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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Overhaul of B-1 Electro-Mechanical Actuator NSN 1680015097158RK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting offers for the overhaul of B-1 Electro-Mechanical Actuators (NSN 1680015097158RK) under Solicitation Number FA8118-26-R-0002. This procurement involves a five-year, firm-fixed-price requirements contract, which includes a three-year basic period from 2025 to 2028 and two one-year option periods extending to 2030. The overhaul of these critical components is essential for maintaining the operational readiness and performance of the B-1 aircraft, which plays a vital role in national defense. Interested contractors must submit their proposals by the extended deadline of January 7, 2026, at 1:00 PM, and can direct inquiries to Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further information.
    Overhaul of Dynamic Components on the UH-1N Helicopters
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the overhaul of dynamic components on UH-1N helicopters through a combined synopsis/solicitation. The procurement involves the repair and overhaul of critical safety items, including the Swashplate and Support Assembly, Scissors and Sleeve Assembly, Main Rotor Mast Assembly, and Tail Rotor Hub Assembly, with strict adherence to quality control and delivery schedules. This contract is vital for maintaining the operational readiness and safety of military helicopters, ensuring that these essential components are functional and reliable. Proposals are due by December 19, 2025, at 3:00 PM EST, and interested parties should direct inquiries to Shawna Barrett at shawna.barrett.1@us.af.mil or Leigh Ann Taylor at leigh.taylor.3@us.af.mil.
    Repair of B-1B Torque Motor
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of B-1B Torque Motors, specifically National Stock Numbers 6105-01-232-8318 and 6105-01-232-8319. The procurement aims to secure comprehensive repair services, including provisions for "No Fault Found" items and additional work requirements, with a total estimated contract value of $4,149,750.00 over a base year and three option years. This contract is critical for maintaining the operational readiness of the B-1B aircraft, ensuring that essential components are serviced to meet military standards. Interested contractors must submit their proposals by January 30, 2026, and can direct inquiries to Amy Schmitz at amy.schmitz.1@us.af.mil or David Herrig at david.herrig.1@us.af.mil.
    GEARBOX,LANDING
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for three units of the Gearbox, Landing (NSN: 1620-00-617-9123) specifically for C-130 aircraft, primarily aimed at Foreign Military Sales (FMS) customers. The procurement emphasizes compliance with AS9100 quality standards, the Buy American Act, and various military standards for packaging and marking, including MIL-STD-130 and MIL-STD-2073-1E. This opportunity is critical for maintaining the operational readiness of military aircraft and ensuring compliance with national defense requirements. Interested contractors must submit their proposals by December 17, 2025, and can reach out to Richard Dunlap at richard.dunlap.2@us.af.mil or call 385-591-8306 for further information.
    Bulkhead Assembly, C-130
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a Bulkhead Assembly for the C-130 aircraft, identified by Part Number 375974-7. This solicitation is a total small business set-aside and addresses an urgent requirement related to flight and safety deficiency hazards, with delivery expected at Robins AFB, Georgia, on or before January 19, 2026. Interested vendors must submit their quotes via email by December 29, 2025, and adhere to specific packaging and transportation requirements outlined in the associated documents. For further inquiries, potential offerors can contact Nicole Greenwood at nicole.greenwood.2@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil.
    PARTS KIT, SERVO CYL | 06F | C-130
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking qualified small businesses to provide a Parts Kit for the Servo Cylinder associated with the C-130 aircraft. This procurement involves an indefinite quantity contract (IQC) for a base period of five years, with an estimated annual requirement of 160 units, to be delivered within 300 days after receipt of order. The parts are critical for maintaining aircraft hydraulic systems, ensuring operational readiness and safety. Interested vendors must be certified by the Department of Defense to access the necessary technical data and can find the solicitation on the DLA Internet Bid Board System (DIBBS) around November 19, 2025; inquiries can be directed to Ryan Loeffelholz at ryan.loeffelholz@dla.mil or by phone at 804-279-1452.
    C-130J LONGERON ASSEMBLY, FUSELAGE
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of a Longerons Assembly, Fuselage, Part Number 342986-6L, with a quantity of one unit required. This procurement is critical due to its urgency related to flight and safety deficiencies, necessitating delivery to Hill Air Force Base, Utah, by January 30, 2026. The opportunity is set aside for small businesses under the NAICS code 336412, and interested vendors must submit their quotes by December 29, 2025, while also adhering to specific instructions for accessing technical drawings and compliance with military packaging standards. For further inquiries, potential bidders can contact Brad Wood at bradley.wood.11@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil.
    Modernization and Upgrade of the LC-130H Polar Mission aircraft to LC-130J Aircraft
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to modernize and upgrade the LC-130H Polar Mission aircraft to the LC-130J variant. The objective is to find qualified firms capable of delivering a fully modified and integrated LC-130J that meets the requirements for polar missions, as the existing LC-130H fleet is being phased out. This modernization effort is crucial for maintaining operational capabilities in polar environments, and the government may consider a sole-source contract with Lockheed Martin Corp. Interested contractors must submit their responses, including a Contractor Capability Survey, by December 22, 2025, to Amber Mathe at amber.mathe@us.af.mil or Hannah Tuck at hannah.tuck.1@us.af.mil, as the information gathered will be used solely for market research purposes.
    Opportunity Details
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of KC-135 and C-130 Vertical Indicators, specifically the "INDICATOR, VERTICAL" items with National Stock Numbers (NSN) 6610-01-527-2395 and 6610-01-433-2219. This procurement is crucial for maintaining the operational readiness of military aircraft, ensuring that critical flight instruments are functioning correctly. The solicitation has been amended to extend the proposal due date to December 16, 2025, at 3:00 PM Central Standard Time, with the contract period running from September 20, 2026, to September 19, 2033. Interested parties can reach out to Nathan R. Sholund at nathan.sholund@us.af.mil or Gregory Howard at gregory.howard.9@us.af.mil for further information.
    F-100 Case, Compressor, Air
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of F-100 compressor air cases under the presolicitation notice SPRTA1-24-R-1845. This procurement aims to secure a minimum of 3 and a maximum of 18 units, with a delivery schedule of 2 units per month starting before June 16, 2025, and is not classified as a critical safety item. The solicitation will be available electronically, and proposals will be evaluated based on price, technical merit, and past performance, with submissions due within 45 days of publication. Interested parties can direct inquiries to Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112.