Repair of B-2 Disk Drive Unit (DDU)
ID: FD2030-24-02721_SSSType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8119 AFSC PZABCTINKER AFB, OK, 73145-3015, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

AIRFRAME STRUCTURAL COMPONENTS (1560)
Timeline
    Description

    The Department of Defense, specifically the Air Force Sustainment Center, is seeking potential sources for the repair of the B-2 Disk Drive Unit (DDU), associated with NSN 7025-01-582-0638. The procurement aims to identify contractors capable of managing all aspects of the repair process, including disassembly, inspection, maintenance, and testing, to ensure the units are returned to a serviceable condition while adhering to stringent military specifications. This repair work is critical for maintaining the operational readiness of the B-2 aircraft, emphasizing the importance of quality control, counterfeit prevention, and compliance with federal requirements. Interested companies must respond with their capabilities and experience by October 11, 2024, and can submit their responses electronically. For further inquiries, contact Mark C. Green at mark.green.29@us.af.mil or 405-734-8487.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the repair requirements for the Disk Drive Unit EHF, including disassembly, inspection, maintenance, and testing to return items to a serviceable condition. The contractor must possess technical data, documents, and capabilities to ensure quality repairs. Key requirements include proper identification of personnel, reporting discrepancies, and adherence to quality inspection processes. The PWS emphasizes unique item identification, counterfeit prevention, and obsolescence management, mandating that all parts exceed original specifications. A comprehensive quality control system must be in place for inspections and audits, while meticulous documentation of procedures and any condemned items is critical. The contractor is also responsible for material lay-in to reduce lead times and must provide a surge plan for increased demand during emergencies. Following stringent safety and health regulations is mandatory, with an emphasis on reporting any damage to government property. Overall, the PWS establishes a detailed framework for quality repair services while ensuring compliance with federal requirements, necessary inspections, and documentation procedures throughout the contract period.
    The Department of Defense, specifically the Air Force Sustainment Center, has issued a Sources Sought Synopsis to identify potential sources for the repair of the B-2 Disk Drive Unit (DDU), associated with NSN 7025-01-582-0638. This request is part of market research to develop a competitive acquisition strategy. The job requires contractors to manage all aspects of repair, logistics, and supply chain functions while ensuring compliance with stringent military specifications. The government is targeting a diverse range of businesses, including small and disadvantaged firms. Interested companies must respond with their capabilities and experience, especially regarding similar repair work and handling obsolescence issues. SAR packages can be submitted electronically due to COVID-19 precautions. Responses are due by October 11, 2024. This synopsis does not constitute a solicitation and the government is not obligated to award a contract based on this inquiry.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Repair of the A-10 RDTU/UDTU
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the A-10 Redesigned Data Transfer Unit (RDTU) and associated components. The procurement includes a comprehensive scope of work that requires contractors to develop production surge plans, counterfeit prevention strategies, and various reporting requirements related to government property and maintenance activities. These units are critical for ensuring the operational efficiency of military aircraft systems, emphasizing the importance of compliance with stringent military standards and cybersecurity measures. Interested vendors must submit their proposals by October 16, 2024, and can direct inquiries to primary contact Darin Rector at daren.rector@us.af.mil or secondary contact Hunter Doney at hunter.doney@us.af.mil.
    FA811824R0044 Overhaul of B-2/B-52 Hydraulic Drive Unit, Common Strategic Rotary Launcher (CSRL) power drive unit (PDU), NSN: 1650-01-276-4376, P/N 741322E
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the overhaul of the B-2/B-52 Hydraulic Drive Unit, known as the Common Strategic Rotary Launcher (CSRL) Power Drive Unit (PDU), under solicitation FA811824R0044. The procurement involves comprehensive services including disassembly, inspection, rehabilitation, and testing of the hydraulic drive unit, with a focus on maintaining operational readiness for critical military assets. This contract is vital for ensuring the functionality of strategic defense systems, with a firm-fixed-price structure over a ten-year period, including five one-year options. Interested contractors must submit their proposals by September 30, 2024, and can direct inquiries to Jacqueline West at jacqueline.west@us.af.mil or Shirley V. Harmon at Shirley.Harmon.1@us.af.mil for further assistance.
    16--DIGITAL STORAGE UNI, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for a Digital Storage Unit, specifically NSN 7R-1680-016518285-P8, on a sole source basis from Crystal Group (CAGE: 1LTM5). The procurement involves the repair of 21 units of the specified part number CTL-00002REVB, with a delivery requirement of FOB Origin. This equipment is critical for various applications within the Navy's operational framework, and the procurement process will adhere to FAR Part 12 provisions. Interested parties must submit their capabilities and qualifications via email to Michael J. Brown at michael.j.brown43@navy.mil, with a deadline for submissions set at 45 days from the publication date of this notice, and an anticipated award date of December 23.
