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 contract FA8122-25-R-0001. This requirements-type contract includes a base year and four option years, focusing on the repair of 35 electronic control units, with all materials to be provided by the contractor without any government-furnished materials. The F101 DEC is critical for aircraft operations, necessitating strict adherence to quality assurance standards and comprehensive reporting throughout the repair process. Interested contractors must submit their proposals by the revised deadline of February 21, 2025, at 4:00 PM CST, and can direct inquiries to Brandi Bridgett at brandi.bridgett@us.af.mil or Tara Parker at tara.parker.4@us.af.mil.

    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 outlines the Contract Data Requirements List (CDRL) for a specific contract associated with the F101-GE-102A Engine / Control Unit, under Contract/PR No. FD20302300915. It delineates various data items, including monthly production reports, deficiency reports, shipping discrepancies, and counterfeit prevention plans, which the contractor must submit to the U.S. Department of Defense within specified timeframes. Each section details the required reporting format, submission deadlines, distribution statements, and authorities governing the data collection to ensure compliance with federal regulations. Key responsibilities include accurate inventory management and timely reporting of deficiencies or discrepancies. Special emphasis is placed on export-controlled data and proper document destruction methods. This structured and comprehensive data collection framework serves to enhance accountability and operational efficiency in military contract management, reflecting the federal government's commitment to oversight and transparency in procurement processes.
    The Government Property (GP) Inventory Report, designated as DI-MGMT-80441D, serves as a detailed guideline for contractors to report Government Furnished Property (GFP) and Contractor Acquired Property (CAP) under the Department of Defense (DoD). This report is required for all contracts involving GP, ensuring comprehensive tracking and accountability. The document outlines the format, content, and requirements for the inventory deliverables, including essential columns such as Contract Number, Asset Identification Numbers, Item Descriptions, Manufacturer Details, Quantities, and Federal Condition Codes. The report must be submitted in an electronic .xls or .xlsx format, reflecting all GP items maintained by the contractor and any subcontractors. This standardization enhances the management of government assets and supports effective oversight and compliance with contract obligations. The report supersedes previous versions, emphasizing the need for current data practices within federal operations. Overall, the document establishes crucial reporting protocols to facilitate accurate management of government property resources.
    The document provides insights into federal procurement practices, particularly focusing on the role of the Defense Logistics Agency (DLA). It emphasizes the importance of up-to-date guidance and resources available for contractors engaging in government RFPs (Requests for Proposals), federal grants, and local procurement opportunities. The repeated reminders to verify the current version of the source website underscore the necessity for accuracy in compliance when submitting proposals or bids. The document indicates that contractors should ensure they are accessing the latest information from the DLA’s online portal, given the dynamic nature of federal guidelines. It also highlights the significance of governmental transparency and accountability to support fair and competitive bidding processes. Ultimately, this document serves as a crucial resource for contractors aiming to navigate the complexities of government procurement efficiently while adhering to established standards and regulations.
    The document outlines the Comprehensive Engine Management System (CEMS) Reporting Data Item Description (DI-MGMT-81324C), which mandates that organizations managing Air Force engines must report status data for accurate inventory maintenance. It details how contractors must submit engine and components data through the CEMS interface, specifying necessary documentation such as DD Form 2875 and Non-Disclosure Statements for accessing data systems. The report delineates the format for reporting various statuses, including serial numbers, transaction types, and engine conditions. Additionally, it stipulates requirements for accessing these systems, including security checks and training certification. The document serves as a crucial guideline for contractors, ensuring compliance with Air Force standards while enhancing the accountability of engine and assembly management.
    The Commercial Asset Visibility (CAV) Reporting Data Item Description (DI-MGMT-81838) outlines a web-based automated system for tracking government-owned reparable assets during their repair cycle at contractor facilities. The CAV application aims to enhance inventory management by allowing contractors to report transactions in real-time, automatically updating the database accessible to commercial vendors for generating required status and activity reports. The document specifies the format and content requirements for reporting transactions, which include asset receipt, inductions, parts awaiting, completions, and various shipment types, among others. Additionally, contractors must generate and print numerous reports related to inventory management and asset status. This reporting is essential for regulatory compliance and effective supply chain management within government operations, reflecting the need for systematic oversight of reparable assets managed by commercial repair vendors. The document emphasizes clarity in transaction reporting and the efficient management of government-owned assets throughout their lifecycle.
