TT&E/Overhaul of B-2 Fuel Temperature Control Valve Assembly
ID: FA811824Q0015Type: 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

VALVES, NONPOWERED (4820)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the overhaul and testing of the B-2 Fuel Temperature Control Valve Assembly, identified by NSN 4820-01-347-6596 FW. The procurement requires contractors to restore government-furnished reparable items to like-new condition, adhering to stringent quality assurance measures, safety protocols, and compliance with technical orders throughout the overhaul process. This assembly is critical for the operational integrity of the B-2 aircraft, emphasizing the importance of maintaining high standards in military equipment. Interested parties must submit their quotations by October 23, 2024, and can direct inquiries to Amy Gil at amy.gil@us.af.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The CAV AF Reporting Requirements document outlines the expectations for contractors involved in the Contract Depot Maintenance (CDM) process for the Commercial Asset Visibility (CAV) Air Force system. It mandates contractors to maintain an accurate record of Government-owned assets at contractor facilities through daily reporting in the CAV AF system, encompassing not just repair items but also those in inventory. Essential responsibilities include assigning two reporters per contract, completing system authorization requests, and mandatory compliance training on cybersecurity awareness. Key transactional reporting requirements specify actions for receipt of assets classified as "Not-on-Contract," processes for handling discrepancies, and stringent guidelines for ensuring the correct documentation is used for shipments. Additionally, contractors must conduct thorough inventory checks upon contract completion and report any remaining assets for government disposition. Overall, this document serves to ensure transparency, accountability, and compliance within the management of government property, pivotal for maintaining effective inventory systems and regulatory adherence across contracting operations associated with the Air Force. The detailed structure of reporting guidelines fosters systematic asset management while mitigating risks associated with inaccuracies.
    The document outlines multiple Contract Data Requirements Lists (CDRLs) associated with the B-2 System, specifically focusing on various data items required from the contractor under contract number FD20302402074. The key data items include an Annual Government Property Inventory Report, Commercial Asset Visibility Reporting, and various monthly reports on Government Furnished Material (GFM) and Contract Depot Maintenance (CDM). Each item specifies the title, authority, frequency of submission, distribution requirements, and compliance with English-language reporting. The reports are designed to ensure accountability and effective management of government property and maintenance activities, with strict deadlines for submission noted as annual or monthly according to specific guidelines. Distribution statements indicate whether the information is restricted to Department of Defense personnel or subject to broader access, reflecting security considerations. Additionally, the document emphasizes compliance with export controls and document destruction protocols, reinforcing the importance of data protection and security in defense contracts. Overall, this compilation serves to establish a structured framework for ongoing reporting and data management within government contractual arrangements, contributing to operational integrity and oversight.
    The Government Property (GP) Inventory Report, defined under Data Item Description DI-MGMT-80441D, serves to enable contractors to provide the Department of Defense (DoD) with a periodic inventory of Government Furnished Property (GFP) and Contractor Acquired Property (CAP) in their possession. This document outlines the requirements for contractors related to GP across all contracts involving government property. It specifies the format and content of the inventory report, which must be submitted electronically in .xls or .xlsx format. Key data fields in the report include contract number, asset identification numbers, item descriptions, quantities, acquisition costs, asset locations, and classification of government property. The report aims to track government property effectively, ensuring accountability and proper management of assets used by contractors during contract performance. This document replaces the previous version DI-MGMT-80441C, highlighting its importance in streamlining reporting procedures for government contracts and property management.
    The document references the source for verifying the current version of a federal government file related to RFPs, grants, and procurement practices. It emphasizes the importance of consulting the official site, http://assist.dla.mil, to confirm that users have the most up-to-date information prior to engaging with the content. This process is crucial for ensuring compliance and alignment with federal standards and requirements. The file underscores the necessity of utilizing accurate and confirmed data when responding to requests for proposals and managing grants within state and local jurisdictions. Adherence to the latest documentation is critical for successful participation in government contracting and funding opportunities.
