B-52 Engine Trailer Mount Adapter
ID: FA8125-25-Q-0039Type: Presolicitation
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
    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
    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.
    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.
    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.
    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
    Presolicitation
    Similar Opportunities
    F108 Stage 1 Fan Blade Repair 005-010 (please respond by 24 February 2025 at 4:00 PM CST)
    Dept Of Defense
    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.
    ADAPTER, BEARING SCA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of an adapter for the T55-L-712 turbine engine, specifically identified by NSN: 2840-001501935 and part number: 2-141-390-01. This opportunity is a Total Small Business Set-Aside, allowing only small businesses to compete, and involves an Indefinite Quantity Contract with an estimated maximum order quantity of 120 units over a five-year period. The contract will require delivery within 153 days after receipt of order, and all proposals must be submitted in writing, with the solicitation available on the DLA Internet Bid Board System starting December 19, 2025. Interested parties should contact Cindy Hunt at (804) 971-7217 or via email at cindy.hunt@dla.mil for further details and to ensure their proposals are considered.
    Manufacture of Trailing Edge for the B-1 Aircraft.
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the manufacture of the Trailing Edge for the B-1 aircraft, under a total small business set-aside contract. This procurement involves a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for specific airframe structural components, with a focus on compliance with stringent quality assurance standards and export control regulations. The contract will require the delivery of a total of 75 units over three years, with the first production delivery due by December 1, 2027, and proposals must be submitted by December 15, 2025, at 3:00 PM. Interested parties can reach out to Dana Craun at dana.craun@us.af.mil or by phone at 405-426-9405 for further information.
    PRESSURE BELLOWS / 04F, B-52 STRATOFORTRESS AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for an indefinite quantity contract (IQC) for pressure bellows used in the B-52 Stratofortress aircraft. The procurement involves an estimated annual quantity of 80 units of the pressure bellows, specifically manufactured by Transdigm Inc. under part number 114535, with a delivery timeline of 235 days after the date of order. This contract is crucial for maintaining the operational readiness of the B-52 aircraft, which plays a significant role in national defense. Interested vendors can access the solicitation on the DLA Internet Bid Board System (DIBBS) around November 18, 2025, and should direct inquiries to Gladys Brown at gladys.brown@dla.mil or call 445-737-4113 for further information.
    SPE4A726R0198-1560 - RIB,STIFFENER,AIRCR/ AIRCRAFT, STRATOFORTRESS B-52
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 175 units of a structural panel (NSN: 1560017274257, Part Number: FLX-P20570-01) for the B-52 Stratofortress aircraft. This procurement is categorized as a firm fixed-price contract and is set aside for small businesses, emphasizing the importance of supporting the small business sector in defense contracting. The delivery of the production units is expected within 284 days, with the contract requiring inspection and acceptance at the origin. Interested parties can access the solicitation on the DLA Internet Bid Board System (DIBBS) around December 10, 2025, and should direct inquiries to Xuan Thanh Phan at xuan.phan@dla.mil or Robert Winchester at robert.winchester@dla.mil for further information.
    Manufacture of Trailing Edge for the B-1 Aircraft
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the manufacture of trailing edge components for the B-1 aircraft under a total small business set-aside contract. This procurement involves a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for specific airframe structural components, with an estimated total quantity of 75 units and minimum order quantities set at 12. The selected contractor must comply with various requirements, including export-controlled certification, First Article Government Testing, and adherence to ISO 9001-2015 standards. Interested parties should note that the closing date for offers has been extended to December 15, 2025, and must acknowledge receipt of the amendment to ensure consideration. For further inquiries, contact Dana Craun at dana.craun@us.af.mil or call 405-426-9405.
    MANUFACTURE OF STRUCTURAL PANEL FOR THE B-1 AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the manufacture of structural panels for the B-1 aircraft under a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This procurement requires compliance with specific quality standards, including AS9100/ISO 9001-2015, and necessitates an "EXPORT CONTROLLED" certification to access technical data, with annual estimated quantities of 33, 31, and 31 units over the contract period. The contract, which will be awarded based on the Lowest Price Technically Acceptable (LPTA) criteria, has a minimum order quantity of 24 units and a maximum of 95 units per order, with a total contract maximum of 142 units. Interested parties should submit their proposals by December 15, 2025, at 3:00 PM, and can contact Dana Craun at dana.craun@us.af.mil or 405-426-9405 for further information.
    LONGERON | 04F | B-52
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking qualified contractors for an indefinite quantity contract (IQC) for the procurement of LONGERON components for the B-52 aircraft. This contract is set aside for small businesses and will cover a base period of five years, with an estimated annual quantity of 40 units, requiring delivery within 250 days after receipt of order. The LONGERON components are critical airframe structural components, and the procurement necessitates contractors to be certified by the Department of Defense to access unclassified data. Interested parties should contact Ryan Loeffelholz at ryan.loeffelholz@dla.mil or call 804-279-1452, with the solicitation expected to be available on or about December 18, 2025, via the DLA Internet Bid Board System (DIBBS).
    Manufacture of Trailing Edge for the B-1 Aircraft.
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the manufacture of the trailing edge for the B-1 aircraft. This opportunity is a total small business set-aside, allowing eligible small businesses to compete for the contract, which is categorized under the NAICS code 336413 for Other Aircraft Parts and Auxiliary Equipment Manufacturing. The solicitation has been amended to extend the proposal submission deadline to September 5, 2025, providing additional time for interested contractors to prepare their offers. For further inquiries, potential bidders can contact Dana Craun at dana.craun@us.af.mil or by phone at 405-426-9405.
    SPE4A722R0753 – 1660 - PARTS KIT,REGULATOR / AIRCRAFT, STRATOFORTRESS B-52
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for a parts kit specifically designed for the regulator of the Stratofortress B-52 aircraft. This procurement is critical for maintaining the operational readiness and efficiency of the aircraft, which relies on advanced air conditioning, heating, and pressurizing equipment. Interested vendors can reach out to Rekisha Burton at rekisha.burton@dla.mil or call 804-773-9818 for further details, while secondary contact Latrice Brown can be reached at latrice.brown@dla.mil or 804-279-1365. The place of performance for this contract is located in Virginia, with the zip code 23237.