Solicitation for FD20302501098: Overhaul of Control Column, Airc_NSN: 1680-01-527-8154FG & 1680-01-527-8153FG
ID: FA811826R0018Type: 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

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES (J016)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul of control columns (NSN: 1680-01-527-8154FG & 1680-01-527-8153FG) under solicitation number FD20302501098. This procurement involves a 5-year Firm-Fixed Price Indefinite Quantity Contract, with estimated delivery of 5 to 25 units for one NSN and 5 to 15 units for the other, to be supplied at a rate of 5 units every 60 days. The control columns are critical components for aircraft, ensuring operational safety and functionality, and the work will be performed at a facility in S Coffeyville, Oklahoma. Interested contractors should contact Amy Gil at amy.gil@us.af.mil or call 405-739-4810 for further details, with proposals expected to adhere to stringent quality and reporting standards as outlined in the associated documentation.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the Commercial Asset Visibility Air Force (CAV AF) reporting requirements for contractors involved in Contract Depot Maintenance. It details contractor responsibilities, emphasizing daily accurate reporting of government-owned assets, including those in repair facilities and Inventory Control Points. Key requirements include mandatory CAV AF familiarization training, submission of DD Form 2875 for system access by two assigned reporters, and completion of annual DoD Information Assurance CyberAwareness Challenge training. Contractors must maintain accurate asset records in CAV AF and their Enterprise Resource Planning systems, prohibit 'Induction-at-Risk,' and follow specific disposition instructions upon contract closure. Special reporting procedures are highlighted for Nuclear Weapon Related Materiel (NWRM), 'Not-on-Contract' assets, and Contract Line Item Number repairable assets. The document also specifies proper usage of DD Form 1348-1A for receipt and shipping, addresses procedures for CAV AF system downtime, and outlines consequences for inaccurate or untimely reporting. Discrepancies incident to shipment must be reported via WebSDR or manual forms and coordinated with DCMA Property Administrator and ACO.
    This government file outlines the Contract Data Requirements List (CDRL) for contract FD20302501098, focusing on the B052H Airconditioning Control Column. It details five data items: Commercial Asset Visibility (CAV) Reporting, Contract Depot Maintenance (CDM) Monthly Production Report, Government Property (GP) Inventory Report, Report of Shipping and Packaging Discrepancy (SF-364), and a Production Surge Plan. Each data item specifies reporting authority, contract reference, requiring office, frequency, and submission details. CAV reporting is daily or within 24 hours of a transaction. CDM reports are monthly, within five business days of the previous month's end. GP Inventory reports are annual, due within seven calendar days of the reporting period end. Discrepancy reports (SF-364) are required within 48 hours of inventory receipt for issues like overage or damage. The Production Surge Plan, due 30 days post-award, addresses increased demand capability. All reports must be in English and submitted electronically, primarily to philip.young.10@us.af.mil, with specific distribution statements and destruction notices for controlled data.
    The Government Property (GP) Inventory Report (DI-MGMT-80441D) is a Data Item Description (DID) requiring contractors to periodically provide an inventory of government property in their possession to the Department of Defense (DoD) Service or Agency. This includes both Government Furnished Property (GFP) and Contractor Acquired Property (CAP), extending to subcontractors. Applicable to all contracts involving GP, this DID specifies the format, content, and use of the data deliverable. The report must be in an electronic .xls or .xlsx format and include specific data fields such as Contract Number, Asset Identification Numbers, Item Description, Manufacturer details, Quantity, Unit Acquisition Cost, Asset Location, and Type and Classification of Government Property. This supersedes DI-MGMT-80441C and ensures consistent reporting of government assets.
    The provided file consists solely of repetitive entries stating "Source: http://assist.dla.mil -- Downloaded: 2020-08-20T18:47Z Check the source to verify that this is the current version before use." This content does not offer any substantive information, main topic, or key ideas relevant to government RFPs, federal grants, or state/local RFPs. The file's purpose appears to be a five-time repeated disclaimer or source verification note, rather than a document containing actionable government-related content.
    The provided text consists solely of two identical disclaimers, indicating that the source is http://assist.dla.mil and was downloaded on 2019-02-14T15:58Z. Both disclaimers instruct the user to check the source to verify that it is the current version before use. The document contains no other substantive information, making its main purpose or topic limited to these source verification instructions. There are no details relevant to government RFPs, federal grants, or state/local RFPs beyond the basic source information.
