REMANUFACTURE OF KC-135 CYLINDER ASSEMBLY, R
ID: FD20302501165Type: 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

MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS (1680)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the remanufacture of KC-135 Cylinder Assemblies under a five-year requirements contract. This procurement involves a three-year base period with two optional two-year extensions, focusing on the remanufacture of NSN: 1680-01-395-9994, and aims to enhance the operational readiness of the KC-135 aircraft. The selected contractor will be responsible for adhering to stringent quality assurance measures, inspection protocols, and maintaining effective communication with government stakeholders throughout the contract duration. Interested parties should note that the proposal due date is set for June 2, 2025, at 3:00 PM Central Time, and must contact Nonika Allen at nonika.allen.1@us.af.mil or Morgan Mcgarity at morgan.mcgarity@us.af.mil for further information regarding the solicitation.

    Point(s) of Contact
    Files
    Title
    Posted
    The Government Property (GP) Inventory Report is a mandated document for contractors working with the Department of Defense (DoD) that outlines the required inventory listing for both Government Furnished Property (GFP) and Contractor Acquired Property (CAP). This Data Item Description (DID) is applicable to all contracts involving GP and supersedes the previous version, DI-MGMT-80441C. The report must be formatted electronically in .xls or .xlsx and contain specific data fields including contract details, asset identification numbers, item descriptions, manufacturer information, quantity, and asset location. A comprehensive overview of the type and classification of government property is also required. The purpose of the GP Inventory Report is to ensure accurate tracking and management of government property in contractor possession, supporting compliance and efficiency in contract performance. By standardizing data collection and reporting, the document aids in maintaining accountability for assets involved in government contracts.
    The Commercial Asset Visibility (CAV) Reporting system facilitates the tracking of government-owned reparable assets during their repair cycle at contractor facilities. This web-based application allows for real-time reporting and automatic updates to a centralized database, enhancing inventory management for assets under commercial repair. The data item description outlines the specific requirements for contractors, which include a standardized input format as stated in the contract's Statement of Work. Key reporting requirements include asset receipt, inductions, items awaiting parts, completions, shipments, and various print reports related to inventory and status. This system aims to streamline communication and reporting between the government and its contracted repair vendors, ensuring effective oversight of asset utilization and repair processes.
    The Contract Depot Maintenance (CDM) Monthly Production Report, designated as DI-PSSS-81995A, is a structured document utilized for reporting maintenance production metrics related to depot-level contracts. It provides comprehensive details regarding asset status, accountability, production performance, and unresolved issues. The report must be filled out by the Production Management Specialist (PMS) and include information such as contract numbers, item identifications, and quantities of reparables processed during the month. Specifically, the report features segments detailing the number of items received, inducted into repair, awaiting parts, produced, shipped, condemned, and a forecast for the next month’s production. A Production Summary is required when discrepancies arise between forecasted and actual shipping or when production challenges are anticipated. This systematic reporting framework ensures governmental oversight on maintenance activities, facilitating effective contract management and resource allocation. The CDM report is critical for the transparency and efficiency of the contractor's operations, reinforcing diligence in meeting defense procurement objectives.
    The document is an amendment to a solicitation by the Department of the Air Force regarding contract FA8118-25-R-0047. Its primary purpose is to incorporate specific clauses, update the proposal due date, and revise certain Contract Line Item Numbers (CLINs). Key changes include the addition of procurement clauses related to qualification requirements, ordering, pricing, and government property management. Notably, the proposal due date has been set for June 2, 2025, at 3:00 PM Central Time. The amendment specifies that CLINs 1002 and 1003’s titles have been changed to “Option Period.” Furthermore, it establishes requirements for offerors to acknowledge receipt of the amendment and outlines the conditions for 'over and above work' related to the contract's scope. This document represents an administrative modification intended to clarify contractual obligations and set the timeline and conditions for contracts involved in defense procurement, ensuring compliance and operational clarity as part of federal contracting processes. Overall, it reflects the procedural adjustments typical in government Request for Proposals (RFPs) and contracts to facilitate effective project management and execution.
