Remanufacture of B-1 Cylinder Assemblies (Bungees)
ID: FA811825R0006Type: 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

MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS (1680)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the remanufacture of B-1 Cylinder Assemblies (bungees) under a total small business set-aside contract. The procurement aims to restore these critical components to a like-new condition, ensuring compliance with stringent quality assurance standards and production schedules, with deliveries required every 30 days after receipt of order. This contract is vital for maintaining the operational readiness of the B-1 aircraft, which plays a significant role in national defense. Interested small businesses must submit their proposals by March 27, 2025, and can direct inquiries to Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at Jaqueline.West@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The CAV AF Reporting Requirements document outlines the guidance and responsibilities for contractors engaged in Contract Depot Maintenance (CDM) regarding asset visibility within the Air Force’s Commercial Asset Visibility (CAV AF) system. The CAV AF serves as the primary record system for tracking the status of government-owned assets at contractor facilities. Key responsibilities include accurate daily reporting of asset statuses in alignment with regulatory instructions, ensuring up-to-date training for personnel, and the completion of necessary documentation for access and information assurance training. Contractors must handle government-furnished property with precision and comply with shipping and reporting protocols. Specific regulations denote the process for discrepancies in shipments, including misidentified items and inventory checks. The document emphasizes accountability, accuracy in reporting, and the importance of managing nuclear weapon-related materials responsibly. Compliance ensures operational accountability and helps maintain the integrity of government inventory management systems. Overall, the document functions as a crucial framework to facilitate effective asset management and contractor compliance with Air Force standards, contributing to the efficiency of government operations in asset maintenance.
    The Commercial Asset Visibility (CAV) Reporting document, identified as DI-MGMT-81838, outlines a web-based application designed for tracking government-owned reparable assets within contractor repair facilities. The CAV application enhances inventory management during the repair cycle, allowing contractors to report transactions in real-time, which automatically updates the CAV database. The document provides specific requirements regarding the format and content of the data submissions required by contractors, detailing the types of transactions to be reported including asset receipt, inductions, shipments, and discrepancies among others. It emphasizes the importance of maintaining an integrated relational database that is accessible for generating various status and activity reports necessary for asset management. Overall, the CAV Reporting framework is crucial for effective oversight of reparable assets and ensuring efficient repair processes amongst contractors.
    The Contract Depot Maintenance (CDM) Monthly Production Report, as outlined in DI-PSSS-81995A, provides essential monthly data regarding maintenance production figures, asset status, and accountability at contractor facilities for depot-level maintenance contracts. The report, developed by the 70 (419 SCMS/GUBA), includes both contractor and Production Management Specialist (PMS) information and is structured in specific blocks detailing various metrics such as reparables received, inducted, produced, and shipped. Part I of the report addresses administrative details, while Part II offers a Production Summary if there are discrepancies in shipment or forecast. The report's objective is to ensure transparency, accountability, and effective performance tracking in government maintenance contracts, establishing a clear framework for data presentation and facilitating problem identification. Its standardized format is vital for maintaining operational efficiency and adherence to government requirements across the Department of Defense and associated contractors.
    The document pertains to a federal Request for Proposal (RFP) FA8118-25-R-0006 issued by the Department of the Air Force. This solicitation is focused on the remanufacture of B-1 Cylinder Assemblies (bungees) and is categorized as a total small business set-aside, promoting participation from small businesses including women-owned and service-disabled veteran-owned entities. The contract stipulates a three-year basic ordering period with an option for an additional two years. Bidders are required to maintain firm pricing for 120 days post-solicitation and must submit proposals by March 27, 2025. The anticipated contract includes details on inspection protocols, quality assurance standards, and necessary documentation to accompany shipments. Essential components include adherence to production schedules, with deliveries required every 30 days after receipt of order (ARO). The solicitation emphasizes compliance with numerous federal regulations and guidelines, with particular attention to quality control measures to ensure the safety and reliability of manufactured goods. This RFP exemplifies the government's efforts to engage small businesses in defense procurement and maintain high-quality operational standards.