    The document outlines the requirements for a Counterfeit Prevention Plan (CPP) as specified by the National Reconnaissance Office (NRO). The CPP serves to evaluate the effectiveness of contractors in safeguarding against counterfeit parts and materials, which are crucial in procurement activities. The file emphasizes that the CPP must include structured procurement practices that prioritize sourcing from original equipment manufacturers (OEM) or authorized distributors, along with protocols for assessing non-OEM parts. Key components involve monitoring supply chains, ensuring training for receiving inspectors, and instituting processes for identifying and reporting counterfeit items. The document stipulates detailed steps contractors must follow when suspecting counterfeit products, including quarantine procedures, documentation requirements, and root cause analysis. The CPP is intended to adapt to evolving counterfeiting methods while ensuring comprehensive audits and compliance monitoring at all subcontractor levels. Overall, the Counterfeit Prevention Plan aims to mitigate risks associated with counterfeited components by instating rigorous procurement and verification processes, ultimately enhancing the safety and integrity of materials used in government contracts.
    The document details the structure and requirements for a Test/Inspection Report, identified as DI-NM-I-80809B. Its purpose is to provide a comprehensive record of test and inspection results, enabling the government or contracting agency to assess compliance with system requirements and specifications. The format includes specific guidelines on content organization, such as report title, contractor information, types of tests conducted, and detailed findings. Sections mandate the inclusion of objectives, item identification, inspection requirements, results, analyses, conclusions, and recommendations. Additionally, it emphasizes the necessity for proper authentication by contractor personnel, identifying any untested requirements, and providing extensive data and documentation in appendices. This report is crucial for engineering evaluations, ensuring transparency and compliance in government contracting processes. All regulatory forms and certifications are outlined to ensure thorough inspections and detailed recordings of any deficiencies, providing a structured approach to quality assurance in government contracts.
    The Acquisition and Sustainment Data Package (ASDP) Teardown Deficiency Report outlines a structured process for addressing deficiencies noted on military equipment. This document, identified as DI-PSSS-81534B, supersedes a previous version and is applicable when contractors manage government property maintenance or perform detailed analyses during teardown investigations. Key elements of the report include a factual narrative that analyzes failure causes, proposes corrective actions, and recommends measures to prevent recurrence. The report classifies deficiencies into categories such as workmanship issues, material failures, and maintenance inefficiencies. Formatting requirements include delivering the report in a text-searchable format, embedding analysis models in their native formats, and providing metadata listings in Microsoft Excel. The document stipulates that all data must be in English and highlights the importance of ensuring that reports can be integrated within a Product Lifecycle Management solution. Overall, this report plays a critical role in maintaining equipment performance and reliability within federal operations, ensuring accountability and thorough documentation of actionable deficiencies.
    The document outlines the Acquisition and Sustainment Data Package (ASDP) Deficiency Report (DR), which is utilized by contractors to identify and report deficiencies in government-furnished materials (GFM) during acquisition or repair contracts. This information aids the government in determining necessary corrective actions as per the USAF Deficiency Reporting, Investigation, and Resolution protocol. It details the format and content requirements for reporting deficiencies, mandating that reports be in text-searchable and Microsoft Excel formats, ensuring data compatibility with Product Lifecycle Management systems. Key elements of the report include details such as the nature of the deficiency, National Stock Number (NSN), manufacturer information, and repair history, among others. The document specifies that contractors maintain accurate records and adhere to the structured reporting template, ensuring comprehensive data submission. The ASDP DR serves a critical function in improving acquisition and sustainment processes by facilitating proper tracking and resolution of deficiencies encountered in military materials and systems, thus supporting the effectiveness of defense operations while ensuring compliance with contractual obligations.
    The Contract Depot Maintenance (CDM) Monthly Production Report outlines the format and content requirements for monthly reporting by contractors engaged in depot-level maintenance contracts. This document is essential for government oversight, providing transparency into maintenance production figures, asset accountability, performance tracking against schedules, anticipated future production, and unresolved issues. The report consists of two main parts: Part I, which details specific data points such as contractor and item identification, quantities of various asset categories (reparables received, produced, and shipped), and contact information; and Part II, a production summary required under specified conditions like discrepancies in the production forecast. The monthly report must be submitted within ten business days following the month-end and serves as a critical tool for the government to monitor contractor performance and ensure compliance with contract obligations. This document is relevant within the context of federal RFPs and grants, facilitating effective management and accountability in operational contracts.