    The document outlines a government solicitation (FA8118-25-R-0047) for the remanufacture of KC-135 Cylinder Assemblies as part of a total small business set-aside contract with a total award amount of $736,500. An unrestricted competition is indicated, but aimed specifically at small businesses. It specifies a firm fixed-price requirements type contract for a duration of five years, consisting of a three-year basic period with two optional two-year extensions. Deliverables include asset shipment documentation per required specifications, with quality assurance measures in place and inspection protocols outlined. The document also emphasizes the inclusion of unique identifiers and details for each item, along with guidelines for contract administration, payment, and clauses necessary for compliance. The solicitation supports the broader aims of enhancing defense logistics through strategic procurement while ensuring adherence to regulatory standards.
    The document presents a Statement of Work (SOW) for the Department of the Air Force regarding the remanufacture of the KC-135 Nose Gear Door Operated Rod Damper Assembly. It outlines specific requirements, definitions, and processes necessary for contractors to fulfill contractual obligations effectively. Key components include administrative processes, pre-award surveys, quality assurance, and inspection requirements, ensuring compliance with technical orders and safety regulations. The SOW emphasizes the need for a well-defined parts control program, the handling of potentially obsolete parts, and cybersecurity measures to safeguard supply chain integrity. Supplementing these requirements is an expectation for continuous communication with government stakeholders, submission of reports, and adherence to detailed specifications for materials and work processes. This comprehensive document serves as a clear guideline for potential contractors, outlining responsibilities and requirements to ensure operational effectiveness and compliance during the remanufacture process.
    The United States Air Force, through the Air Force Sustainment Center at Tinker AFB, is seeking contractors for the remanufacture of KC-135 nose gear door operated rod damper assemblies. The contractor is responsible for all aspects of remanufacturing, including disassembly, cleaning, inspection, maintenance, and testing, to restore the assemblies to like-new condition. A Requirements type contract is anticipated, with a basic 3-year term and an option for an additional 2 years, aiming for 285 units within the basic period and 190 units for the option. There are additional components such as negotiation for over and above costs and technical data related to the acquisition. Contractors must submit a Source Approval Request if not previously qualified, and specific engineering approvals are necessary to maintain quality standards. Interested parties can request technical data via email, but must follow proper protocols for submission. The solicitation is set to issue around April 3, 2025, with a response deadline on May 18, 2025, and emphasizes that electronic communication will be utilized throughout the process. The document underscores the competitive nature of the procurement and provides guidelines for business categorization relevant to potential offerors.
    Similar Opportunities
    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.
    CONTROL TUBE ASSEMB | 05F | C/KC 135
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of Control Tube Assemblies for the C/KC 135 aircraft. This opportunity is a 100% small business set-aside for an indefinite quantity contract (IQC) with a base period of five years, requiring an estimated annual quantity of 80 units, to be delivered 250 days after receipt of order. The Control Tube Assembly is critical for aircraft operations and maintenance, and interested contractors must be certified by the Department of Defense to access the necessary technical data. The solicitation is expected to be issued on or about December 9, 2025, and interested parties can find further details on the DLA Internet Bid Board System (DIBBS) or contact Ryan Loeffelholz at ryan.loeffelholz@dla.mil or 804-279-1452 for more information.
    TRUNNION, CYLINDER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of trunnion cylinders for the KC-135 aircraft. This presolicitation opportunity is set aside for small businesses and involves an Indefinite Quantity Contract with an estimated maximum order quantity of 120 units over a five-year period, with a delivery schedule of 228 days after receipt of order. The goods are critical components used in aircraft hydraulic systems, emphasizing their importance in maintaining operational readiness. Interested vendors must submit their proposals by fax and are encouraged to download the Request for Proposal (RFP) from the DLA Internet Bid Board System, with the solicitation issue date set for December 19, 2025. For further inquiries, potential offerors can contact Cindy Hunt at (804) 971-7217 or via email at cindy.hunt@dla.mil.
