F101 DEC Repair
ID: FA812225R0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8122 AFSC PZAABTINKER AFB, OK, 73145-3303, USA

NAICS

Aircraft Engine and Engine Parts Manufacturing (336412)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ENGINES, TURBINES, AND COMPONENTS (J028)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the F101 Digital Electronic Control (DEC) under a requirements contract that includes one base year and four option years. This contract is expected to be sole sourced to Hamilton Sundstrand Corporation, indicating specialized repair needs that require contractor-furnished materials, as no Government Furnished Material will be provided. The successful contractor will be responsible for delivering repair services in compliance with the Statement of Work and various reporting obligations, ensuring operational readiness of critical military systems. Interested vendors should contact Brandi Bridgett at brandi.bridgett@us.af.mil or Tara Parker at tara.parker.4@us.af.mil for further details regarding the solicitation process.

    Point(s) of Contact
    Brandi Bridgett (Contract Specialist)
    brandi.bridgett@us.af.mil
    Tara Parker (Contracting Officer)
    tara.parker.4@us.af.mil
    Files
    Title
    Posted
    The document presents a Contract Data Requirements List (CDRL) associated with the F101-GE-102A Engine and Control Unit maintenance contract (No. FD20302300915). It outlines essential reporting requirements, including the Contractor's responsibilities to submit various data items such as monthly production reports, deficiency reports, and inventory reports. Each data item specifies its title, frequency, distribution statement, and submission details, emphasizing compliance with DoD protocols and reporting formats. Key requirements include submitting reports in English within specified timeframes, ensuring export-controlled data compliance, and detailing discrepancies in shipments. Steps for disaster recovery and destruction of classified and unclassified materials are also specified. The CDRL ensures all relevant parties are informed on processes critical for the effective management and oversight of government contracting activities, reflecting best practices for data acquisition and reporting. This structured approach is critical for effective operational management within federal procurement and aligns with the expectations outlined in government RFPs and grants.
    The Government Property (GP) Inventory Report (DI-MGMT-80441D) is a standardized document required for contractors working with the Department of Defense (DoD). This report is essential for the periodic submission of inventory details regarding both Government Furnished Property (GFP) and Contractor Acquired Property (CAP). It applies to all contracts involving GP and outlines the necessary format, content, and usage for reporting. Key components of the report include information such as contract numbers, asset identification numbers, descriptions, manufacturer details, quantities, and locations of the property. The report must be presented in an electronic format compatible with .xls or .xlsx. This data item description is vital for maintaining an accurate account of government properties held by contractors and ensures compliance with federal requirements. It replaces the previous version (DI-MGMT-80441C) and does not reference any additional documents. The standardization of this reporting process supports effective oversight and accountability of government assets.
    The provided document appears to be a repetitive citation from a source about ensuring verification of the current version of content sourced from http://assist.dla.mil. It emphasizes the importance of checking for the latest updates before using information related to federal RFPs (Requests for Proposals), federal grants, or state and local RFPs. The structure consists of multiple identical references, highlighting a procedural requirement rather than specific content or guidelines regarding the actual RFPs or grants. Given the context of government RFPs, the document underscores the necessity for users to access accurate and up-to-date information to ensure compliance and proper application in federal and state contracting contexts. However, the document lacks substantive details about any specific RFP, grant, or regulatory information, limiting its practical application.
    The Comprehensive Engine Management System (CEMS) Reporting Data Item Description (DI-DMGMT-81324C) outlines the guidelines for all organizations maintaining Air Force (AF) engines to report their status accurately. Adopted on May 5, 2015, this document specifies the format and necessary content for reporting data related to AF engines, assemblies, and components, which are crucial for maintaining an accurate inventory of AF assets. It mandates that contractors complete various forms, including the CEMS Event Reporting Document and DD Form 2875, prior to accessing the system. Key reporting requirements include submission protocols for various data fields, such as serial numbers, transaction details, and engine status changes. The document stresses established procedures for accessing government computer systems, including security clearance requirements and submission processes for necessary licenses. The structured reporting system highlights the importance of data in managing the Air Force’s engine resources effectively. This initiative is part of broader efforts in federal reporting and inventory control aimed at ensuring operational readiness and accountability within the defense aerospace sector.