    This document represents an amendment to a solicitation issued by the Department of the Air Force for contract ID FA8122-25-R-0001-0001. The primary purpose of this amendment is to extend the proposal submission deadline from November 5, 2024, to November 7, 2024, at 4:00 PM CST. The amendment also stipulates that any changes to existing offers must be acknowledged prior to the revised deadline, ensuring compliance with specified submission protocols. The document includes administrative details such as the issuing authority (AFSC PZAAB) and the buyer’s contact information, while confirming that all other terms and conditions remain unchanged. The necessity for acknowledgment of the amendment by contractors is emphasized, underscoring the document’s procedural nature within the context of government Request for Proposals (RFPs). Overall, this amendment highlights the ongoing engagement of the Department of the Air Force with contractors while maintaining stringent timelines and procedural compliance in the bidding process.
    The document is an amendment to a solicitation from the Department of the Air Force regarding contract FA8122-25-R-0001. The primary purpose of this amendment is to extend the proposal submission deadline from November 7, 2024, to December 6, 2024, at 4:00 PM CST. The amendment outlines the necessary procedures for acknowledging the changes, including how to confirm the receipt of this amendment. It emphasizes that failure to acknowledge the amendment by the specified deadline may result in rejection of proposals. The document retains its original request and contractual terms, with the extension being the significant modification noted. This type of amendment is common in government Requests for Proposals (RFPs), allowing bidders additional time to prepare their submissions while ensuring compliance with established solicitation protocols.
    This document pertains to an amendment of solicitation FA8122-25-R-0001-0003 issued by the Department of the Air Force. The primary purpose of this amendment is to extend the deadline for proposal submissions from December 6, 2024, to January 31, 2025, at 4:00 PM CST. The amendment specifies that offers must acknowledge receipt of this change before the new deadline to avoid rejection. It also outlines the methods through which acknowledgment can be submitted, including completing the relevant items of the amendment or through separate communications that reference the solicitation and amendment numbers. The document maintains that, apart from this change, all other terms and conditions of the original solicitation remain in effect. This extension allows contractors additional time to prepare their offers, promoting a more competitive bidding environment.
    The document is an amendment to a solicitation for a Department of the Air Force contract, specifically FA8122-25-R-0001-0004. The primary purpose of the amendment is to extend the proposal submission deadline from January 31, 2025, at 4:00 PM CST to February 21, 2025, at 4:00 PM CST. The amendment details the required procedures for bidders to acknowledge receipt, emphasizing the importance of timely acknowledgment to avoid rejection of offers. The amendment is issued by Brandi Bridgett from the Air Force Sustainment Center at Tinker Air Force Base, Oklahoma. While other details in the contract and proposal remain unchanged, the amendment formally communicates the updated timeline for submission, reflecting the structured and procedural nature of federal contracting processes.
    This document serves as a solicitation for a requirements-type contract focused on the repair of the F101 Digital Electronic Control (DEC), issued by the Department of the Air Force. The solicitation, referenced as FA8122-25-R-0001, includes a base year and four option years, indicating a long-term commitment to this service. It specifies that the repair needs to be primarily sourced from Hamilton Sundstrand Corporation and details the necessity for Contractor Furnished Material (CFM) without any Government Furnished Material (GFM). Key requirements include that services performed must adhere to a Statement of Work (SOW) and specific quality assurance standards. The delivery terms emphasize a total quantity of 35 electronic control units within specified time frames, with strict documentation needed for asset returns. The contractor must provide several reports during the contract, including production reports and defect reports, emphasizing reporting timelines and quality control measures. The document accentuates adherence to various Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, thus ensuring compliance with legal and procedural procurement requirements. Its structured approach presents all necessary details required for interested contractors to submit competitive proposals for the required repairs and associated reporting obligations.