    The Statement of Work (SOW) for PR No. FD2030-23-02176 details the remanufacture of Cylinder Assembly, Reaction by the Air Force Sustainment Center at Tinker Air Force Base. The document outlines processes and requirements for contractors to return end items to a like-new condition, covering general information, specific work requirements, quality assurance, and supply chain management. Key components include definitions of terms such as consumable parts and remanufacture, pre-award survey and initial production evaluation criteria, and necessary reporting and inspection protocols. The SOW mandates 100% replacement of consumable parts during remanufacturing, adherence to established quality programs, and strict compliance with safety and environmental standards. It emphasizes the importance of managing supply chain risks, including foreign influence and cybersecurity threats, ensuring continuous operation in emergencies, and maintaining government property. The contractor is responsible for the documentation of all remanufactured end items and must maintain compliance with applicable technical orders and guidelines. This SOW functions within the context of federal government procurement processes, emphasizing transparency and meticulous adherence to standards to ensure the successful completion of Air Force contracts.
    The United States Air Force, through the Air Force Sustainment Center at Tinker AFB, is seeking contractors for the remanufacture of B-1 Cylinder Assemblies (Bungees) under a firm-fixed-price contract. The scope includes disassembly, cleaning, inspection, maintenance, reassembly, testing, and finishing to restore items to a like-new condition. The contract comprises a three-year base period with two additional one-year options. Each of the 24 specific items referenced includes a National Stock Number (NSN), part number, estimated annual quantity, and delivery requirements. Vendors interested in bidding must submit a Source Approval Request if they are not previously qualified and may obtain technical data by emailing specified contacts. Additionally, the project is set aside for approved small businesses, with the solicitation projected to be issued around January 2025. Clarifications and questions must be submitted in writing, and vendor identities will remain confidential. The initiative reflects the Air Force's focus on maintaining the quality of critical components for the B-1 aircraft through a competitive procurement process.
    Lifecycle
    Similar Opportunities
    B-2 Cylinder Assembly
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of B-2 Cylinder Assemblies, specifically designed to activate the main landing gear doors of aircraft. The solicitation requests a 20% reduction in cost and a 25% reduction in production lead time for a total quantity of eight units, which are made from aluminum/alloy materials. This procurement is critical for maintaining the operational readiness of military aircraft, with a delivery deadline set for August 12, 2025. Interested vendors should submit their capability statements or proposals to Dana Craun at dana.craun@us.af.mil or call 405-426-9405, as electronic procedures will be utilized for this solicitation.
    Overhaul of B-1 Hydraulic Motors
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul of B-1 hydraulic motors under Solicitation FA8118-25-R-0025. This procurement involves a one-year firm fixed-price requirements contract, where the selected contractor will be responsible for disassembly, cleaning, inspection, reassembly, and testing of the hydraulic motors to restore them to a like-new condition. The overhaul is critical for maintaining operational readiness and ensuring the reliability of essential defense equipment. Proposals are due by March 3, 2025, at 3:00 PM, and interested parties should direct inquiries to Dessie Breslin at dessie.breslin@us.af.mil or Amy Gil at amy.gil@us.af.mil.
    Remanufacture of Electro-Mechanical Actuator NSN: 1680-01-289-2958RK PN: Y56A
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of B-1B Electro-Mechanical Actuators, identified by NSN 1680-01-289-2958RK and part number Y56A. This procurement involves a five-year firm-fixed price Requirements type contract, which includes a three-year basic ordering period and a two-year option, aimed at restoring the actuators to like-new condition while adhering to stringent quality standards and regulatory requirements. The actuators are critical components for aircraft rudder positioning, enhancing aviation safety and operational effectiveness. Interested small businesses are encouraged to submit proposals, with the contract award anticipated on May 7, 2024. For further inquiries, Matthew Churchwell can be contacted at matthew.churchwell.2@us.af.mil or by phone at 405-582-4184.
