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
    Description

    The Department of Defense, through the Department of the Air Force, is seeking proposals for the remanufacture of B-1B compressor housing components, with a contract duration of five years, including a three-year base period and a two-year option. This procurement aims to ensure the availability of critical aircraft parts, emphasizing quality assurance and compliance with federal standards in defense contracting. The total award amount for this solicitation is approximately $78,776.78, and interested small businesses are encouraged to submit proposals, acknowledging the amendment to the solicitation FA811825R0051. For further inquiries, potential bidders may contact Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    The document pertains to the amendment of solicitation FA8118-25-R-0051 by the Department of the Air Force, modifying aspects of the contract. The amendment incorporates several clauses and modifies specific Contract Line Item Numbers (CLINs), notably changing the titles related to basic and option periods. Key changes include the requirement for offerors to acknowledge the amendment in their proposals and the addition of CAV AF Reporting Requirements. The amendment specifies conditions for "over and above" work necessitated during contract performance, with guidelines on negotiated fixed pricing and data reporting obligations pertaining to various performance reports. Furthermore, it outlines limitations of liability, inspection, and acceptance procedures. This amendment represents adjustments aimed at clarifying contract terms and expectations, ensuring alignment with regulatory requirements, and enhancing contract oversight. Overall, the document emphasizes maintaining contract integrity while fulfilling the government's operational objectives within defined parameters.
    The document pertains to a federal government Request for Proposal (RFP) related to the remanufacture of B-1B compressor housing components, totaling an award amount of $78,776.78. It includes a solicitation number (FA8118-25-R-0051), issued by the Department of the Air Force. The acquisition is noted as unrestricted, encouraging bids from small businesses, women-owned businesses, and other specified categories under relevant federal programs. The contract involves a firm fixed price requirement with all necessary work to be completed per the specifications provided. Key aspects of the contract include delivery timelines (2 units with delivery in 45 days after receipt of order) and requirements for quality assurance and inspection protocols. Bidders must hold their prices firm for 120 days from the issuance date and adhere to strict protocols concerning costs associated with missing components. The document also outlines various clauses, including payment instructions, inspection and acceptance conditions, and representations required from contractors. The nature of this project emphasizes compliance and readiness for federal standards in defense contracting, highlighting the government's focus on quality control and supplier risk management within its supply chain operations.
    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.
    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.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Repair of B-1B Torque Motor
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of B-1B Torque Motors, specifically National Stock Numbers 6105-01-232-8318 and 6105-01-232-8319. The procurement aims to secure comprehensive repair services, including provisions for "No Fault Found" items and additional work requirements, with a total estimated contract value of $4,149,750.00 over a base year and three option years. This contract is critical for maintaining the operational readiness of the B-1B aircraft, ensuring that essential components are serviced to meet military standards. Interested contractors must submit their proposals by January 30, 2026, and can direct inquiries to Amy Schmitz at amy.schmitz.1@us.af.mil or David Herrig at david.herrig.1@us.af.mil.
    Overhaul of B-1 Electro-Mechanical Actuator NSN 1680015097158RK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting offers for the overhaul of B-1 Electro-Mechanical Actuators (NSN 1680015097158RK) under Solicitation Number FA8118-26-R-0002. This procurement involves a five-year, firm-fixed-price requirements contract, which includes a three-year basic period from 2025 to 2028 and two one-year option periods extending to 2030. The overhaul of these critical components is essential for maintaining the operational readiness and performance of the B-1 aircraft, which plays a vital role in national defense. Interested contractors must submit their proposals by the extended deadline of January 7, 2026, at 1:00 PM, and can direct inquiries to Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further information.
    New Manufacture: B-52 COMPRESSOR UNIT, ROT / NSN 4310-01-711-1684FG
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of new manufactured Compressor Units, Rotors (NSN: 4310-01-711-1684 FG) as outlined in solicitation SPRTA126R1820. The procurement aims to acquire an estimated 75 units, with delivery phased at 15 units per month from January to May 2027, highlighting the importance of these components in supporting military aircraft operations. Interested vendors must adhere to specific requirements, including Unique Item Identification for items over $5,000 and submission of inspection reports via Wide Area WorkFlow, with proposals due by January 5, 2026, at 3:00 PM. For further inquiries, potential bidders can contact Kevin Howe at kevin.howe.1@us.af.mil.