    This document outlines packaging requirements related to the transportation and delivery of wooden packaging material (WPM) in accordance with international standards for preventing invasive species, particularly the Pinewood Nematode. The requirements specify that all wooden items, including pallets and containers, must be constructed from debarked wood and heat-treated at specified temperatures to mitigate pest risks. Compliance certification from an accredited agency recognized by the American Lumber Standards Committee is mandatory. The document also refers to specific military standards for packaging and marking, namely MIL-STD-129 and MIL-STD-2073-1. Additional packaging instructions emphasize the need for proper shipping container markings, adhering to military specifications, and may require additional identifiers. The document is spearheaded by the 406 SCMS organization, with Aaron D. Mallory as the packaging specialist overseeing adherence to these specifications. The content is integral for federal procurement processes, ensuring that materials meet environmental regulations while adhering to military standards, thereby facilitating smooth, compliant logistics and international trade.
    The Performance Work Statement (PWS) outlines the repair and quality requirements for the F101 Digital Electronic Control (DEC) under Contract FA8122-XX-X-XXXX. Prepared by the 421st Supply Chain Management Squadron, it defines necessary services including receiving, repair processes, quality assurance, and reporting. Contractors must visually inspect received parts, follow strict repair protocols, and provide documentation such as Quality Management Reports and Deficiency Reports. Emphasis is placed on counterfeit prevention, necessitating established policies per the DoD's guidelines. All repaired components are to be delivered defect-free, adhering to ISO quality standards and ensuring that operational and performance requirements are met. The contractor’s performance will be evaluated against specific metrics, with negative ratings for unmet standards potentially leading to contract repercussions. Additionally, requirements for managing government property and maintaining documentation for five years are highlighted, offering essential accountability for contractors involved in the maintenance of the F101 DEC, crucial for mission success within the Air Force framework. Overall, the PWS reflects the commitment to quality and compliance in the Air Force's procurement processes.
    The document details transportation data for a federal solicitation related to the procurement of unspecified commodities, initiated on February 29, 2024, under purchase instrument number FD20302300915-00. It specifies that transportation will be conducted to multiple destinations, particularly to DLA Distribution Depot Oklahoma at Tinker AFB. Key transportation terms include FOB (Free On Board) destination, with certain FAR citations provided for regulations regarding freight classification, marking of shipments, and contact protocols with the DCMA (Defense Contract Management Agency) for shipping instructions. The file includes multiple item lines with associated NSNs (National Stock Numbers) and proposes a strict adherence to procedural compliance for transportation processes to avoid any excess costs and ensure correct handling. Additionally, contact details for Mickie J. Etters from the 406 SCMS office are provided, emphasizing the importance of coordination within the transportation logistics framework. This document serves as a guideline for suppliers involved in federal procurement to ensure compliance with transportation regulations and protocols, essential in the context of government RFPs and grants.
    Lifecycle
    Title
    Type
    F101 DEC Repair
    Currently viewing
    Solicitation
    Similar Opportunities
    FA822025RB004 F-4 Repair and Overhaul
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and overhaul of F-4 aircraft components under the contract number FA822025RB004. This procurement aims to support Foreign Military Sales (FMS) by ensuring the operational readiness of critical military assets through comprehensive repair services, including teardown, testing, evaluation, and refurbishment of various aircraft parts. The contract is structured as a firm-fixed-price agreement, with specific requirements outlined for each component, and emphasizes compliance with federal acquisition regulations. Interested contractors must acknowledge receipt of amendments and submit their proposals by the extended deadline of February 28, 2025. For further inquiries, potential bidders can contact Danielle Stiff at danielle.stiff.1@us.af.mil or call 1-801-777-8416.
    Amendment 0002 - Control Unit, Supervisor, NSN: 2995015195438NZ (new manufacture)
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the procurement of Control Units, Supervisor for the F100-PW-220 engine, as part of a Foreign Military Sales (FMS) initiative. This opportunity involves a one-time purchase of 22 units, with a focus on compliance with stringent quality assurance standards and the requirement for sources to be qualified prior to contract award. The solicitation has been extended, with proposals now due by February 26, 2025, at 12:00 PM CST, and interested parties are encouraged to submit their proposals via email to the designated contacts, Daren Harmon and Ms. Kawika Tse Ah Lo. For further inquiries regarding the Source Approval Request process, potential bidders can reach out to the AFSC Small Business Office.
