Overhaul of C-130 Motor
ID: FA811825R0040Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8118 AFSC PZABBTINKER AFB, OK, 73145-3303, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT (J061)
Timeline
  1. 1
    Posted Mar 17, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 16, 2025, 12:00 AM UTC
  3. 3
    Due Apr 30, 2025, 7:00 PM UTC
Description

The Department of Defense, through the Department of the Air Force, is soliciting proposals for the overhaul of C-130 motors, specifically under a sole source contract. This procurement aims to ensure the maintenance and operational readiness of critical military equipment, emphasizing the importance of quality assurance and compliance with established standards throughout the overhaul process. Interested contractors must adhere to specific reporting requirements and maintain accurate asset records as outlined in the associated guidelines, including the Commercial Asset Visibility (CAV) system. Proposals are due by April 30, 2025, and interested parties can contact Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further information.

Point(s) of Contact
Files
Title
Posted
Apr 16, 2025, 3:08 PM UTC
The CAV AF Reporting Requirements document outlines guidelines for Contract Depot Maintenance (CDM) responsibilities and reporting obligations regarding the Commercial Asset Visibility Air Force (CAV AF) system. It mandates that contractors maintain accurate asset records within the CAV AF for all government-owned items at their facilities, ensuring daily reporting and compliance within one business day of maintenance actions. The document emphasizes the necessity of familiarization training for contractors and specifies requirements for System Authorization Access Requests. Contractors must also manage Government Furnished Property (GFP) within their Enterprise Resource Planning systems and adhere to protocols for asset shipment upon contract closure. Reporting discrepancies, managing Nuclear Weapon Related Materiel (NWRM), and using appropriate shipping documents like the DD Form 1348-1A are reiterated as critical responsibilities. The document establishes strict timelines for reporting and outlines corrective action for discrepancies, emphasizing accountability in data reporting to maintain government inventory integrity. Regular training and defined points of contact for support are also included, reinforcing the systematic approach to asset visibility and compliance within government contracts.
Apr 16, 2025, 3:08 PM UTC
Apr 16, 2025, 3:08 PM UTC
The Commercial Asset Visibility (CAV) Reporting system is a web-based application designed for tracking government-owned reparable assets at contractor repair facilities. Its primary objective is to streamline inventory management for these assets throughout the repair cycle. The system allows contractors to report various transactions in real-time, automatically updating a centralized database that vendors can access to generate necessary reports. Key reporting requirements include the following transaction types: receipt of assets, inductions, items awaiting parts, re-inductions, completions, shipments, bulk shipments, items beyond economic repair, and discrepancies, among others. Contractors are tasked with adhering to specific input formats and content as outlined in the contract's Statement of Work. This document serves as a Data Item Description (DID) that stipulates the required format and content for the output generated by the CAV Reporting system. Emphasizing structured reporting and electronic management of asset data, this initiative reinforces efficiency in oversight and accountability for government possessions during the repair process. Overall, the CAV system is integral to enhancing asset visibility and operational effectiveness within government contracts, aligning with broader objectives in resource management and process improvement.
Apr 16, 2025, 3:08 PM UTC
Apr 16, 2025, 3:08 PM UTC
The Government Property (GP) Inventory Report, designated as DI-MGMT-80441D, serves as a systematic tool for contractors to provide the Department of Defense (DoD) with a comprehensive inventory of Government Property, including both Government Furnished Property (GFP) and Contractor Acquired Property (CAP). This data item description outlines the report's content requirements and format specifications, mandating an electronic format compatible with Excel. The report's essential elements include key identifiers such as contract numbers, asset identification numbers, item descriptions, manufacturer details, and acquisition costs. It requires details about asset location, classification, and physical inventory dates to ensure accurate tracking and management of government assets. This documentation is crucial for all contracts involving GP, facilitating accountability and oversight from the government. The issuance of this report is part of the regulations ensuring transparent and efficient property management within defense contracts and supersedes the previous version, DI-MGMT-80441C. The structured approach in reporting not only aids compliance but also enhances the operational effectiveness of government property management systems.
Apr 16, 2025, 3:08 PM UTC
Apr 16, 2025, 3:08 PM UTC
The document is an amendment to a federal solicitation (FA811825R0040), issued by the Department of the Air Force to modify the timeline for proposal submissions. The primary purpose of this amendment is to extend the proposal due date from April 16, 2025, to April 30, 2025, allowing interested contractors additional time to prepare their submissions. The amendment outlines various administrative details, including the contact information for the buyer, Merry Curry, and other standard procedural requirements for acknowledging receipt of the amendment. The document indicates that aside from this date extension, all other terms and conditions of the solicitation remain unchanged. This modification is essential for ensuring that the solicitation process proceeds fairly and effectively, accommodating potential bidders in their ability to submit competitive offers.