    The Commercial Asset Visibility (CAV) Reporting document outlines a web-based system for tracking government-owned reparable assets during their repair cycle at contractor facilities. This automated tool aims to enhance inventory management and reporting capabilities for contractors managing these assets. The CAV application allows contractors to report real-time transaction updates, which integrate into a relational database accessible by commercial repair vendors. Key requirements include specific input formats as defined within the associated Contract Statement of Work, detailing various asset handling procedures such as receipts, inductions, and completions. The reporting encompasses multiple transaction types, including asset statuses, proof of shipments, and discrepancies. The document serves as a Data Item Description, providing structured guidelines for the preparation of data related to the asset repair process. Overall, this CAV Reporting framework is essential for improving the management, efficiency, and transparency of government reparable asset oversight.
    The document outlines the requirements for the Contract Government Furnished Material (GFM) Monthly Requisition and Inventory Report, identified as DI-MGMT-82128A. This report is intended to provide federal authorities with comprehensive monthly updates on GFM balances regarding various aspects such as consumption, transfers, and inventory conditions. It specifies the necessary format, content, and usage of the report, applicable to depot-level maintenance contracts and superseding the previous version, DI-MGMT-82128. The report must include details like the Production Management Specialist's contact information, contractor data, and inventory specifics categorized by National Stock Number (NSN), part number, quantities due-in, received, transferred, and on-hand status across different conditions. The structured template facilitates systematic data reporting and accountability within federal government contracting. Overall, this document is crucial for maintaining effective tracking and management of government assets and improving operational efficiency in inventory management within the Department of Defense framework.
    The Contract Depot Maintenance (CDM) Monthly Production Report serves as a monthly tracking tool for the government to monitor maintenance production figures, asset accountability, performance to schedule, and unresolved issues related to depot-level maintenance contracts. This report encompasses vital information such as contractor and project details, production metrics of reparables and serviceables, and forecasts for upcoming production. Key sections of the report include an overview of items received, quantities processed, and any anticipated production problems. The CDM report must be formatted according to a specific template, detailing information such as item identification, delivery order numbers, and quantities at various stages including induction, awaiting parts, and shipment. Additionally, production summaries are required if there are discrepancies in previous forecasts or concerns about future production. The reporting is crucial for maintaining oversight and enhancing the efficiency of depot maintenance operations within Department of Defense contracts. Completion and submission of the report are mandated within ten business days following the last calendar day of the reporting month.
    The document outlines a Request for Quotation (RFQ) FA8118-24-Q-0015 issued by the Department of the Air Force for the overhaul and evaluation of B-2 Fuel Temperature Control Valve Assemblies. This RFQ is not set aside for small businesses and requests quotations by October 23, 2024. It includes detailed specifications for delivering services, including conditions for submission, inspection, acceptance, and pricing structures. The contractor is required to restore government-furnished reparable items to like-new condition, ensuring all necessary packing and technical compliance. Any additional work identified during the contract performance must be negotiated separately. The document also outlines the use of Wide Area Workflow (WAWF) for payment submissions and includes requirements for inventory reports and technical data requests. This RFQ emphasizes that adequate price competition is anticipated, and additional pricing information may be requested if competition is not sufficient. It details qualification requirements for contractors not previously qualified for this acquisition, stressing the importance of timely communication with the contracting officer. The RFQ aims to facilitate the effective procurement of necessary maintenance and repair services for critical Air Force equipment, ensuring operational continuity and compliance with government standards.
    The government document outlines the requirements for the management of government-furnished property specifically related to a custodial procurement instrument. It details the contract award particulars, including the contract number, type, and the item's description. A specific item, the Fuel Temperature Control Valve, is highlighted, indicating its purpose in directing hot fuel return to cooling valves. The document specifies the quantities, acquisition costs, and delivery expectations for requisitioned items, distinguishing between serially and non-serially managed property. It emphasizes proper documentation for each item, mandating details like National Stock Number (NSN), Manufacturer CAGE codes, and part numbers to ensure clarity and compliance in governmental procurement processes. Overall, the document illustrates the structured approach necessary for managing federal contracts, particularly in the context of logistical and inventory management within government operations.
