data package for this item. The solicitation is expected to be issued on December 8, 2025, with a closing date of January 7, 2026. For further inquiries, potential bidders can contact Sylvester P III Abramowicz at 737-5107 or via email at Sylvester.P.Abramowicz@dla.mil.