    The Commercial Asset Visibility (CAV) Reporting document outlines the procedures for tracking government-owned reparable assets as they move through the repair cycle at contractor facilities. The CAV system is a web-based tool that automates the reporting of transactions, updating an integrated database accessible to commercial repair vendors to facilitate inventory management. Key reporting requirements include document formats and specified transaction types which encompass asset receipt, inductions, completions, shipments, and various reports (e.g., inventory labels and repair history). Each transaction is critical for ensuring effective management of assets and compliance with contract stipulations. The document serves as a Data Item Description (DID), delineating the expectations for asset tracking as part of government contracts, thus underpinning effective oversight of government resources.
    The Counterfeit Prevention Plan (RFP DI-MISC-81832), approved by the National Reconnaissance Office (NRO), outlines procedures to prevent the procurement of counterfeit parts in government contracts. It details effective monitoring and verification processes to ensure parts are sourced only from Original Equipment Manufacturers (OEMs) or authorized distributors, along with protocols for handling exceptions. Key components include training programs for inspectors, random sampling, and supply chain surveillance to identify potential counterfeit penetration. The plan mandates the establishment of a notification procedure for dealing with suspect products, emphasizing proper documentation and evidence preservation. All subcontractors must adhere to similar requirements, ensuring consistent compliance across different levels of the supply chain. The document serves as a critical resource for procurement activities to evaluate contractors' capability in counterfeiting prevention, reflecting ongoing efforts to mitigate risks associated with counterfeit goods in government operations.
    The document outlines the format and content requirements for the Test/Inspection Report (DI-NM-I-80809B), intended to document test results, findings, and analyses to ensure compliance with specified system requirements and performance objectives. Applicable to various testing scenarios, such as engineering, qualification, and acceptance testing, it serves as a standard for contractors to follow in presenting their findings. Key components include a detailed title page with essential information such as report date, contractor details, contract specifics, type of test, and date of testing. Additionally, the report should contain a table of contents, an introduction explaining the test objectives, and comprehensive test/inspection details, including equipment used, procedures followed, results and analysis of outcomes. Moreover, it mandates the inclusion of certifications to signify that tests were conducted according to regulations and the accuracy of findings. Appendices are also required for any voluminous data not included in the main report body. This document is crucial for ensuring uniformity and clarity in the testing process, facilitating government evaluation of compliance with specifications in response to federal RFPs and grants.
    The Acquisition and Sustainment Data Package (ASDP) Teardown Deficiency Report, designated DI-PSSS-81534B, outlines the framework for analyzing deficiencies in government equipment maintained by contractors. It specifies the format and content required for the report, which must be presented in a text-searchable format and include an embedded model as needed. The report comprehensively analyzes deficiencies, detailing the cause of failure, corrective actions, and preventive measures. It categorizes failures into specific types including workmanship issues, material failures, and handling deficiencies, among others. The Teardown Deficiency Report's template must align with the Data Objects/Attributes and Associated Metadata (DOAM) format, facilitating integration into a Product Lifecycle Management (PLM) system. This document is an essential resource within the context of government RFPs, as it ensures accountability and compliance in the maintenance and repair processes of government property.
    The document outlines the Acquisition and Sustainment Data Package (ASDP) Deficiency Report (DR) as a critical tool for identifying deficiencies in government-furnished material within acquisition or repair contracts. Approved on July 15, 2022, it specifies requirements for contractors to report deficiencies, ensuring accurate information that informs corrective actions in compliance with USAF protocols. The ASDP DR mandates that reports be in text-searchable format and submitted using a structured template via Microsoft Excel to facilitate integration into a Product Lifecycle Management (PLM) system. The report's content includes detailed fields such as the description of the deficiency, its operational context, manufacturer details, and warranty status. It encompasses tracking elements like National Stock Number (NSN) and contract information, which are essential for effective reporting and management. This document is significant in the context of government RFPs and grants, as it establishes guidelines for maintaining the integrity and reliability of defense-related projects through structured deficiency reporting. Overall, the ASDP DR ensures systematic documentation necessary for government oversight and accountability in military logistics and equipment management.
    The Contract Depot Maintenance (CDM) Monthly Production Report, governed by data item description DI-PSSS-81995A, is a comprehensive document utilized for depot-level maintenance contracts. Its primary purpose is to provide the government with essential monthly production data, including maintenance figures, asset status, performance to schedule, anticipated production for the following month, and a summary of unresolved issues. The report consists of detailed sections that require input from the Production Management Specialist and the contractor, including identification details, contract specifics, and various quantitative metrics related to reparable items and serviceables. Specifically, it outlines the format and required content, such as quantities received, inducted, produced, shipped, and condemned. The report must be submitted within ten business days following the end of the reporting month, ensuring timely accountability and planning for future production. Overall, this document plays a critical role in maintaining oversight and facilitating effective resource management within the framework of government contracts.