    B-2_Keyboard_Data_Entry_5895-01-527-7727_PN160749-08-01
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE is seeking prospective vendors for an engineering services effort regarding the B-2 Data Entry Panel (DEP). The B-2 DEP is a flight safety critical unit used for avionics monitoring and control capabilities. The unit is designed for nuclear environment operations and is in critical need of obsolescence resolution. The purpose of this effort includes the design, build, and qualification of support equipment for test and manufacturing of the DEP, as well as updating the Technical Data Package (TDP) to enable future procurement and repair. Potential vendors must be capable of evaluating proposed alternatives for long-term sustainment, maintaining LRU form, fit, and function, and meeting all current B-2 DEP P-Spec requirements. Northrop Grumman is currently the only known source with qualifications for this effort.
    1680 - Repair of NIIN 015930760
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure the repair of a critical aircraft part identified by NIIN 015930760. This procurement requires engineering source approval from the design control activity to ensure the quality and reliability of the part, which is essential for flight operations. The approved sources retain unique design capabilities and technical data necessary for the repair, and any new sources must undergo a qualification process approved by the Government engineering activity. Interested parties must submit their proposals, including required documentation, within 45 days of this notice, and can contact Christian Markle at 215-697-6679 or via email at christian.markle@navy.mil for further information.
    Repair of the F-16 IF Assembly
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the F-16 IF Assembly, with a focus on interchangeable National Stock Numbers (NSNs) related to the aircraft's operational components. The procurement aims to restore critical equipment to serviceable condition, ensuring compliance with stringent technical standards, counterfeit prevention measures, and security protocols. This contract is vital for maintaining the operational integrity of military aviation systems, with a delivery timeline of 90 days after receipt of carcass for various line items. Interested contractors should reach out to primary contact Darin Rector at daren.rector@us.af.mil or secondary contact Hunter Doney at hunter.doney@us.mil for further details regarding the solicitation, which is expected to be awarded under the contract number FD20202400650.
    F-16 C-D Dual Mode Transmitter Protection and Control Assembly 5998-01-265-1040 762R370G01
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking a company to repair the F-16 C-D Dual Mode Transmitter Protection and Control Assembly (NSN: 5998-01-265-1040, P/N: 762R370G01). This assembly is used for the application of the F-16 C/D Dual Mode Transmitter. The repair is categorized as Expendability, Recoverability, Reparability (ERRC) Code T. Interested companies must go through a source approval process. The qualification document and additional repair data can be obtained by contacting AFLCMC/EZGTP SO-E (Public Sales Office). The approximate issue date for this notice is July 10, 2023. The place of performance for this procurement is Tinker AFB, OK, USA. For more information, contact Tracey Beringer at tracey.beringer@us.af.mil or 8017772211.
    Repair of Vertical Situational Display Unit (VSDU) & Fully Integrated Data Link (FIDL)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Vertical Situational Display Units (VSDU) and Fully Integrated Data Links (FIDL) as part of contract FA8117-24-R-0003. The procurement aims to ensure the operational readiness of critical military aviation systems by requiring contractors to deliver quality serviceable products while adhering to stringent quality assurance protocols, cybersecurity measures, and supply chain risk management practices. This solicitation is vital for maintaining the functionality of B-1 aircraft components, with a focus on timely delivery and compliance with established standards. Interested vendors must submit their proposals by the extended deadline of July 1, 2024, and can contact Michael Shand at michael.shand@us.af.mil or David Herrig at david.herrig.1@us.af.mil for further information.
    16--COUPLING DRIVE NO 2
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of three units of Coupling Drive No. 2, identified by NSN 1680011485493. The delivery of these items is required at the DLA Distribution Depot in Oklahoma within 171 days after the order is placed, and the approved source for this procurement is 99167 5001884. These components are critical for aerospace applications, ensuring the operational readiness of military aircraft. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and any inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
    HH-60W Ux Validator II Test Set Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking proposals for the repair and refurbishment of the Ux Validator II Test Set and associated equipment to support the HH-60W helicopter. The procurement aims to ensure the operational readiness and availability of critical test sets used for aircraft maintenance, which are essential for verifying the functionality of various aircraft systems and components. This long-term contract is structured as a ten-year agreement, including a base year and nine optional years, with an estimated quantity of 24 units per year and a required delivery timeframe of 12 months after receipt of funded orders. Proposals are due by 5:00 PM EDT on October 3, 2025, and interested parties should contact Dominique Doyle at Dominique.doyle@us.af.mil or Hillary Souther at Hillary.souther@us.af.mil for further information.