Apr 16, 2025, 3:08 PM UTC
The document outlines a solicitation (FA8118-25-R-0040) for an unrestricted acquisition by the Department of the Air Force, focusing on a five-year firm-fixed-price indefinite delivery indefinite quantity (IDIQ) contract for overhaul services of the C-130 Winch Motor and related equipment. The solicitation emphasizes compliance with small business considerations, including women-owned and service-disabled veteran-owned businesses, as well as specific quality assurance and inspection conditions. It specifies that bids must be submitted by April 16, 2025, and provides detailed instructions for offerors, including requirements for a Supplier Performance Risk System (SPRS) score of at least 110 for bidders. Mandatory contract clauses related to ethical conduct, subcontracting plans, labor standards, and compliance disclosures are included. The document is structured in various sections detailing the scope of work, pricing, acceptance criteria, and contractual obligations, emphasizing the importance of compliance and quality control within the procurement process. The goal of the solicitation is to ensure effective supply chain management and delivery of quality services crucial for the operational readiness of the Air Force.
Apr 16, 2025, 3:08 PM UTC
The GFP Attachment details a specific federal government procurement request related to motor acquisition. Identified by Pre-stage Identifier 1008521, the document outlines a requisition for 250 units of a motor, categorized as a non-serialized item. The motor is described with specifications including its National Stock Number (NSN) 610500904746, CAGE Code 22830, and Part Number 2K5326Y7A. Each motor has an acquisition cost of $41,793.98. The contract was awarded on February 8, 2024. Information regarding delivery dates and duration is noted but not specified in the attachment. This procurement is part of the broader context of government Requests for Proposals (RFPs), emphasizing the importance of obtaining essential equipment and managing federal contracts efficiently.
Apr 16, 2025, 3:08 PM UTC
Apr 16, 2025, 3:08 PM UTC
The document outlines a Performance Work Statement (PWS) for the overhaul of an Alternating Current Motor by the Department of the Air Force, specifically under PR Number FD20302400502. It encompasses various requirements including definitions, pre-award survey needs, initial production evaluations, reporting obligations, quality assurance, and special tool requirements. The PWS mandates a systematic approach to disassembly, inspection, replacement, testing, and documentation, ensuring each end item is returned to serviceable condition compliant with applicable technical orders. A significant focus is placed on quality management and documentation retention, with performance thresholds set to guarantee 100% defect-free deliveries on schedule. Additionally, the contractor must implement robust supply chain risk management, including continuity of operations and cybersecurity measures. All materials used must derive from approved sources to maintain integrity and avoid obsolescence challenges. The document serves to direct contractors to achieve compliance and effectiveness in delivering military equipment, emphasizing accountability and stringent adherence to standards throughout the overhaul process.
Apr 16, 2025, 3:08 PM UTC
Apr 16, 2025, 3:08 PM UTC
The memorandum from the Department of the Air Force, specifically the Air Force Sustainment Center at Tinker Air Force Base, outlines the personnel and skill requirements for contract FD20302400502. It specifies the minimum qualifications necessary for various positions to support the proposed contract. The positions listed include Drafter/CAD Operator II, Production Control Clerk, Supply Technician, Shipping/Receiving Clerk, Engineering Technician VI, and Computer Programmer II, each with designated grades and codes. The document indicates that any inquiries should be directed to Bryce Moore, the Equipment Specialist, providing his contact information for further assistance. This memorandum serves to ensure that potential contractors understand the required qualifications for personnel involved in the contract, reflecting the standards necessary for successful execution of government contracts.
Lifecycle
Title
Type
Overhaul of C-130 Motor
Currently viewing
Solicitation
Similar Opportunities
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.
C-5 Trunnion Bearing, Overhaul
Buyer not available
The Department of Defense, specifically the U.S. Air Force, is soliciting proposals for the overhaul of the C-5 Trunnion Bearing under contract FA8538-25-R-0004. This Request for Proposal (RFP) seeks qualified contractors to provide depot-level overhaul services for the Trunnion Bearing, a critical component of the C-5 Galaxy cargo aircraft's main landing gear, ensuring operational safety and reliability until 2040. The contract is structured as a Firm-Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) type, anticipated to span five years with two ordering periods and three option years. Interested vendors must register in the Joint Certification Program to access technical data and submit proposals by the extended deadline of May 22, 2025. For inquiries, contact Phillip Russell at phillip.russell.9@us.af.mil or Deborah Manly at deborah.manly@us.af.mil.
1650-01-669-3494 (25-R-7004)
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to supply hydraulic motors for the KC-135 aircraft, referenced under solicitation number SPRHA1-25-R-7004. The procurement involves an estimated quantity of 231 units for the first year, with deliveries scheduled over a five-year period from October 1, 2025, to September 30, 2030, emphasizing the importance of these components for maintaining operational readiness. Interested suppliers must adhere to strict compliance guidelines, including quality assurance and supply chain traceability, with proposals due to the primary contact, Johnny Wakefield, at johnny.wakefield.2@us.af.mil by the specified deadlines. The contract is unrestricted, allowing participation from various business types, including small and disadvantaged enterprises.