    The document outlines a solicitation by the Department of the Air Force for the repair of the F101 Digital Electronic Control (DEC) under a requirements contract with a base year and four option years. This contract is expected to be sole sourced to Hamilton Sundstrand Corporation, indicating highly specialized needs that may not be met by other vendors. The solicitation details the necessary qualifications, including specific parts and materials to be supplied exclusively by the contractor, as the government will not provide any materials. The contract includes stipulations for deliverables, inspection and quality assurance requirements, and various reporting obligations such as monthly production reports and deficiency reports. Additionally, the document specifies the need for unique item identification for certain delivered items, emphasizing traceability in compliance with Department of Defense regulations. This solicitation aims to ensure timely and reliable repair services for critical electronic components of military systems, reflecting the government's priority for maintaining operational readiness and quality standards in defense operations.
    The document outlines packaging requirements under purchase instrument number FD20302300915-00, emphasizing compliance with international standards concerning wood packaging material (WPM) to prevent the spread of invasive species like the pinewood nematode. It mandates that all wooden pallets and containers must be made from debarked wood and subjected to heat treatment at specified temperatures. Certification from an accredited agency recognized by the American Lumber Standards Committee (ALSC) is required. Further, it necessitates adherence to military packaging standards, specifically MIL-STD-2073-1 for packaging practice and MIL-STD-129 for marking protocols. Shipping containers must include specified markings, including additional details beyond standard requirements as directed in AFMC Form 158. The document serves as a vital compliance guide for vendors to ensure safe and standardized packaging and marking of military-related exports, crucial for maintaining international trade standards and preventing biological risks.
    The Performance Work Statement (PWS) outlines the repair requirements for the F101 Digital Electronic Control (DEC) as managed by the 421st Supply Chain Management Squadron. It details the contractor's obligations, including identification, receiving, inspection, repair procedures, quality assurance, testing, and reporting requirements to ensure defect-free delivery of components. The contractor is responsible for implementing a Counterfeit Prevention Plan, adhering to strict quality management standards (ISO 9001:2000), and accurately reporting all repair and maintenance activities. Key points include guidelines for handling misidentified shipments, requirements for documentation (including shipping and testing reports), and specific stipulations on contractor communications and asset reporting via the Commercial Asset Visibility Air Force (CAVAF) system. The document emphasizes timely delivery, compliance with government regulations, and adherence to quality standards to guarantee that repaired units meet operational requirements. The comprehensive framework is designed to foster accountability and efficiency in the repair process, affirming the government's commitment to mission readiness through effective supply chain management.
    This document pertains to a federal government procurement solicitation related to transportation data. Initiated on February 29, 2024, it details the requirements for vendors to follow when shipping items, emphasizing the need for communication with the Defense Contract Management Agency (DCMA) prior to shipment. The transportation provisions include specific clauses regarding freight classification, marking shipments, and ensuring compliance with shipping regulations for various destinations. The document lists multiple line items, specifying shipping details to the Defense Logistics Agency (DLA) Distribution Depot in Oklahoma, along with corresponding National Stock Numbers (NSNs). It underscores the importance of obtaining necessary DOD regulatory clearances and warns that failure to contact DCMA may lead to additional costs for the vendor. Additionally, it provides contact information for a DCMA representative, ensuring that all vendors know who to reach out to for assistance. The structure of the document is organized into sections, clearly delineating requirements, shipment details, and points of contact, aimed at streamlining the procurement process and ensuring compliance with federal guidelines.
    Lifecycle
    Title
    Type
    F101 DEC Repair
    Currently viewing
    Solicitation
    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.
    Remanufacture of B-1B Electro-Mechanical Actuator
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of B-1B Electro-Mechanical Actuators under Solicitation FA8118-24-R-0066. This procurement involves a five-year firm-fixed-price requirements contract, which includes a three-year base period and a two-year option, aimed at ensuring the availability of high-quality remanufactured parts critical for military aircraft operations. The selected contractor will be responsible for adhering to stringent quality assurance measures, packaging requirements, and reporting obligations, all while supporting the operational integrity of military systems. Interested vendors, particularly small businesses including Women-Owned and Service-Disabled Veteran-Owned entities, should contact Matthew Churchwell at matthew.churchwell.2@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further details and to ensure compliance with all submission guidelines.