    DI-MGMT-81838 is a Data Item Description (DID) for Commercial Asset Visibility (CAV) Reporting, outlining the requirements for contractors to track government-owned reparable assets during the repair cycle at their facilities. The CAV application is a web-based system designed to provide an automated inventory management system for these assets. Contractors are required to report various transactions, status code changes, and report types as defined in the Contract Statement of Work. These include asset receipts, inductions, items awaiting parts, completions, shipments, and reports such as proof of shipment, beyond economic repair (BER) items, and discrepancies. The DID specifies the content and format instructions for the data product generated by these tasks, ensuring standardized reporting within the CAV system.
    The Contract Depot Maintenance (CDM) Monthly Production Report (DI-PSSS-81995A) is a Data Item Description (DID) that outlines the format, content, and intended use for a monthly report on depot-level maintenance contracts. This report provides the Government with crucial information, including monthly production figures, asset status and accountability at contractor facilities, performance against schedules, anticipated production for the upcoming month, and a summary of unresolved issues. The DID, which supersedes DI-PSSS-81995, is applicable to any depot-level maintenance contract. The report is divided into two main parts: Part I details specific data blocks to be completed by both the Production Management Specialist (PMS) and the Contractor, covering information such as item identification, contract details, quantities of reparables received, on hand, inducted, awaiting parts, produced, serviceables on hand and shipped, and condemned items. Part II, the Production Summary, is required only under specific conditions, such as when production forecasts are not met, the current forecast deviates from the contract schedule, or production problems are anticipated. The document includes a detailed table illustrating the required format for the report, ensuring comprehensive data collection and reporting for effective contract oversight.
    The Department of the Air Force (FA8118-26-R-0018) issued a solicitation for a 5-year Firm-Fixed Price Indefinite Quantity Contract for the overhaul of B-52 Control Columns (NSN: 1680-01-527-8154 and 1680-01-527-8153), with estimated quantities of 5 to 25 units for the first NSN and 5 to 15 for the second, to be delivered at 5 units every 60 days. The contract also includes provisions for
    This GFP Attachment details a solicitation, likely a federal government RFP, dated February 25, 2025, for
    The document provides a detailed description of an aircraft control column, identified by NSN 1680015278153FG. This item is a housing containing gears, bearings, electrical switches, and wiring, enabling pilot/co-pilot input on the flight control system. Key details include its CAGE code 81205, reference number 35-12569-502, and designation as a control column. The item has a criticality code of 'X', a demilitarization code of 'D', and a security code of '7'. Physical dimensions are 8 inches in length, 12 inches in width, 36 inches in height, and a weight of 25 pounds. The initiator of this description is Darren K. Dugger from the 423 SCMS / GUMD. This information is typical for government procurement or inventory management within federal RFPs.
    This government file details a "CONTROL COLUMN,AIRC" with NSN 1680015278154FG, CAGE 81205, and reference number 35-12569-501. The item is described as a housing containing gears, bearings, electrical switches, and wiring, functioning as the pilot/co-pilot input to the flight control system. Key dimensions include a length of 8 inches, width of 12 inches, height of 36 inches, and a weight of 25 pounds. Criticality code is X, demilitarization code Q, and security code U. No technical order is available. The initiator is Darren K. Dugger from 423 SCMS / GUMD. The document provides essential specifications and functional data relevant for procurement or maintenance within federal government operations.
    The government file details an Item Unique Identification (IUID) Checklist for a CONTROL COLUMN, AIRC with NSN 1680015278153FG. This document, generated on June 3, 2025, specifies IUID marking requirements in accordance with DFARS 252.211.7003, Section (c)(1)(i). Marking is to be performed following the latest version of MIL-STD-130, with the contractor determining the location and method. The checklist also addresses embedded items under Section (c)(1)(iii), noting that an unspecified item is embedded for the same NSN. The initiator of this checklist is Kenneth D. James from the 423 SCMS / GUEAB organization.
