Remanufacture of B-1B Compressor Housing
ID: FD20302401412-01Type: 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

AIRCRAFT AIR CONDITIONING, HEATING, AND PRESSURIZING EQUIPMENT (1660)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 11, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due Jun 10, 2025, 8:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of B-1B Compressor Housing under a firm fixed-price contract. This procurement aims to ensure the availability of critical components necessary for the operational readiness of military aircraft, emphasizing the importance of quality and compliance with federal acquisition regulations. The total award amount for this contract is set at $78,776.78, with a bid submission deadline of June 10, 2025, at 3:00 PM. Interested small businesses, particularly those owned by veterans and women, are encouraged to participate, and inquiries can be directed to Mayona Presley at mayona.presley@us.af.mil or Amy Gil at amy.gil@us.af.mil.

Point(s) of Contact
Files
Title
Posted
Apr 11, 2025, 4:09 PM UTC
The document outlines the reporting requirements and responsibilities for contractors involved with the Commercial Asset Visibility Air Force (CAV AF) system. It provides guidance for ensuring accurate tracking and reporting of government-owned assets at contractor facilities, including daily updates on assets and specific training requirements for personnel. Contractors must adhere to accurate reporting protocols and meet strict timelines for maintenance actions, asset shipments, and discrepancies. They are also required to maintain a valid Public Key Infrastructure (PKI) and complete annual cybersecurity training. The document details transactional reporting requirements, including procedures for handling Not-on-Contract items and discrepancies during shipments. It emphasizes the importance of using designated shipping documents, specifically the DD Form 1348-1A, for compliance. In cases of reporting failures, contractors may face Program Management Reviews. The CAV AF system aims to ensure assets are properly managed, facilitating efficient government contracting processes. The information contained is essential for contractors working with government RFPs and grants, ensuring accountability and traceability of assets throughout the maintenance and reporting lifecycle.
Apr 11, 2025, 4:09 PM UTC
Apr 11, 2025, 4:09 PM UTC
The Government Property (GP) Inventory Report, referenced as DI-MGMT-80441D, serves as a critical tool for contractors to periodically submit inventory lists of Government Furnished Property (GFP) and Contractor Acquired Property (CAP) to the Department of Defense (DoD). This report ensures that all contracts involving GP outline the respective property held by contractors or their subcontractors. The document specifies the required format and content for the inventory report, which should be submitted in electronic .xls or .xlsx format. It includes comprehensive column headers detailing contract information, asset descriptions, quantities, and property classifications, among others. This revised DID supersedes the previous version and is applicable to all contracts where government property is involved. The primary goal is to maintain accurate records of government assets in contractors' possession, supporting accountability and transparency within federal contracts. Ensuring accuracy in GP inventory management is essential for compliance with federal regulations and effective resource management.
Apr 11, 2025, 4:09 PM UTC
Apr 11, 2025, 4:09 PM UTC
The Commercial Asset Visibility (CAV) Reporting system, as detailed in Data Item Description DI-MGMT-81838, serves as a web-based solution for tracking government-owned reparable assets throughout their repair cycle at commercial facilities. Its primary purpose is to provide an efficient inventory management system, enabling contractors to report various asset-related transactions in real-time, thereby updating the CAV database instantaneously. Key transaction types that contractors must report include asset receipts (contracted and non-contracted), inductions, completions, shipments, and several specific reports like proof of shipment and condition code reports. The format and content requirements for these submissions are outlined in the accompanying Contract Statement of Work. By facilitating seamless communication between government entities and commercial vendors, the CAV system aims to enhance asset management and reporting accuracy within government operations.
Apr 11, 2025, 4:09 PM UTC
The Contract Depot Maintenance (CDM) Monthly Production Report serves as a crucial deliverable for contractors engaged in depot-level maintenance. This report outlines monthly production metrics, asset accountability, performance evaluations, and unresolved issues at contractor facilities. It includes detailed data such as contractor and government contacts, item identification, contract numbers, and quantitative assessments of repairs and assets. The structured format demands specific information across multiple blocks, detailing everything from reparables received to forecasts for upcoming production. Additionally, if there are discrepancies between reported and anticipated figures, a Production Summary must be provided. This document is vital for maintaining oversight of contract compliance and ensuring the efficient management of military repair and maintenance operations. Its use across various contracts maximizes standardization and clarity in reporting processes.
