B-52 Engine Trailer Mount Adapter
ID: FA8125-25-Q-0039Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8125 AFSC PZIMATINKER AFB, OK, 73145-3303, USA

NAICS

All Other Miscellaneous Fabricated Metal Product Manufacturing (332999)

PSC

HARDWARE, COMMERCIAL (5340)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 24, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 3:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of B-52 Engine Trailer Mount Adapters, with a total small business set-aside under FAR 19.5. The contract requires adherence to specific fabrication drawings and safety standards, including the use of OSHA Safety Yellow paint and compliance with the SAE AMS-H-6875B standard for heat treatment and stress relief processes. This procurement is critical for maintaining the operational readiness of B-52 aircraft, reflecting the Air Force's commitment to safety and compliance in equipment acquisition. Interested contractors must submit their offers by April 17, 2025, and can contact Paula Perry or Sheridan Robison via email for further information.

Point(s) of Contact
Files
Title
Posted
Apr 4, 2025, 8:07 PM UTC
Apr 4, 2025, 8:07 PM UTC
The memorandum from the Oklahoma City Air Logistics Complex outlines a request from the 76th AMXG/565th for funding to acquire eight B-52 TF-33 Engine Trailer Mount Adapters, consisting of both forward and rear components. Each item must adhere to specific fabrication drawings, including #200640504-10 for the forward adapters and #200640505-10 for the rear. The manufacturing process is guided by specifications related to existing B-52 engine trailer designs. Additionally, the adapters should be painted with OSHA Safety Yellow to comply with federal safety standards, and a Safety Data Sheet (SDS) must be provided upon final acceptance. This request highlights a critical logistical need for maintaining B-52 aircraft operational readiness, showcasing the Air Force's commitment to compliance with safety regulations and standards in equipment procurement.
Apr 4, 2025, 8:07 PM UTC
The document outlines a solicitation for the procurement of commercial products and services designated for Women-Owned Small Businesses (WOSB). It specifies the requisition number, contract details, deadlines for offers, and specific instructions related to submissions and invoicing. The main item of interest is the B52 Engine Trailer Mount Adapter, which necessitates the delivery of scissor table lifts per the provided specifications. The contractor is required to adhere to various operational and packaging guidelines, including specific holiday observances when billing for contractor services. Further, the solicitation emphasizes compliance with federal acquisition regulations and clauses related to the safeguarding of sensitive information, contractor ethics, and equal opportunity requirements. It details the administration of payments through the Wide Area Workflow system for invoicing, as well as adhering to delivery protocols at Tinker Air Force Base. Contractors must also ensure proper identification and distinct marking of items delivered, given the need for unique identification of items valued at or above $5,000. The document ensures clarity on expectations and procedures pivotal for a successful contract execution, reflecting the federal government's commitment to include small and disadvantaged businesses in federal contracting opportunities.
Apr 4, 2025, 8:07 PM UTC
This document serves as an amendment to a federal solicitation, extending the due date for offers. The amendment specifies that the new deadline for submission is now 17 April 2025 at 10:00 PM CST, changed from the previous date of 9 April 2025. It outlines the procedures for bidders to acknowledge receipt of the amendment, which include submitting copies of the amendment alongside their offers or via electronic communication referencing the solicitation. Failure to acknowledge this amendment may result in the rejection of offers. The document also includes sections on contract modifications, including administrative changes and the necessity for contractor signatures. Overall, this amendment provides essential updates to potential bidders, ensuring they have the latest information regarding the solicitation and necessary compliance steps.
Apr 4, 2025, 8:07 PM UTC
The document is an amendment to a federal solicitation regarding modifications to a contract for a component that necessitates heat treatment of a weldment. The amendment responds to industry queries, clarifying the design intent concerning the heat treatment and stress relief of the weldment. It specifically states that the weldment will be heat treated according to the specifications for 4140 plate, not the A500 tube, and stresses the importance of following the SAE AMS-H-6875B standard for both heat treatment and stress relief processes. The amendment aims to ensure that contractors correctly interpret the requirements, maintaining adherence to technical specifications while ensuring that modifications and clarifications to the amendment are acknowledged and submitted in a timely manner. This serves to facilitate better compliance and understanding among potential contractors responding to the solicitation.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Remanufacture of B-1B Compressor Housing
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of B-1B Compressor Housing under a firm fixed-price contract. This procurement aims to ensure the availability of critical components necessary for the operational readiness of military aircraft, emphasizing the importance of quality and compliance with federal acquisition regulations. The total award amount for this contract is set at $78,776.78, with a bid submission deadline of June 10, 2025, at 3:00 PM. Interested small businesses, particularly those owned by veterans and women, are encouraged to participate, and inquiries can be directed to Mayona Presley at mayona.presley@us.af.mil or Amy Gil at amy.gil@us.af.mil.
BEAM, HANGER, ENGINE / NSN 1560-00-716-5851 / B-52 AIRCRAFT