    The IUID Checklist, Version 1, details the Unique Item Identification (IUID) marking requirements for a Control Column, AIRC (NSN 1680015278154FG). This document, generated on June 3, 2025, specifies that DFARS 252.211.7003 Section (c)(1)(i) applies to the item. Marking is to be performed in accordance with the latest version of MIL-STD-130, with the contractor determining the location and method. The checklist also notes that DFARS 252.211.7003 Section (c)(1)(iii) applies to embedded items for the specified NSN, although no specific embedded items are detailed in this version. The initiator of the checklist is Kenneth D. James from the 423 SCMS / GUEAB organization.
    This document outlines qualification requirements for manufacturers of specific items, differentiating between requirements established before and after October 19, 1984. For qualifications prior to this date, Section F.1 states that the item qualifies under FAR 9.206-1(a)(2), emphasizing prequalification for quality and safety. Section F.2 details that approved sources must be actual manufacturers who completed all design-required testing, with some provisions for similar item testing. Section F.3 applies FAR 9.206-1 and -2. For qualifications after October 19, 1984, a Justification for Qualification Requirement (JQR) is mandatory. Section F.1 reiterates the importance of prequalification for quality and safety, with FAR 9.202(a) being applicable. Section F.2 again specifies that approved sources are manufacturers who completed all design-required testing, also allowing for testing on similar items. Section F.3 applies FAR 9.206-1 and -2, as supplemented. The document concludes with an evaluation by an engineer for a
    This document outlines qualification requirements for a "CONTROL COLUMN, AIRC" (National Stock Number 1680015278154, Part Number 35-12569-501), differentiating between requirements established prior to and after October 19, 1984. For qualifications before this date, prequalification is vital for quality and safety, with requirements potentially set forth in the DLA Aviation Source Approval Request Guide, specifically for manufacturers who have completed all design-required testing. For qualifications after October 19, 1984, a Justification for Qualification Requirement (JQR) is mandatory, and similar stringent requirements apply to prequalification and source approval via the DLA Aviation Source Approval Request Guide, emphasizing testing completion by original designers or for similar critical items. The document is signed by an evaluating engineer, James Kenneth Dominique, on February 14, 2025.
    The Department of the Air Force's Headquarters Oklahoma City Air Logistics Center (AFMC) at Tinker Air Force Base issued a memorandum on February 24, 2025, detailing the minimum personnel and skill requirements for a proposed contract. The memorandum, addressed to and from OC-ALC/423 SCMS/GUMD, outlines specific roles and their corresponding grades, including Shipping/Receiving Clerk (WG-4), Production Control Clerk (GS-9), Supply Technician (GS-7), Engineering Technician IV (GS-9), Aircraft Mechanic (WG-10), Aircraft Painter (WG-9), and Aircraft Quality Control Inspector (GS-11). Darren Dugger, an Equipment Specialist at 423 SCMS/GUMD, is listed as the point of contact for this requirement.
    A memorandum from the Department of the Air Force, dated February 25, 2025, outlines the minimum personnel skills required for contract PR FD20302501098. The document lists several key roles and their corresponding grades, including Shipping/Receiving Clerk (WG-4), Production Control Clerk (GS-9), Supply Technician (GS-7), Engineering Technician IV (GS-9), Aircraft Mechanic (WG-10), Aircraft Painter (WG-9), and Aircraft Quality Control Inspector (GS-11). Darren Dugger is identified as the point of contact for this requirement. This memo provides essential staffing details for a proposed contract, indicating the specific expertise needed to support the project.
    The document outlines packaging and marking requirements for government procurements, emphasizing compliance with MIL-STD-129 Revision R and MIL-STD-2073-1 Revision E. A key requirement addresses the United Nations-implemented restrictions on Wood Packaging Material (WPM) to prevent the spread of invasive species. All WPM, including pallets, boxes, and crates, must be constructed from debarked, heat-treated wood (56 degrees Celsius or 133 degrees Fahrenheit for 30 minutes) and certified by an American Lumber Standards Committee (ALSC) recognized agency, in accordance with "International Standards for Phytosanitary Measures" (ISPM) No. 15. Items must be packaged and marked according to MIL-STD-2073-1 and MIL-STD-129, respectively, with additional markings as specified on AFMC Form 158. The document applies to various items (e.g., 1680015278153FG, 1680015278154FG) and is overseen by the 406 SCMS / GULAA office.
