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
  1. 1
    Posted Feb 25, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 26, 2025, 12:00 AM UTC
  3. 3
    Due Apr 28, 2025, 7:00 PM UTC
Description

The Department of Defense, specifically 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 objective of this procurement is to restore these assemblies to a like-new condition, ensuring compliance with stringent quality assurance standards and safety regulations. This contract is critical for maintaining the operational readiness of the B-1 aircraft, which plays a vital role in national defense. Interested contractors must submit their proposals by April 28, 2025, and can reach out to 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
Mar 26, 2025, 1:05 PM UTC
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.
Mar 26, 2025, 1:05 PM UTC
Mar 26, 2025, 1:05 PM UTC
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.
Mar 26, 2025, 1:05 PM UTC
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.
Mar 26, 2025, 1:05 PM UTC
Mar 26, 2025, 1:05 PM UTC
Mar 26, 2025, 1:05 PM UTC
Mar 26, 2025, 1:05 PM UTC
The document is an amendment to the solicitation FA811825R0006 issued by the Department of the Air Force, specifically from AFSC PZABB. The primary purpose of this amendment is to extend the due date for proposal submissions from March 27, 2025, to April 28, 2025. All previously established terms and conditions of the solicitation remain in effect. Interested contractors must acknowledge receipt of this amendment through specified methods to ensure their offers are considered. The document includes contact details for the responsible buyer, Merry Curry, and emphasizes the importance of timely acknowledgment to avoid rejection of submissions. Overall, this amendment serves to facilitate the bidding process by extending the timeline for proposal submissions, thereby allowing contractors additional time to prepare their offers.
Mar 26, 2025, 1:05 PM UTC
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.
Mar 26, 2025, 1:05 PM UTC
Mar 26, 2025, 1:05 PM UTC
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.
Mar 26, 2025, 1:05 PM UTC
Dec 20, 2024, 6:07 PM UTC
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.
Mar 26, 2025, 1:05 PM UTC
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Remanufacture of B-1B Compressor Housing
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of B-1B Compressor Housing under a firm fixed-price contract. This procurement aims to ensure the availability of critical components necessary for the operational readiness of military aircraft, emphasizing the importance of quality and compliance with federal acquisition regulations. The total award amount for this contract is set at $78,776.78, with a bid submission deadline of June 10, 2025, at 3:00 PM. Interested small businesses, particularly those owned by veterans and women, are encouraged to participate, and inquiries can be directed to Mayona Presley at mayona.presley@us.af.mil or Amy Gil at amy.gil@us.af.mil.
Remanufacture of the B-1 Landing Gear Up-lock Assembly
Buyer not available
The Department of Defense, through the Air Force Sustainment Center at Tinker Air Force Base, is seeking contractors for the remanufacture of the B-1 Landing Gear Up-lock Assembly. The procurement involves providing all necessary labor, facilities, equipment, and materials to disassemble, clean, inspect, maintain, reassemble, test, and finish the assembly to a like-new condition, with a contract duration of three years and an option for an additional two years. This assembly is critical for the B-1 aircraft's landing gear operation, and the government anticipates issuing a solicitation around April 30, 2025, with responses due by September 30, 2025. Interested vendors must contact Amy Gil at amy.gil@us.af.mil or Dessie Breslin at dessie.breslin@us.af.mil for further details and must comply with qualification requirements to participate.
B-1B Surface Sensor Gearboxes
Buyer not available
The Department of Defense, specifically the Air Force Sustainment Center, is seeking proposals from small businesses for the remanufacturing of B-1B Surface Sensor Gearboxes. This procurement involves comprehensive remanufacturing processes, including disassembly, cleaning, inspection, maintenance, reassembly, testing, and finishing to restore the gearboxes to like-new condition. The contract will be structured as a firm fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) over a five-year period, with delivery requirements of 15 units every 60 days for two distinct gearbox models. Interested vendors must submit a Source Approval Request (SAR) package and can expect the solicitation to be issued around May 14, 2025. For further inquiries, vendors can contact Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil.
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.
REMANUFACTURE OF KC-135 CYLINDER ASSEMBLY, R
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the remanufacture of KC-135 Cylinder Assemblies under a five-year requirements type contract. This procurement aims to fulfill the remanufacturing needs for NSN: 1680-01-395-9994, ensuring compliance with technical orders and safety regulations while maintaining a robust parts control program. The contract, valued at $736,500, is set aside for small businesses and includes a three-year basic period with two optional two-year extensions. Interested contractors should reach out to Mayona Presley at mayona.presley@us.af.mil or Amy Gil at amy.gil@us.af.mil for further details and clarification on the solicitation process.
AIRCRAFT, B-1B LANCER; SPAR, AIRCRAFT
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of aircraft components specifically for the B-1B Lancer, including the spar and associated coil and housing assemblies. The contract will involve the delivery of 114 units of the specified items, with a production timeline of 720 days, and is classified under NAICS code 336413 for Other Aircraft Parts and Auxiliary Equipment Manufacturing. This procurement is categorized as unrestricted and will not utilize the policies of Part 15, Contracting by Negotiation, with evaluations based on price, past performance, and other factors. Interested vendors should submit their proposals to Jenier Mitchell at jenier.mitchell@dla.mil, with the solicitation expected to be issued around April 17, 2025.
Remanufacture of KC-135 Flutter Dampener 1650008983516FL
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of KC-135 Flutter Dampeners under a total small business set-aside contract. The procurement aims to ensure the quality and reliability of critical military equipment, with contractors required to adhere to stringent operational procedures, quality assurance measures, and supply chain risk management protocols as outlined in the Statement of Work (SOW). This contract spans a five-year period, including a three-year basic requirement and a two-year option, with proposals due by May 19, 2025. 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.
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.
FD20302500815 - Spare Buy of the B-1 Electrical Solenoid - NSN: 5945-01-204-3507TP
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of spare electrical solenoids for the B-1 aircraft, identified by NSN: 5945-01-204-3507TP. This opportunity involves acquiring between 14 to 41 units of electrical solenoids, with a focus on compliance with stringent safety and quality standards, as well as adherence to federal procurement regulations. The goods are critical for maintaining the operational readiness of the B-1 aircraft, underscoring their importance in military logistics and operations. Interested vendors should contact Kacie Cram at kacie.cram@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further details, and must ensure compliance with packaging and transportation requirements as outlined in the associated documents. The solicitation is open for competitive bidding, with a firm pricing commitment required for 120 days.
B-2 Landing Gear Valve, Regulation, FL
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of elastomer pads used in the B-2 landing gear valve regulation, with the solicitation number FA8203-25-Q-0003. This opportunity is set aside for small businesses and requires compliance with stringent technical and pricing criteria, including a Lowest Price Technically Acceptable (LPTA) evaluation approach. The elastomer pads are critical components for ensuring the operational integrity of military aircraft, emphasizing the importance of quality and adherence to military standards in their production. Interested contractors must submit their proposals by April 28, 2025, and can direct inquiries to Justin Mckinley at Justin.mckinley.2@us.af.mil or Nathan Hirschi at nathan.hirschi@us.af.mil for further information.