    LONGERON / 04F, B-52 STRATOFORTRESS AIRCRAFT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking qualified small businesses to provide the LONGERON component for the B-52 Stratofortress aircraft. This procurement involves an indefinite quantity contract (IQC) for a base period of five years, with an estimated annual requirement of 56 units, and delivery is expected 365 days after the date of order. The LONGERON is a critical airframe structural component, and the solicitation will be issued as a total small business set-aside, emphasizing the importance of certified contractors who can access restricted data. Interested parties should contact Gladys Brown at gladys.brown@dla.mil or 804-279-1561, and the solicitation is anticipated to be available on or about January 28, 2025, via the DLA Internet Bid Board System (DIBBS).
    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.
    B52 Bomb Bay Stands
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from small businesses for the procurement of five B-52 Bomb Bay Stands under contract FA812525Q0031. The primary objective is to provide these stands, which are critical for aircraft maintenance and repair, ensuring they meet stringent military specifications and quality standards. The selected contractor will be responsible for the construction, delivery, and installation of the stands at Tinker Air Force Base, with a delivery timeline of 180 days and compliance with environmental and safety regulations. Interested vendors, particularly economically disadvantaged women-owned small businesses, must submit their proposals by March 6, 2025, and can direct inquiries to Linsey Laird at Linsey.Laird@us.af.mil or Jason Shirazi at Jason.Shirazi@us.af.mil.
    Remanufacture of the KC135 Gearbox Assembly NSN 1680-00-621-0768
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of the KC-135 Gearbox Assembly, NSN 1680-00-621-0768, under a five-year firm-fixed-price requirements contract. The procurement aims to restore the gearbox assembly to a like-new condition through a comprehensive process that includes disassembly, cleaning, inspection, and reassembly, while adhering to stringent quality control measures and technical specifications. This initiative is crucial for maintaining the operational readiness of the KC-135 aircraft, a key asset in military refueling operations. Interested small businesses, particularly those that are women-owned or service-disabled veteran-owned, must submit their proposals by February 20, 2025, and can direct inquiries to Nonika Allen at nonika.allen.1@us.af.mil or Morgan Mcgarity at morgan.mcgarity@us.af.mil.
    Cylinder
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency at DLA Aviation in Ogden, UT, is soliciting proposals for the fabrication and testing of a cylinder assembly for intercontinental ballistic missile systems under contract SPRHA2-25-R-0084. This procurement is designated for full and open competition, with specific considerations for small businesses, including women-owned and service-disabled veteran-owned enterprises. The selected contractor will be responsible for conducting a First Article Test within 550 calendar days of contract initiation, ensuring compliance with rigorous quality assurance standards, including ISO 9001-2015, and maintaining detailed supply chain traceability documentation. Proposals are due by March 21, 2025, and interested parties should contact Scottina Malia at scottina.maila@us.af.mil for further information.
    FD20302500815 - Spare Buy of the B-1 Electrical Solenoid - NSN: 5945-01-204-3507TP
    Buyer not available
    The Department of Defense, through the Air Force Sustainment Center, is planning to procure a spare B-1 Electrical Solenoid, identified by NSN 5945-01-204-3507TP, under Purchase Request FD2030-25-00815. This procurement involves a firm fixed-price contract for the delivery of 27 units, with a deadline for delivery set for January 7, 2026, and allows for early delivery options. The B-1 Electrical Solenoid is a critical component for the B-1 bomber aircraft, emphasizing the importance of quality and compliance in sourcing such essential parts. Interested vendors must submit a Source Approval Request (SAR) and written inquiries via email to the primary contact, Kacie Cram, at Kacie.cram@us.af.mil, with a request for quotation (RFQ) expected around March 1, 2025, and a closing date of May 1, 2025.
    REPAIR OF B-1 INTEGRATED BATTLE STATION PROCESSOR SRUS
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B-1 Integrated Battle Station Processor SRUS, with the contract number FA8117-23-R-0015. The procurement aims to ensure the operational readiness of critical electronic systems used by the Air Force, requiring contractors to adhere to strict quality assurance standards and timely delivery schedules. This opportunity is vital for maintaining the functionality of the B-1 aircraft, with a proposal submission deadline extended to April 30, 2025. Interested parties can reach out to Michael Shand at michael.shand@us.af.mil or David Herrig at david.herrig.1@us.af.mil for further inquiries.