    BELLOWS ASSEMBLY, FI
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of Bellows Assembly for C-5 Aircraft, identified by NSN: 1680-01-192-2609. The contract will be an Indefinite Quantity Contract with a term of 60 months, requiring delivery within 400 days after receipt of order, and is classified under NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. This procurement is critical as it supports the operational readiness of military aircraft, and the estimated annual quantity for the base period is 80 units. Interested vendors must submit a written proposal and complete a copy of the solicitation, which will be available on the DLA Internet Bid Board System (DIBBS) around December 8, 2025. For further inquiries, potential offerors can contact Renee Griffin at renee.griffin@dla.mil or by phone at (445) 737-2040.
    CYLINDER ASSEMBLY,R
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 262 units of Cylinder Assembly, R, under a total small business set-aside contract. This firm fixed-price contract is aimed at acquiring a specific item identified by NSN: 1680-002160958, which is crucial for various aircraft operations and maintenance. The solicitation is expected to be issued on or around November 20, 2025, with delivery of the production units required within 263 days, and all inspections and acceptance to occur at the origin. Interested vendors can access the solicitation via the DLA Internet Bid Board System (DIBBS) and should direct any inquiries to Shenita Tirado at Shenita.Tirado@dla.mil or Kylie Sturgeon at KYLIE.STURGEON@DLA.MIL.
    CYLINDER ASSEMBLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of a Cylinder Assembly (NSN: 1650-00-257-7934), specifically the Tandem Aileron Booster Actuator, which is crucial for aircraft hydraulic systems. The contract will be a firm-fixed-price agreement for a quantity of 15 units, with delivery required by July 21, 2027, to DLA Distribution Depot Hill, Utah. Compliance with ISO 9001-2015, the Buy American Act, and IUID marking is mandatory, and the procurement process will adhere to federal acquisition regulations, including cybersecurity requirements. Interested vendors should submit their proposals to the primary contact, Logan Hurtz, at logan.hurtz@us.af.mil, or reach out to Dana Craun at dana.craun@us.af.mil for further inquiries.
    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.
    CYLINDER ASSEMBLY,A
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting quotes for the procurement of Cylinder Assembly, A, under solicitation number SPRHA4-26-Q-0204. This opportunity involves the acquisition of two units of the specified assembly, which is critical for military applications, particularly in aircraft hydraulic systems. The procurement is subject to strict compliance with military packaging, marking standards, and various federal regulations, including adherence to specific engineering data requirements and qualification processes for manufacturers. Interested vendors must submit their quotations by January 12, 2026, and can direct inquiries to Richard Dunlap at richard.dunlap.2@us.af.mil or by phone at 385-519-8306.
    PANEL, STRUCTURAL AI
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of structural panels for the KC-135 aircraft, specifically identified by NSN: 1560-00-231-9229. This opportunity is a Total Small Business Set-Aside, aimed at acquiring 40 units over a six-month contract term, with a delivery schedule of 283 days after receipt of order. The goods are critical components for aircraft operations, emphasizing the importance of quality and reliability in defense logistics. Interested vendors must submit a written proposal and complete the solicitation available on the DLA Internet Bid Board System (DIBBS) by the anticipated issue date of December 22, 2025. For further inquiries, potential offerors can contact Renee Griffin at renee.griffin@dla.mil or by phone at (445) 737-2040.
    Remanufacture B-1 Horizontal Stabilizer Servo-Cylinder
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for a five-year firm-fixed-price requirements contract to remanufacture B-1 Horizontal Stabilizer Servo-Cylinders. This procurement involves restoring various models of servo-cylinders, which are critical components for aircraft flight control surfaces, to a like-new condition, requiring compliance with ISO 9001-2015 standards and a minimum Supplier Performance Risk System (SPRS) assessment score of 110. Proposals are due by January 15, 2026, at 1:00 PM, and payment will be contingent upon the availability of appropriated funds. Interested vendors should contact Dessie Breslin at dessie.breslin@us.af.mil or Amy Gil at amy.gil@us.af.mil for further details.