    This document outlines packaging requirements for federal procurement under Purchase Instrument Number FD20302402074-00. The primary focus is on compliance with United Nations regulations regarding wood packaging material (WPM) to prevent invasive species, specifically the pinewood nematode. It mandates that all wooden packaging be made from debarked wood that is heat-treated to specific standards (56°C for 30 minutes) and certified by an accredited agency. The document references relevant military standards (MIL-STD 129 and MIL-STD 2073-1) for packaging and marking, specifying that items must be packaged according to military practices with designated shipping container marking requirements. Key identifiers and packaging details, including item numbers, weights, dimensions, and organizational contacts, are also provided. This summary emphasizes regulatory compliance to protect global ecosystems while maintaining adherence to military packaging protocols—crucial for effective logistics in government operations.
    The document outlines the Performance Work Statement (PWS) for the overhaul and testing of the B-2 Fuel Temperature Control Valve Assembly by the Department of the Air Force. Key topics include the general requirements and specifications for the overhaul process, including necessary quality assurance measures, tracking and reporting guidelines, and compliance with technical orders. Essential points include the 100% replacement requirement for consumable parts, detailed contractor responsibilities for safety, documentation, and inventory management, and criteria for dealing with foreign influence and cybersecurity risks. The contractor must ensure all end items are delivered defect-free and adhere to the established delivery schedule. Furthermore, specific components and materials handling procedures are emphasized, along with expectations for supply chain risk management to mitigate potential disruptions. This document serves to ensure that contracted work meets military standards and requirements while maintaining operational integrity and security for the Air Force.
    The document outlines transportation data related to a federal procurement process, specifically for the solicitation numbered FD20302402074-00, initiated on August 8, 2024. It provides important information regarding shipping terms, specifically advocating for F.O.B. (Free On Board) Destination as the preferred shipping method. Key references to federal regulations are included, such as FAR citations relating to freight classification and marking of shipments. The document emphasizes the necessity of contacting the DCMA (Defense Contract Management Agency) for shipping instructions prior to the movement of freight, highlighting potential consequences for failure to comply, which could result in unnecessary expenses for the vendor. The transportation funds and account codes for the purchase instrument are also detailed, along with specific items and shipment details, all addressed to the DLA Distribution Depot in Oklahoma. Lastly, the document concludes with contact information for Mickie J. Etters from 406 SCMS, ensuring all required communication channels are open for further clarification or actions regarding the transportation operations. Overall, the file serves as a critical guide for vendors involved in the shipment of goods related to this federal procurement.
    Lifecycle
    Title
    Type
    Similar Opportunities
    B-2 Butterfly Valve
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking vendors for the procurement of B-2 Butterfly Valves, specifically designated by Part Number 793229-4 and Solicitation Number SPRTA1-24-R-0255. The requirement includes a total of 14 valves, with a permissible range of 4 to 21 units, and these valves are classified under NSN 4810-01-418-7614. These components are critical for aircraft operations, and it is important to note that surplus items are not allowed, as the government does not possess the technical data for these valves. The solicitation is expected to open on October 1, 2024, and close on November 1, 2024, with shipping directed to Tinker Air Force Base. Interested parties can reach out to Ronald Draper via email for further inquiries regarding this opportunity.
    Valve, Assembly, Anti
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of an Anti-Icing Valve Assembly, specifically identified by NSN 2995-01-443-6882NZ, under solicitation SPRTA1-24-R-0235. The requirement includes an estimated quantity of 25 units, with a minimum of 6 and a maximum of 38 units, to be delivered starting April 17, 2025, for use in F100 engine applications, highlighting the critical nature of this component in aircraft operations. Interested vendors must comply with various manufacturing and quality assurance standards, including adherence to the Buy American Act, and are encouraged to submit their capability statements by October 3, 2024, to the primary contact, Keith Russ, at keith.russ@us.af.mil.
    Spare Buy (Supply) for the B-52 Pilot Valve
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotations for the procurement of 63 B-52 Pilot Valves, identified by NSN: 1660-00-949-9895. This procurement is critical for maintaining the operational readiness of military aircraft, emphasizing the importance of quality assurance and compliance with federal regulations, including the Buy American Act. Interested vendors must submit their quotations by October 28, 2024, and complete a Source Approval Request (SAR) package to be considered, with additional details available from primary contacts David O'Rourke and Shirley V. Harmon via their provided emails and phone numbers.
