C-130J PROPS AND SPARES
ID: FA850425RB003Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8504 AFLCMC WLNKAROBINS AFB, GA, 31098-1670, USA

NAICS

Aircraft Engine and Engine Parts Manufacturing (336412)

PSC

AIRCRAFT PROPELLERS AND COMPONENTS (1610)
Timeline
    Description

    The Department of Defense, specifically the U.S. Air Force, is seeking proposals for the procurement of R391 propellers and spare parts to support the operational readiness of the C-130J aircraft. This acquisition is essential for maintaining the fleet's efficiency and includes depot-level repair and overhaul services, with a focus on timely availability to minimize aircraft downtime. The contract will be awarded on a sole-source basis to GE Aviation Systems LLC (DBA: Dowty Propellers) and encompasses a three-year period with options for extension, requiring compliance with military standards for packaging, transportation, and quality assurance. Interested parties can contact Clevetta Brown at clevetta.brown@us.af.mil or Erica Carter at erica.carter.3@us.af.mil for further details, with proposals due by February 28, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The Statement of Work (SOW) describes the procurement of R391 propellers and parts to support the operational readiness of C-130J aircraft for the U.S. Air Force (USAF), Foreign Military Sales (FMS), and the U.S. Navy (USN). Due to long lead times for parts, the initial procurement of spares aims to ensure timely availability and minimize aircraft downtime. The contractor is tasked with advising on spare parts levels, engaging with vendors, ensuring quality compliance, and coordinating deliveries. The contract encompasses a three-year period, with options for extension. Key deliverables include managing packaging, storage, and transportation requirements according to military standards, along with quarterly reporting on catalog, delivery schedules, and finances. Acceptance criteria demand compliance with inspection protocols, and the contractor must maintain detailed records of inspections and manage government property responsibly. The document emphasizes the importance of adhering to procurement regulations and highlights the contractor's obligations regarding government-furnished property, including proper reporting and return of materials. This SOW outlines the necessary steps to maintain C-130J operational efficiency while ensuring adherence to federal acquisition regulations.
    The document is a transportation data form (DD Form 1653) utilized for government procurement, specifically for soliciting transportation-related aspects in contract proposals. It outlines crucial elements such as purchase request (PR) numbers, dates, commodities, F.O.B. (Free On Board) terms, and applicable transportation provisions and clauses. The form emphasizes the need for contractors to comply with guidelines related to both domestic and export shipments, particularly in complex contexts such as Foreign Military Sales (FMS) and classified materials. Specific instructions for shipping practices, such as mandatory contact with the DCMA Transportation Office prior to shipment for certain procurement types, are highlighted. The document also details the submission of transportation charges, efficacy of transport methods, and the need to follow procedural guidelines to ensure regulatory compliance. Overall, this form serves to standardize transportation data requirements in federal government procurement, helping streamline processes and maintain adherence to operational standards across various contracts.
    The document outlines the packaging requirements for military contracts, specifically AFMC Form 158. It establishes instructions for the contracting officer to ensure proper packaging and marking of items, emphasizing compliance with Military Standard MIL-STD-2073-1, which governs military preservation and packing. Key components include the identification of items through Item IDs, quantity per unit pack, and adherence to MIL-STD-129 for military marking. The file details additional packaging considerations for engineered containers and hazardous materials, referencing various regulations such as the Code of Federal Regulations and International Maritime Dangerous Goods Code. Special attention is given to wooden packaging materials, which must conform to the International Standards for Phytosanitary Measures No. 15 to prevent invasive species. The document also specifies the requirements for the contractor regarding the submission of packaging data and the modification of existing containers. Overall, this document serves as a guideline for contractors to ensure that all packaging complies with military and safety standards, reflecting the government’s commitment to rigorous logistics and environmental protection in military operations.
    The document outlines a solicitation for a contract associated with the Women-Owned Small Business (WOSB) initiative. Specifically, it addresses the procurement of commercial products and services related to C-130J propellers and spare parts. The requisition and contract numbers are FA850425RB003, with an effective date of January 14, 2025, and a due date for offers set for February 28, 2025. The solicitation seeks a variety of supplies, cataloging numerous items, including propellers, kits, and component parts, with firm-fixed pricing arrangements. The acquisition is characterized as unrestricted, with a focus on enhancing the participation of women-owned businesses. It stipulates decentralized ordering and highlights the multi-year nature of the contract, anticipating potentially increased delivery quantities over its span. The schedule includes detailed specifications, quantities, and pricing related to different items required by the government, underscoring compliance with federal procurement regulations. Overall, the document serves as a critical gateway for businesses to engage in government contracting while fostering greater diversity in procurement.
    Lifecycle
    Title
    Type
    C-130J PROPS AND SPARES
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    GEROTOR ASSEMBLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the Gerotor Assembly, specifically for the F-5E/F/T-38 A Aircrafts, under a presolicitation notice. This procurement involves an Indefinite Quantity Contract for the assembly, with an estimated annual quantity of 236 units over a 5-year base period, and a delivery schedule of 250 days after receipt of order. The contract is set aside for small businesses, and interested parties must submit a written proposal, including a completed copy of the solicitation, by the specified deadline of February 6, 2025. For further inquiries, potential offerors can contact Renee Griffin at renee.griffin@dla.mil or by phone at 804-279-3379.
    GEARBOX ASSEMBLY, AC