    Remanufacture of B-1B Electro-Mechanical Actuator.
    Dept Of Defense
    The Department of Defense, through the United States Air Force, is seeking contractors for the remanufacture of B-1B Electro-Mechanical Actuators, which are critical components for aircraft yaw trim functionality. The procurement involves a firm-fixed-price, 5-year requirements contract that includes a 3-year basic period and a 2-year option, with an estimated annual requirement of 12 units. This initiative is vital for maintaining the operational readiness and safety of the B-1B aircraft fleet. Interested parties should note that the solicitation is expected to be released around December 31, 2025, and must direct inquiries to Jessica Vinyard or M. Ryan Churchwell via the provided email addresses. Offerors are required to comply with qualification requirements and submit a DD Form 2345 for technical data access.
    F-100 Case, Compressor, Air
    Dept Of Defense
    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.
    B-1B COVER ACCESS AIRCRAFT, NSN: 1560-01-164-5921EK; PN: L2500049-011
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of B-1B cover access aircraft components, specifically identified by NSN: 1560-01-164-5921EK and PN: L2500049-011. This solicitation allows for varied offer quantities, encouraging contractors to provide pricing for different ranges, while emphasizing the necessity for all offerors to possess "EXPORT CONTROLLED" certification to access the Technical Data Package (TDP) and comply with stringent quality standards, including ISO 9001 and AS9100. The procurement is crucial for maintaining the operational readiness of aerospace assets, ensuring that high-quality parts are available for military aircraft. Interested parties must submit their proposals by January 7, 2026, at 3:00 PM, and can direct inquiries to Genevee Suba at genevee.suba@us.af.mil.
    LONGERON | 04F | B-52
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking qualified contractors for an indefinite quantity contract (IQC) for the procurement of LONGERON components for the B-52 aircraft. This contract is set aside for small businesses and will cover a base period of five years, with an estimated annual quantity of 40 units, requiring delivery within 250 days after receipt of order. The LONGERON components are critical airframe structural components, and the procurement necessitates contractors to be certified by the Department of Defense to access unclassified data. Interested parties should contact Ryan Loeffelholz at ryan.loeffelholz@dla.mil or call 804-279-1452, with the solicitation expected to be available on or about December 18, 2025, via the DLA Internet Bid Board System (DIBBS).
    PRESSURE BELLOWS / 04F, B-52 STRATOFORTRESS AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for an indefinite quantity contract (IQC) for pressure bellows used in the B-52 Stratofortress aircraft. The procurement involves an estimated annual quantity of 80 units of the pressure bellows, specifically manufactured by Transdigm Inc. under part number 114535, with a delivery timeline of 235 days after the date of order. This contract is crucial for maintaining the operational readiness of the B-52 aircraft, which plays a significant role in national defense. Interested vendors can access the solicitation on the DLA Internet Bid Board System (DIBBS) around November 18, 2025, and should direct inquiries to Gladys Brown at gladys.brown@dla.mil or call 445-737-4113 for further information.
    F108 Stage 1 Fan Blade Repair 005-010 (please respond by 24 February 2025 at 4:00 PM CST)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the finishing repairs of the F-108/CFM 56-2A/B Stage 1 Fan Blade, with a focus on parts associated with NSN 2840-01-196-6053PN. The procurement will be executed through a Firm-Fixed-Price Blanket Purchase Agreement, and interested parties are encouraged to demonstrate their capabilities, experience, and qualifications related to the repair process by submitting documentation by February 24, 2025. This opportunity is critical for maintaining the operational readiness of aerospace components, and potential contractors must comply with established technical and quality assurance standards as outlined in the associated Repair Data List and Repair Qualification Requirements. For further inquiries, interested businesses can contact Jaqueline Hughes at jaqueline.hughes@us.af.mil or Bridgette Miles at bridgette.miles@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
    Dept Of Defense
    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.