    HAFAD Integration Logistic Support ILS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Integrated Logistic Support (ILS) necessary to develop a level 1 & 2 depot for the F100-PW-229 engine. This procurement is categorized as other than full and open competition in accordance with FAR 6.302-4, indicating a specialized requirement for the support services. The successful contractor will play a crucial role in ensuring the operational readiness and maintenance capabilities of the F100-PW-229 engine, which is vital for various military aircraft. Interested parties should contact Tammy Davis at tammy.davis.7@us.af.mil for further details regarding this opportunity.
    ECU
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and overhaul of aircraft engine accessories. The procurement aims to ensure that these critical components are restored to a Ready for Issue (RFI) condition, adhering to stringent quality and inspection standards as outlined in the Statement of Work. These repairs are vital for maintaining the operational readiness of military aircraft, thereby supporting national defense objectives. Interested contractors should direct inquiries to Devon M. McNamee at 215-697-2782 or via email at DEVON.M.MCNAMEE.CIV@US.NAVY.MIL, with proposals expected to comply with the specified requirements and timelines.
    F110 FDT Temperature Sensors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Firm Fixed Price contract for the remanufacture of F110 FDT Temperature Sensors, with the procurement process managed by the Air Force Sustainment Center at Tinker Air Force Base, Oklahoma. This opportunity is classified as a sole source requirement, indicating that only one responsible source can fulfill the contract, and interested offerors must be qualified prior to consideration for award. The F110 FDT Temperature Sensors are critical components used in aircraft engine fuel systems, ensuring operational safety and efficiency. Proposals are due by October 8, 2024, at 3:00 PM CST, and interested parties should direct inquiries to Brandi Bridgett at brandi.bridgett@us.af.mil or Tara Parker at tara.parker.4@us.af.mil.
    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.
    N00383-24-R-9520
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is preparing to issue a presolicitation for a long-term contract focused on the repair of actuator components essential for the V-22 aircraft and Foreign Military Sales (FMS) requirements. This procurement will be a sole source solicitation directed at GE Aviation Systems LLC, the original equipment manufacturer, as they are the only known source for the necessary repair parts due to the government's lack of data rights for alternative suppliers. The contract is expected to span three years, with specific quantities and pricing outlined for various actuator types, including electro-mechanical and mechanical options, which are critical for maintaining operational readiness. Interested parties may submit capability statements or proposals by November 12, 2024, and should direct inquiries to Linda Vong at linda.vong2.civ@us.navy.mil or call 215-697-5936.
    Control Panel, Test /WSDC (19F) Aircraft, Eagle F-15, PR: 7007685516; NSN: 4920-015555319, P/N 99-1004900
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of a Control Panel, Test for the WSDC (19F) Aircraft, specifically for the Eagle F-15, under solicitation PR: 7007685516. The requirement includes one National Stock Number (NSN) for a Cable Assembly, Special Purpose, Electrical, with a total quantity of 53 units, and the contract will be awarded as a firm fixed price. This equipment is critical for the maintenance and repair of aircraft, ensuring operational readiness and safety. Interested vendors must submit their proposals by October 11, 2024, and can direct inquiries to Melinda Johnson at Melinda.Johnson@dla.mil or by phone at (804) 279-1627.
    J85 Engine Repair / Bearings
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking proposals for the repair of J85 engine bearings used in T-38 aircraft, under a Firm-Fixed Price (FFP) Indefinite Delivery Requirements Type Contract. The contract will encompass a one-year basic period with four optional one-year extensions, focusing on the overhaul, repair, and modification of these critical components to ensure operational readiness. This procurement is vital for maintaining the performance and reliability of the T-38 aircraft, which plays a significant role in Air Force training operations. Proposals are due by October 29, 2024, and interested contractors must be qualified sources in accordance with FAR 52.209-1, with inquiries directed to Brandi Bridgett at brandi.bridgett@us.af.mil or Tara Parker at tara.parker.4@us.af.mil.
    FA811824R0070 Remanufacture of F-16 Leading Edge Flap PDU Assemblies
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of F-16 Leading Edge Flap Power Drive Unit (LEFPDU) assemblies under solicitation FA811824R0070. This procurement aims to establish a firm-fixed price contract with a duration of five years, consisting of a three-year base period and two one-year option periods, to ensure the availability of critical aircraft components. The LEFPDU is essential for the operational readiness of the F-16 aircraft, highlighting the importance of maintaining high standards in military aviation support. Interested contractors should direct inquiries to Jacqueline K. West at jacqueline.west@us.af.mil or Shirley V. Harmon at Shirley.Harmon.1@us.af.mil, with proposals due by the specified deadline.