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the procurement of gearbox assemblies for aircraft, specifically for the C-5 landing gear. The contract requires compliance with military standards, including documentation of supply chain traceability and adherence to quality requirements, with a firm-fixed price arrangement for specified quantities. This procurement is critical for maintaining the operational readiness of military aircraft, ensuring safety and reliability in defense operations. Interested contractors should note that the proposal submission deadline has been extended to March 13, 2025, and may contact Kitty Lam at kitty.lam@us.af.mil or 385-519-8181 for further inquiries.
    Support, Fan Componet
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of four support fan components, identified by NSN: 2840-01-317-8321NZ and P/N: 4059690, under the presolicitation notice SPRTA1-Q-2094. These components are classified as critical safety items, which require first articles and qualification requirements, with a requested delivery date on or before March 4, 2027. This procurement is significant for maintaining the operational integrity of aircraft engines and is not set aside for small businesses, as it is export-controlled; the approved source for these parts is Raytheon Technologies. Interested parties should note that the RFP will be issued on February 12, 2025, with a closing date of March 14, 2025, and can contact David Todd Isaac at david.isaac.4@us.af.mil or by phone at 405-855-3000 for further information.
    Propeller Reliability and Logistics Sustainment Services for R391 Propeller System
    Buyer not available
    The Department of Defense, specifically the Naval Air Systems Command, is seeking proposals for Propeller Reliability and Logistics Sustainment Services for the R391 Propeller System. This procurement aims to ensure the reliability and operational readiness of the R391 propeller system, which is critical for various naval aviation operations. The services will be performed in Sterling, Virginia, and are categorized under the NAICS code 336413, focusing on the manufacturing of aircraft parts and auxiliary equipment. Interested vendors can reach out to Kathie Bartz at kathie.m.bartz.civ@us.navy.mil or Shawn Campbell at shawn.campbell.civ@us.navy.mil for further details regarding the presolicitation notice.
    C-5 ACTUATOR, ELECTROMEC, NSN: 4810-00-400-0300RK, PN: 107797A100
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of 42 Electromec Actuators (NSN: 4810-00-400-0300RK) intended for use on C-5 aircraft. The procurement is critical for maintaining the operational capabilities of the C-5 fleet, as these actuators are essential components in the aircraft's systems. The Request for Proposal (RFP) was issued on February 28, 2025, with a submission deadline of March 28, 2025, and delivery is scheduled in six batch shipments starting June 25, 2026. Interested parties should direct inquiries to John Nolan at john.nolan.8@us.af.mil or call 405-855-3542, noting that the contract execution is contingent upon the availability of appropriated funds.
    16--PROPELLER, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking contractors for the repair and modification of aircraft propellers, classified under the PSC code 1610. This presolicitation opportunity aims to ensure the operational readiness and maintenance of critical aircraft components, which are vital for naval aviation missions. Interested parties can reach out to Katlyn M. Galetto at (215) 697-6549 or via email at katlyn.galetto@navy.mil for further details regarding the procurement process. Additional information regarding funding amounts and deadlines will be provided in subsequent announcements.
    DISK AND HUB, FAN, AI
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of 18 units of a critical safety component, specifically the "DISK AND HUB, FAN, AI" (Part Number 1499M31P07). This sole-source solicitation to GE Aviation emphasizes the urgency of the request, with a delivery deadline set for August 13, 2025, and mandates adherence to stringent quality assurance standards, including origin inspection and acceptance requirements. The procurement is vital for maintaining critical defense inventories, reflecting the government's commitment to quality and compliance with federal procurement protocols, including the Buy American Act. Interested parties must submit a firm fixed price proposal by March 3, 2025, and can direct inquiries to the primary contact at 430scms.afmc.rfiresponses@us.af.mil or the secondary contact, Kristine Bruhwiler, at kristine.bruhwiler@us.af.mil.
    Constant speed drive components for F-15 and F-16 Aircraft, Collins Aerospace Sole Source
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking to procure constant speed drive components for F-15 and F-16 aircraft, with Collins Aerospace identified as the sole source provider. This procurement aims to ensure the availability of critical aircraft components necessary for maintaining operational readiness and support for military aviation. The components are essential for the aircraft's hydraulic, vacuum, and de-icing systems, highlighting their importance in ensuring the safety and functionality of military operations. Interested parties can reach out to John Whaley at john.whaley@dla.mil or by phone at 804-279-5213 for further details regarding this opportunity.
    F-100 Augmentor Nozzle SE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of the F-100 Augmentor Nozzle, a critical safety item for military aircraft. The procurement aims to acquire 373 units from approved sources, specifically RTX Corporation and Soldream, Inc., with delivery expected by June 30, 2025. This contract action is essential for maintaining the operational readiness of military aircraft, and while the solicitation is not set aside for small businesses, they are encouraged to pursue subcontracting opportunities. Interested parties should note that the estimated issuance of the Request for Proposal (RFP) SPRTA1-25-R-0186 is on February 7, 2025, with a closing date of March 10, 2025. For further inquiries, contact Jeremy Bryant at jeremy.bryant@us.af.mil or call 405-855-7112.
    F100-PW-220 Sprayring Manifold Assemblies
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the overhaul of F100-PW-220 Sprayring Manifold Assemblies, as outlined in the solicitation FA812124R0019. This procurement involves multiple ordering periods with firm fixed prices for specified quantities of manifold assemblies, along with detailed data requirements and provisions for additional work. The initiative is crucial for maintaining and managing essential aircraft parts, ensuring efficient operational readiness for the Air Force. Interested contractors must submit their proposals by the new deadline of March 31, 2025, and can direct inquiries to William Heckenkemper at william.heckenkemper@us.af.mil or Savannah Mincey at savannah.mincey@us.af.mil.