    B-2 Body Valve
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE is seeking spares procurement of B-2 Body Valve. The B-2 Body Valve is used for the B-2 platform and has a National Stock Number (NSN) of 4810013193821FW and Part Number (PN) of 799648-100. The procurement will be for 7 units. The place of performance is Tinker AFB, OK 73145 USA. Interested sources must add themselves to the interested vendors list to be considered. This notice is for market research purposes and there is no solicitation available at this time.
    B-2 HEAT EXCHANGER AIRCRAFT, NSN: 1660-01-350-8210FW, PN: 793305-2
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the acquisition of B-2 heat exchangers, specifically identified by National Stock Number (NSN) 1660-01-350-8210FW. The procurement involves a sole source acquisition for a total of 12 units, with the possibility of adjusting the quantity between 3 and 18 units based on competitive pricing and proposals submitted by vendors, particularly Hamilton Sundstrand Corporation. These heat exchangers are critical components for the B-2 aircraft, ensuring optimal performance and operational readiness. Proposals must be submitted by October 28, 2024, with delivery expected by February 26, 2026, and interested parties can contact John Nolan at john.nolan.8@us.af.mil or by phone at 405-855-3542 for further details.
    Repair of B-52 Flow Control Sensor Venturi Valve
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Sustainment Center at Tinker Air Force Base, is planning to procure repairs for the B-52 Flow Control Sensor Venturi Valve. This indefinite delivery indefinite quantity (IDIQ) contract will encompass comprehensive services including disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing to restore the valve to a like-new condition, with a minimum and maximum of six units every thirty days over a five-year period. The procurement is vital for maintaining the operational readiness of military aircraft systems and ensuring compliance with regulatory standards. Interested vendors must submit a Source Approval Request if not previously qualified and are encouraged to reach out for technical data via email; the solicitation is expected to be issued around October 8, 2024, with inquiries directed to Jessica Vinyard at jessica.vinyard.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil.
    VALVE ASSEMBLY
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting quotes for the supply of a Valve Assembly specifically for F16 Aircraft, identified by NSN 1660-01-052-5356. This procurement aims to acquire one unit of the valve assembly, with strict adherence to quality assurance standards, including ISO 9001-2015, and compliance with the Buy American Act. The successful bidder will be responsible for ensuring accurate invoicing and payment submission through the Wide Area Workflow (WAWF) system, with quotations due by the specified deadline. Interested parties can contact Deborah Teubert at deborah.teubert@us.af.mil or by phone at 405-855-3546 for further details.
    48--BODY,VALVE
    Active
    Dept Of Defense
    The Defense Logistics Agency, under the Department of Defense, is seeking quotes for the procurement of five units of BODY, VALVE (NSN 4820013286425). The delivery is required at the DLA Distribution Depot in Oklahoma within 171 days after the order is placed, with the approved source being 06848 2674670. These valves are critical components in aircraft engine systems, underscoring their importance in maintaining operational readiness. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    FD2030-24-00618
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE is seeking ENGINE FUEL SYSTEM COMPONENTS, AIRCRAFT AND MISSILE PRIME MOVERS. The procurement target is a VALVE, FLOAT, AIRCRAFT (NSN: 2915-01-097-2423RK). This valve is typically used in aircraft fuel systems to control the flow of fuel. The specific valve being procured is identified by the top drawing number 2710853M4 and has a revision date of 1 / 2 Jun 2022. The primary contact for this procurement is SEE SOLICITATION INFORMATION TO FOLLOW. Once the solicitation has been approved by the contracting officer, it will be available for quotes.
    FD2030-24-00399
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE, DEPT OF THE AIR FORCE is procuring ENGINE FUEL SYSTEM COMPONENTS, AIRCRAFT AND MISSILE PRIME MOVERS. The service/item being procured is a VALVE, FLOAT, AIRCRAFT. This valve is typically used in aircraft fuel systems to control the flow of fuel. The specific details of the valve are as follows: NSN: 2915-01-097-2423RK, TOP DRAWING: 2710853M4, EDL REVISION & DATE: 1 / 02 JUN 2022, MDC CODE: EPG, IM NAME: TOOTHMAN, ROBERT J.