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for an Indefinite Quantity Contract (IQC) for the BEAM, HANGER, ENGINE, with National Stock Number (NSN) 1560-00-716-5851, specifically for the B-52 aircraft. This procurement is set aside for Women-Owned Small Businesses (WOSB) and aims to establish a contract with an estimated annual quantity of 180 units over a five-year base period, with production units to be delivered FOB Destination and inspected at the origin. The item is critical for operations but is not classified as a Critical Safety Item, and interested contractors must submit a Source Approval Request (SAR) if they are not already an approved source. Proposals are due within 45 days of the notice publication, with the solicitation expected to be issued on April 28, 2025. For further inquiries, interested parties can contact Chris Rose at CHRISTOPHER.ROSE@DLA.MIL or Jeremy Prince at Jeremy.Prince@dla.mil.
CONE, ENGINE HANGER | 04F | B-52
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking qualified small businesses to provide the Cone, Engine Hanger for the B-52 aircraft. This procurement involves an indefinite quantity contract (IQC) for a base period of five years, with an estimated annual requirement of 180 units, and includes first article testing prior to full production. The Cone, Engine Hanger is a critical airframe structural component, and the solicitation is set to be issued on or about April 23, 2025. Interested parties should contact Ryan Loeffelholz at ryan.loeffelholz@dla.mil or call 804-279-1452 for further details.
B-1B Surface Sensor Gearboxes
Buyer not available
The Department of Defense, specifically the Air Force Sustainment Center, is seeking proposals from small businesses for the remanufacturing of B-1B Surface Sensor Gearboxes. This procurement involves comprehensive remanufacturing processes, including disassembly, cleaning, inspection, maintenance, reassembly, testing, and finishing to restore the gearboxes to like-new condition. The contract will be structured as a firm fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) over a five-year period, with delivery requirements of 15 units every 60 days for two distinct gearbox models. Interested vendors must submit a Source Approval Request (SAR) package and can expect the solicitation to be issued around May 14, 2025. For further inquiries, vendors can contact Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil.
F100 220 Rear Turbine Case
Buyer not available
The Department of Defense, specifically the U.S. Air Force, is seeking proposals for the procurement of the F100 220 Rear Turbine Case, a critical component for aircraft engines. This sole source requirement is designated for Barnes Aerospace, Inc., and involves the acquisition of a nickel alloy part that is integral to the Low-pressure Turbine assembly, measuring 24 inches in length and width, 12 inches in height, and weighing 25 pounds. The solicitation, identified as RFP number FA8121-25-R-0021, is set to be issued on May 9, 2025, with a closing date of June 9, 2025, and emphasizes compliance with qualification requirements, as well as the necessity for First Article Testing for newly approved sources. Interested parties should note that funding is not currently available, which may affect the solicitation's status, and can reach out to Ryan Boudreau or William Heckenkemper via email for further inquiries.
F108 Stage 1 Fan Blade Repair 005-010 (please respond by 24 February 2025 at 4:00 PM CST)
Buyer not available
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.
Heavy Weight Fairlead Beam Assemblies
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of 40 Heavy Weight Fairlead Beam Assemblies to enhance aircraft arresting systems at Tyndall Air Force Base in Florida. The assemblies are critical components that direct the purchase tape path and are essential for the operational integrity of the Aircraft Arresting System (AAS). Interested contractors must comply with stringent technical specifications, including passing a First Article Test (FAT) unless previously qualified, and adhere to national standards for fabrication and delivery. Proposals are due by May 2, 2025, with inquiries directed to SSgt Benjamin Spear at benjamin.spear.1@us.af.mil or Matthew Lahr at matthew.lahr.3@us.af.mil, and the contract is set to be awarded based on both price and technical approach evaluations.
Spares Procurement B-52 Gearshaft
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is conducting market research to identify potential sources for the procurement of spare parts, specifically a gearshaft for the B-52 aircraft. This initiative aims to explore competitive sourcing options and the possibility of setting aside the procurement for small businesses, with a focus on manufacturers capable of meeting stringent technical qualifications and supply chain requirements. The procurement is for new spare parts rather than repairs, and interested vendors are encouraged to respond with their capabilities and business information by the designated deadlines. For further inquiries, potential sources can contact the 423rd SCMS at 423scms.guea.workflow@us.af.mil or Jessica Vinyard at jessica.vinyard.1@us.af.mil.
F100-PW-220 Sprayring Manifold Assemblies
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul of F100-PW-220 Sprayring Manifold Assemblies, with the aim of establishing a reliable source for these critical components to enhance operational capabilities for the USAF and its international allies. This procurement will be structured as a firm-fixed-price contract with ten subsequent ordering periods, where price will be the sole evaluated factor for award, favoring the lowest total evaluated price while ensuring compliance with specified requirements. The solicitation due date has been extended to May 30, 2025, and interested contractors are encouraged to adhere to the outlined administrative processes, including invoicing and reporting via the Wide Area Workflow (WAWF). For further inquiries, potential bidders can contact Savannah Mincey at savannah.mincey@us.af.mil or William Heckenkemper at william.heckenkemper@us.af.mil.
T-38 A/B Seat Stand Adapter Assembly
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of thirty-four T-38 A/B Seat Stand Adapter assembly sets to be delivered to Randolph Air Force Base (RAFB) in Texas. These assemblies are critical for supporting T-38A ejection seats during aircraft repair operations as part of the TRIM program, ensuring compliance with specified technical standards and quality requirements. Interested vendors must submit Firm Fixed Price proposals by May 8, 2025, and are required to have Joint Certification Program (JCP) certification to handle export-controlled information. For further inquiries, potential offerors can contact Angela Poll at angela.poll@us.af.mil or Jason Neering at jason.neering@us.af.mil.