    The Performance Work Statement (PWS) for PR Number FD20302501098 outlines the requirements for the repair and overhaul of two specific control column assemblies (National Stock Numbers 1680015278154 and 1680015278153) for the Department of the Air Force at Tinker Air Force Base. The document details general information, including definitions, pre-award survey requirements, initial production evaluation, reporting, quality control, special tools, parts control, and safety. It also covers the specific work description, applicable documents, government property, service summary, consumable parts replacement, and supply chain risk management, emphasizing continuity of operations, foreign influence, and cybersecurity. The PWS mandates adherence to technical orders, detailed reporting, and strict quality and delivery performance thresholds. Contractors must have plans for surge capacity, obsolescence, and potentially reverse engineering parts, ensuring all work meets rigorous Air Force standards.
    The document, titled 'TRANSPORTATION DATA FOR SOLICITATIONS' with Purchase Instrument Number FD20302501098-00, initiated on June 2, 2025, outlines transportation requirements for federal government procurements. It specifies F.O.B. terms (Origin and Destination) and relevant FAR citations (52.247-29, 52.247-53, 47.305-10). A critical instruction requires vendors on DCMA-administered contracts to contact DCMA Transportation via the SIR eTool System for shipping instructions before any shipment, especially for FOB Origin, Foreign Military Sales, and FOB Destination OCONUS/Export movements, to ensure regulatory clearances and avoid frustrated freight. The document details transportation funds information (TACRN: AAA, LOA: 97X4930.FC04 645 47GT 15119Z 01K010 00000 000000 503000 F03000 FSR: 013340 PSR: K38658, First Destination Transportation Account Code, Second Destination Transportation Account Code: F2RS). It also lists multiple line items (0001-0004) with corresponding NSN/Pseudo NSNs (e.g., 1680015278154FG) and a consistent ship-to address: DLA DISTRIBUTION DEPOT OKLAHOMA, TINKER AFB, OK 73145-8000, USA (DoDAAC/MAPAC: SW3211). The document is signed by Glenn A. Carter from 406 SCMS / GULAA.
    Similar Opportunities
    16--CONTROL COLUMN,AIRC
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is seeking proposals for the procurement of 18 units of the Control Column, Airc, identified by NSN 7R-1680-014752008-V2. This procurement is subject to strict source approval requirements, as the item is flight critical and must be acquired from sources specified on a source control or selected item drawing, with no available technical data for alternative sourcing. Interested vendors must provide comprehensive documentation for source approval, including relevant experience and data, as offers lacking this information will not be considered. For inquiries, Rachel Raucheisen can be contacted at (215) 737-7063 or via email at rachel.raucheisen@dla.mil.
    FD2030-25-00036
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency Aviation in Oklahoma City, is seeking qualified contractors to provide structural support components identified by National Stock Number (NSN) 1560-01-435-5553FL. The procurement involves the supply of a specific stabilizer part, with requirements for compliance with the National Aerospace and Defense Contractors Accreditation Program (NADCAP) and adherence to rigorous testing and inspection protocols to ensure quality and operational safety. This opportunity is critical for maintaining the integrity of military aircraft operations, particularly for the KC-135 aircraft, and emphasizes the importance of prequalification and compliance with federal regulations. Interested parties should refer to the solicitation information for further details and are advised that the solicitation will be available for quotes once approved by the contracting officer.
    FD2030-25-01565
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking suppliers for specific airframe structural components under the contract titled FD2030-25-01565. The procurement involves two National Stock Numbers (NSNs): 1560-01-522-0552FG and 1560-01-522-1614FG, with associated top drawings and revisions dated April 11, 2025, and February 21, 2023, respectively. These components are critical for the maintenance and operation of military aircraft, ensuring their reliability and performance. Interested vendors should refer to the solicitation information for further details and contact Ronald S. Ladd for inquiries once the solicitation is approved and available for quotes.
    Control Assembly
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting offers for the manufacture of Control Assemblies (NSN: 1680-01-632-9992) used in aircraft rudder control systems. This procurement requires compliance with quality standards such as ISO 9001-2015 or AS9100, Unique Item Identification (IUID) marking, and adherence to the Buy American Act, with a minimum bid quantity of 18 and a maximum of 105 units, and a current required quantity of 70. The contract includes a surge option for increased demand and specifies monthly delivery schedules from February 2027 to January 2029. Interested parties must submit their offers by January 7, 2026, at 3:00 PM, and can direct inquiries to Howard Heflin at howard.heflin@us.af.mil.
    Repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for a firm-fixed-price indefinite-delivery requirements contract for the repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW. The contract encompasses various repair scenarios, including minor and major repairs, as well as no-fault-found situations, with estimated quantities specified for both the basic and option years. This equipment is critical for monitoring and controlling avionics systems in the B-2 aircraft, underscoring its importance to national defense operations. Interested contractors must submit their proposals by February 6, 2026, and can direct inquiries to Morgan Wallar Larsen at morgan.wallarlarsen@us.af.mil or Lance Culver at jimmy.culver@us.af.mil.
    Spares Procurement for the F100/ Lever, -Remote Control
    Dept Of Defense
    The Department of Defense, specifically the United States Air Force, is seeking potential sources for the procurement of "LEVER,-REMOTE CONTROL" (NSN: 3040-01-267-7735NZ, P/N: 4067419) with an estimated requirement of 1,500 units. Interested businesses must be capable of providing all necessary labor, materials, facilities, and equipment for the manufacturing, inspection, testing, preservation, packaging, and shipping of the item, as well as managing supply chain logistics and addressing nonrecurring engineering costs. This procurement is critical for maintaining operational readiness and support for Air Force operations. Responses to this Sources Sought Synopsis are due by December 29, 2025, and interested parties should contact Nathan R. Sholund at nathan.sholund@us.af.mil or Emma Taylor at emma.taylor.7@us.af.mil for further information.
    Remanufacture of the F-15 Pitch/Roll Channel Assemblies & Pitch Trim Controller
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of F-15 Pitch/Roll Channel Assemblies and Pitch Trim Controllers, with a focus on returning these components to like-new condition. The procurement involves comprehensive tasks such as disassembly, cleaning, inspection, maintenance, re-assembly, testing, and adherence to technical orders and OEM specifications, addressing challenges like obsolescence and requiring a robust Supply Chain Risk Management plan. This contract is critical for maintaining the operational integrity of the F-15 aircraft, ensuring that essential components function effectively in support of military operations. Interested contractors should contact Alan Tran at alan.tran.1@us.af.mil or Morgan Mcgarity at morgan.mcgarity@us.af.mil for further details, with the contract set aside for 8(a) sole source and performance expected in S Coffeyville, Oklahoma.
    Spares Procurement
    Dept Of Defense
    The Department of Defense, through the United States Air Force, is conducting market research for the procurement of "LEVER, REMOTE CONTROL" with NSN 3040-01-267-7734NZ and Part Number 4067415. This Sources Sought Synopsis aims to identify potential sources capable of manufacturing, inspecting, testing, and shipping an estimated requirement of 1,500 units, while also considering supply chain management and nonrecurring engineering costs. The procurement is crucial for maintaining operational readiness and support for Air Force equipment, and interested parties must submit a Source Approval Request (SAR) package along with business information by November 29, 2025. For further inquiries, potential vendors can contact Nathan R. Sholund at nathan.sholund@us.af.mil or Gregory Howard at gregory.howard.9@us.af.mil.
    FD2030-25-00034
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation Oklahoma City, is issuing a special notice for the procurement of a stabilizer, horizontal, identified by NSN 1560-00-969-4277FL. This procurement involves the acquisition of airframe structural components, specifically designed to meet the requirements outlined in the top drawing KC3-10000-1, with an engineering data revision dated October 21, 2024. The stabilizer is a critical component in aircraft operations, ensuring stability and control during flight. Interested vendors should refer to the solicitation information for further details and are advised that quotes will be accepted once the solicitation has been approved by the contracting officer.
    FD2030-25-00563
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation in Oklahoma City, has issued a Special Notice for the procurement of a Power Control Assembly, identified by NSN 1680-01-258-5608RK. This opportunity involves the acquisition of miscellaneous aircraft accessories and components, specifically tailored for military applications, which are critical for the operational readiness of aircraft systems. Interested vendors should note that the solicitation will be available for quotes once approved by the contracting officer, and they are encouraged to refer to the solicitation information for further details. For inquiries, contact information will be provided in the solicitation documentation.