Apr 11, 2025, 4:09 PM UTC
The document comprises a government Request for Proposal (RFP) from the Department of the Air Force for the remanufacture of B-1B Compressor Housing, with a total award amount set at $78,776.78. The solicitation, numbered FA8118-25-R-0051, is for a firm fixed-price contract that includes various clauses regarding inspection, acceptance, and operational terms. The bid submission deadline is set for June 10, 2025, at 3:00 PM. The RFP encourages participation from small businesses, including those owned by veterans and women, and outlines the requirement for contractors to maintain their offered prices for a minimum of 120 days. Acceptance criteria focus on contractors meeting specific performance standards and quality requirements as indicated within the document. The schedule details the quantities, unit prices, and contractual obligations associated with the order, stressing the importance of compliance with various federal acquisition regulations. Overall, this RFP signifies the government's commitment to sourcing necessary parts for military aircraft through transparent and competitive means while ensuring adherence to legal and operational standards.
Apr 11, 2025, 4:09 PM UTC
Apr 11, 2025, 4:09 PM UTC
Apr 11, 2025, 4:09 PM UTC
Apr 11, 2025, 4:09 PM UTC
The memorandum from the 848th Supply Chain Management Group of the Department of the Air Force establishes Qualification Requirements (QR) for a series of items critical to commodity safety and applications. These requirements are set to expire on June 20 and were recently synopsized on February 20. The document acts as a placeholder in the PRPS system for recording the QR activities associated with the National Item Identification Number (NIIN) or Purchase Instrument Line Item (PILI) checklist for the relevant items. It replaces the standard Justification for Qualification Requirements/Qualification Requirements (JQR/QR) documentation typically associated with individual NIINs, as this master document encompasses multiple items or groups under a single Purchase Request. The memorandum signifies the Air Force's efforts to ensure compliance and safety in the procurement process for critical items.
Apr 11, 2025, 4:09 PM UTC
Apr 11, 2025, 4:09 PM UTC
The document outlines the Statement of Work (SOW) for the remanufacture of the B1-B compressor housing by the Department of the Air Force. It details the procedures and responsibilities expected from the contractor, including definitions of key terms, pre-award and production evaluation requirements, quality assurance protocols, and specific remanufacturing processes. Key components include the identification and management of government property, the use of special tools and equipment, and requirements for quality acceptance and compliance with regulatory standards. The contractor must establish a robust quality system, implement stringent safety protocols, and maintain detailed records for traceability of parts used. Additionally, the document emphasizes the importance of supply chain risk management, requiring contractors to assess potential vulnerabilities and establish continuity plans. The document is structured into sections covering general information, specific work requirements, applicable documents, and supply chain management, ensuring clarity in outlining the expectations for successful contract performance. Overall, this SOW serves to maintain high standards in military equipment remanufacturing while safeguarding government interests and ensuring operational readiness.
Apr 11, 2025, 4:09 PM UTC
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Remanufacture of B-1 Cylinder Assemblies (Bungees)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of B-1 Cylinder Assemblies (bungees) under a total small business set-aside contract. The objective of this procurement is to restore these assemblies to a like-new condition, ensuring compliance with stringent quality assurance standards and safety regulations. This contract is critical for maintaining the operational readiness of the B-1 aircraft, which plays a vital role in national defense. Interested contractors must submit their proposals by April 28, 2025, and can reach out to Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at Jacqueline.West@us.af.mil for further information.
B-1B Surface Sensor Gearboxes
Buyer not available
The Department of Defense, specifically the Air Force Sustainment Center, is seeking proposals from small businesses for the remanufacturing of B-1B Surface Sensor Gearboxes. This procurement involves comprehensive remanufacturing processes, including disassembly, cleaning, inspection, maintenance, reassembly, testing, and finishing to restore the gearboxes to like-new condition. The contract will be structured as a firm fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) over a five-year period, with delivery requirements of 15 units every 60 days for two distinct gearbox models. Interested vendors must submit a Source Approval Request (SAR) package and can expect the solicitation to be issued around May 14, 2025. For further inquiries, vendors can contact Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil.
Remanufacture of the B-1 Landing Gear Up-lock Assembly
Buyer not available
The Department of Defense, through the Air Force Sustainment Center at Tinker Air Force Base, is seeking contractors for the remanufacture of the B-1 Landing Gear Up-lock Assembly. The procurement involves providing all necessary labor, facilities, equipment, and materials to disassemble, clean, inspect, maintain, reassemble, test, and finish the assembly to a like-new condition, with a contract duration of three years and an option for an additional two years. This assembly is critical for the B-1 aircraft's landing gear operation, and the government anticipates issuing a solicitation around April 30, 2025, with responses due by September 30, 2025. Interested vendors must contact Amy Gil at amy.gil@us.af.mil or Dessie Breslin at dessie.breslin@us.af.mil for further details and must comply with qualification requirements to participate.