    2840, Remanufacture F100-220 Combustion Chamber
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of the F100-220 combustion chamber under solicitation FA8121-25-R-0002. This procurement aims to restore critical military aviation components to a serviceable condition, ensuring operational readiness and compliance with stringent quality assurance standards, including ISO 9001-2015. The contract will span five years with five one-year ordering periods, allowing for a maximum of 1,025 units to be procured, and requires adherence to specific shipping and documentation protocols. Interested contractors must submit their proposals by February 20, 2025, at 3:00 PM Central Time, and can direct inquiries to Ronald A(Tony) Redus at ronald.redus@us.af.mil or Jacob Stephens at jacob.stephens.5@us.af.mil.
    Advance Control Tester (ACT) II Repair
    Buyer not available
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking proposals for a five-year contract to repair the Advanced Control Tester II (ACT), a critical device used for testing the Digital Electronic Engine Control (DEEC) of Pratt and Whitney F100 engines utilized in the F-15 and F-16 aircraft. The procurement involves teardown, evaluation, and uniquely negotiated repairs, with the understanding that the USAF lacks the technical data for repairs but can obtain necessary licensing from Collins Aerospace. This acquisition is vital for maintaining the operational readiness of the aircraft systems, and interested vendors must submit their proposals by February 24, 2025, ensuring compliance with the Buy American Act and other relevant regulations. For further inquiries, vendors can contact Alison Amerson at alison.amerson@us.af.mil or Jeanette Jordan at jeanette.jordan.2@us.af.mil.
    REPAIR SERVICES JTE PROGRAM
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Repair Services JTE Program, focusing on the teardown, testing, and evaluation of motor controllers. Contractors are required to meet stringent military standards for inspection, testing, and potential repair of the specified equipment, ensuring compliance with quality assurance protocols and timely deliverables. This procurement is critical for maintaining the operational efficiency and reliability of defense equipment, with a bid submission deadline set for March 12, 2025. Interested parties can contact John Prather at john.prather.3@us.af.mil or by phone at 801-586-3463 for further details.
    F-100 Afterburner Fuel Control
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of the F-100 Afterburner Fuel Control, as outlined in the presolicitation notice SPRTA1-25-R-1446. The procurement aims to acquire seven units of this critical safety item, with a planned delivery date on or before May 18, 2025, to the designated destination. This fuel control component is essential for aircraft and missile prime movers, underscoring its importance in military applications. Interested parties must submit their proposals electronically by March 10, 2024, and may contact Jeremy Bryant at jeremy.bryant@us.af.mil or 405-855-7112 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.
    NSN 2915014071507NZ_ Fuel Control, Main, t_F100_PN: 4089355_FD20302500169
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is seeking proposals for the procurement of the F100 Fuel Control, Main, identified by NSN 2915-01-407-1507NZ and part number 4089355. This critical safety item is essential for controlling fuel flow and compressor operations in the F100 engine, with an estimated requirement of 30 units and a delivery schedule extending from August 2025 to March 2027. The solicitation is expected to be issued on January 28, 2025, with responses due by February 28, 2025, and interested parties should direct inquiries to Alex Varughese at alex.varughese.1@us.af.mil.
    Flight Data Recorder
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of KC-135 Flight Data Recorders under solicitation number FA8117-25-R-0007. Contractors are required to demonstrate their capabilities in providing high-quality repair services that comply with ISO 9001:2015 standards, including adherence to stringent counterfeit prevention measures and effective supply chain risk management. The Flight Data Recorders are critical components for military operations, ensuring the reliability and safety of aircraft systems. Proposals are due by March 13, 2025, and interested parties can contact Tanner Mullins at tanner.mullins.1@us.af.mil or Sheila M. Thee at sheila.thee@us.af.mil for further information.
    Repair of B-1B Rate of Flow Transmitter
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B-1B Rate of Flow Transmitter under solicitation number FA8117-25-R-0005. The procurement aims to secure comprehensive repair services, including inspections and data reporting, to ensure the operational readiness of this critical aircraft component, with a focus on quality control and compliance with military standards. This opportunity is open to various business types, including small and veteran-owned entities, and requires submissions by March 10, 2025. Interested contractors can reach out to primary contact Relijah Sherman at relijah.sherman@us.af.mil or secondary contact David Herrig at david.herrig.1@us.af.mil for further information.