F100-PW-220 Sprayring Manifold Assemblies
Buyer not available
The Department of Defense, specifically the U.S. Air Force, is seeking proposals for the overhaul of F100-PW-220 Sprayring Manifold Assemblies, with a focus on competitive pricing as the primary evaluation factor. This procurement is crucial for maintaining the operational readiness of aircraft engines, as these assemblies are integral components of the engine fuel system. The response deadline for proposals has been extended to April 30, 2025, and interested parties should direct inquiries to William Heckenkemper or Savannah Mincey via their respective emails. Compliance with the Statement of Work and accurate pricing submissions are essential for consideration in this contract opportunity.
C-130 Actuator, Electro-Me
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is seeking qualified suppliers for the procurement of C-130 Electro-Mechanical Actuators, specifically part number L16-107, under presolicitation notice FD20302501127. The requirement includes the manufacture of new spare parts, which are critical for the operation of the C-130 aircraft, as they facilitate the opening and closing of the UPU inlet door. Interested vendors must meet qualification requirements prior to award, with an estimated quantity of 14 units and a delivery timeline set for February 2027. Proposals must be submitted within 30 days of solicitation issuance, and all inquiries should be directed to Lori Lumsden at lori.lumsden.1@us.af.mil or by phone at 405-855-3559.
T56 Series 3.0/-15 and 3.5/-15A Joint Follow on Contract
Buyer not available
The Department of Defense, specifically the U.S. Air Force, is seeking contractors for the T56 Series 3.0/-15 and 3.5/-15A Joint Follow-On Contract, which involves providing technical, logistics management, and overhaul and repair services for the T56 engine and its components. The procurement aims to ensure depot-level maintenance, overhaul, and repair of T56 whole engines and power sections, as well as support for Foreign Military Sales and fleet-specific modifications. This contract is critical for maintaining operational readiness and reliability of military aircraft engines, emphasizing the importance of compliance with established technical standards and documentation. Interested parties should contact Treva Billinger at treva.billinger@us.af.mil or call 405-734-4637 for further details, with proposals due by May 30, 2025.
CLUTCH TORQ FIXTURE, APU STARTER, C-130
Buyer not available
The Department of Defense, through the Naval Air Warfare Center Aircraft Division, is soliciting proposals for the procurement of 23 Clutch Torq Fixtures, specifically for the APU Starter of the C-130 aircraft, as part of the KC-130J program. This opportunity is a 100% Total Small Business Set-Aside, requiring eligible contractors to comply with military specifications, including the submission of a valid DD Form 2345 to access necessary technical data for quoting. The fixtures are critical for ensuring operational readiness and maintenance of the KC-130J aircraft, which plays a vital role in military logistics and support. Interested parties must submit their requests for technical data by May 1, 2025, and all correspondence regarding this solicitation should be directed to Mark Schnittman at mark.a.schnittman.civ@us.navy.mil or by phone at 240-587-2525.
Remanufacture of F100-220 6th-12th Stage Stators and 4th - 5th Stage Shrouds
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of F100-220 6th-12th Stage Stators and 4th-5th Stage Shrouds, critical components for aircraft engines. The procurement aims to restore these components to a like-new condition, adhering to strict quality control measures and compliance with ISO 9001 standards, while also addressing supply chain risk management and cybersecurity protocols. This initiative is vital for maintaining the operational readiness of military aircraft, ensuring that the Air Force can effectively support its missions. Interested contractors must submit their qualifications and proposals by the specified deadlines, and for inquiries, they can contact Jacob Stephens at jacob.stephens.5@us.af.mil or by phone at 405-739-5390.
C-130 Fuel Control. Main, T
Buyer not available
The Defense Logistics Agency (DLA) Aviation is seeking quotations for the procurement of a C-130 Fuel Control component, specifically one unit of NSN 2910016144920. This opportunity is restricted to Honeywell International and requires adherence to strict quality assurance, packaging, and marking standards as outlined in the associated Statement of Work. The procurement is critical for military operations, ensuring the reliability and performance of fuel control systems in aircraft. Interested suppliers must submit their quotations by May 15, 2025, and can direct inquiries to April Blakeley at april.blakeley@us.af.mil for further information.
Repair of Multiple NSN's for Air Force
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought Synopsis to identify potential sources for the repair and remanufacture of multiple National Stock Numbers (NSNs) related to various aircraft systems. The objective is to gather market research data to determine if the procurement can be competitive and potentially set aside for small businesses, including those that are 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned. The goods and services sought are critical for maintaining the operational readiness of the United States Air Force's aircraft, including the C-130 and F-16 models, among others. Interested parties must submit their capabilities and business information by May 25, 2025, to Darin Rector at darin.rector@us.af.mil, with no funding available for participation in this market research.