F-100 Case, Compressor, Air
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of F-100 compressor cases, which are critical components for aircraft engines. This solicitation requires first article testing and certification prior to production, with provisions for both unrestricted competition and set-asides for small businesses, including those owned by women and service-disabled veterans. The procurement emphasizes compliance with safety and quality standards, including adherence to the Buy American Act, and aims to establish reliable supply chains for essential aviation parts. Interested contractors must submit their proposals by June 11, 2025, and are encouraged to contact Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112 for further information.
F100-PW-220 Sprayring Manifold Assemblies
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul of F100-PW-220 Sprayring Manifold Assemblies, with the aim of establishing a reliable source for these critical components to enhance operational capabilities for the USAF and its international allies. This procurement will be structured as a firm-fixed-price contract with ten subsequent ordering periods, where price will be the sole evaluated factor for award, favoring the lowest total evaluated price while ensuring compliance with specified requirements. The solicitation due date has been extended to May 30, 2025, and interested contractors are encouraged to adhere to the outlined administrative processes, including invoicing and reporting via the Wide Area Workflow (WAWF). For further inquiries, potential bidders can contact Savannah Mincey at savannah.mincey@us.af.mil or William Heckenkemper at william.heckenkemper@us.af.mil.
REPAIR OF B-1 INTEGRATED BATTLE STATION PROCESSOR SRUS
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B-1 Integrated Battle Station Processor SRUS, with the contract number FA8117-23-R-0015. The procurement aims to ensure the operational readiness of critical electronic systems used by the Air Force, requiring contractors to adhere to strict quality assurance standards and timely delivery schedules. This opportunity is vital for maintaining the functionality of the B-1 aircraft, with a proposal submission deadline extended to April 30, 2025. Interested parties can reach out to Michael Shand at michael.shand@us.af.mil or David Herrig at david.herrig.1@us.af.mil for further inquiries.
F100-PW-220 Sprayring Manifold Assemblies
Buyer not available
The Department of Defense, specifically the U.S. Air Force, is seeking proposals for the overhaul of F100-PW-220 Sprayring Manifold Assemblies, with a focus on competitive pricing as the primary evaluation factor. This procurement is crucial for maintaining the operational readiness of aircraft engines, as these assemblies are integral components of the engine fuel system. The response deadline for proposals has been extended to April 30, 2025, and interested parties should direct inquiries to William Heckenkemper or Savannah Mincey via their respective emails. Compliance with the Statement of Work and accurate pricing submissions are essential for consideration in this contract opportunity.
F100 220 Rear Turbine Case
Buyer not available
The Department of Defense, specifically the U.S. Air Force, is seeking proposals for the procurement of the F100 220 Rear Turbine Case, a critical component for aircraft engines. This sole source requirement is designated for Barnes Aerospace, Inc., and involves the acquisition of a nickel alloy part that is integral to the Low-pressure Turbine assembly, measuring 24 inches in length and width, 12 inches in height, and weighing 25 pounds. The solicitation, identified as RFP number FA8121-25-R-0021, is set to be issued on May 9, 2025, with a closing date of June 9, 2025, and emphasizes compliance with qualification requirements, as well as the necessity for First Article Testing for newly approved sources. Interested parties should note that funding is not currently available, which may affect the solicitation's status, and can reach out to Ryan Boudreau or William Heckenkemper via email for further inquiries.
B-1 Torque Motors
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the repair of B-1 torque motors utilized in military aircraft, as outlined in a Sources Sought Synopsis. The contractor will be responsible for providing all necessary labor, materials, facilities, and equipment to accomplish repair, testing, preservation, and packaging, while also managing supply chain logistics and forecasting for parts. This procurement is critical for maintaining operational readiness and safety of military aircraft, with specific estimated repair requirements for various part numbers and National Stock Numbers (NSNs) detailed in the opportunity. Interested vendors, including small and veteran-owned businesses, are encouraged to submit their business information and inquiries to the designated contacts, with no current solicitations available and a focus on gathering market research for future acquisition strategies.
F-100 Case, Compressor, Air
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of F-100 compressor air cases under the presolicitation notice SPRTA1-24-R-1845. This procurement aims to secure a minimum of 3 and a maximum of 18 units, with a delivery schedule of 2 units per month starting before June 16, 2025, and is not classified as a critical safety item. The solicitation will be available electronically, and proposals will be evaluated based on price, technical merit, and past performance, with submissions due within 45 days of publication. Interested parties can direct inquiries to Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112.