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, 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
    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 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.
    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
    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.
    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.
    Remanufacture of B-1B Electro-Mechanical Actuator.
    Dept Of Defense
    The Department of Defense, through the United States Air Force, is seeking contractors for the remanufacture of B-1B Electro-Mechanical Actuators, which are critical components for aircraft yaw trim functionality. The procurement involves a firm-fixed-price, 5-year requirements contract that includes a 3-year basic period and a 2-year option, with an estimated annual requirement of 12 units. This initiative is vital for maintaining the operational readiness and safety of the B-1B aircraft fleet. Interested parties should note that the solicitation is expected to be released around December 31, 2025, and must direct inquiries to Jessica Vinyard or M. Ryan Churchwell via the provided email addresses. Offerors are required to comply with qualification requirements and submit a DD Form 2345 for technical data access.
    PRESSURE BELLOWS / 04F, B-52 STRATOFORTRESS AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for an indefinite quantity contract (IQC) for pressure bellows used in the B-52 Stratofortress aircraft. The procurement involves an estimated annual quantity of 80 units of the pressure bellows, specifically manufactured by Transdigm Inc. under part number 114535, with a delivery timeline of 235 days after the date of order. This contract is crucial for maintaining the operational readiness of the B-52 aircraft, which plays a significant role in national defense. Interested vendors can access the solicitation on the DLA Internet Bid Board System (DIBBS) around November 18, 2025, and should direct inquiries to Gladys Brown at gladys.brown@dla.mil or call 445-737-4113 for further information.
    Manufacture of Trailing Edge for the B-1 Aircraft.
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the manufacture of the trailing edge for the B-1 aircraft. This opportunity is a total small business set-aside, allowing eligible small businesses to compete for the contract, which is categorized under the NAICS code 336413 for Other Aircraft Parts and Auxiliary Equipment Manufacturing. The solicitation has been amended to extend the proposal submission deadline to September 5, 2025, providing additional time for interested contractors to prepare their offers. For further inquiries, potential bidders can contact Dana Craun at dana.craun@us.af.mil or by phone at 405-426-9405.
    BULKHEAD, AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of bulkheads for B-52 aircraft, specifically under the National Stock Number (NSN) 1560-01-192-5395. This opportunity is a total small business set-aside, aimed at acquiring 200 units over a six-month contract term, with a delivery schedule of 350 days after receipt of order. The bulkheads are critical components for aircraft structure, emphasizing the importance of quality and compliance with export control regulations. Interested vendors must submit their proposals by the solicitation issue date, expected around December 5, 2025, and can contact Renee Griffin at renee.griffin@dla.mil or 445-737-2040 for further information.
    LONGERON | 04F | B-52
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking qualified contractors for an indefinite quantity contract (IQC) for the procurement of LONGERON components for the B-52 aircraft. This contract is set aside for small businesses and will cover a base period of five years, with an estimated annual quantity of 40 units, requiring delivery within 250 days after receipt of order. The LONGERON components are critical airframe structural components, and the procurement necessitates contractors to be certified by the Department of Defense to access unclassified data. Interested parties should contact Ryan Loeffelholz at ryan.loeffelholz@dla.mil or call 804-279-1452, with the solicitation expected to be available on or about December 18, 2025, via the DLA Internet Bid Board System (DIBBS).
    B-1B Retaining Ring (NSN: 5325016543362)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of 84 wire retaining rings (NSN: 5325-01-654-3362) for the B-1B aircraft, with delivery required to Hill Air Force Base, Utah, within 337 days after receipt of order. This solicitation is a combined synopsis/solicitation issued as a request for quotation (RFQ), and the government intends to award a contract to Parker Meggitt Aircraft Landing Systems Corporation, the sole source for the necessary manufacturing data; however, other responsible sources may submit capability statements for consideration. Interested vendors must provide a completed offer including their active CAGE code, pricing, and delivery timelines by January 15, 2026, and can direct inquiries to Jayson Skow at jayson.skow@us.af.mil.
    BELLOWS ASSEMBLY, FI
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of Bellows Assembly for C-5 Aircraft, identified by NSN: 1680-01-192-2609. The contract will be an Indefinite Quantity Contract with a term of 60 months, requiring delivery within 400 days after receipt of order, and is classified under NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. This procurement is critical as it supports the operational readiness of military aircraft, and the estimated annual quantity for the base period is 80 units. Interested vendors must submit a written proposal and complete a copy of the solicitation, which will be available on the DLA Internet Bid Board System (DIBBS) around December 8, 2025. For further inquiries, potential offerors can contact Renee Griffin at renee.griffin@dla.mil or by phone at (445) 737-2040.
    B-1B COVER ACCESS AIRCRAFT, NSN: 1560-01-164-5921EK; PN: L2500049-011
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of B-1B cover access aircraft components, specifically identified by NSN: 1560-01-164-5921EK and PN: L2500049-011. This solicitation allows for varied offer quantities, encouraging contractors to provide pricing for different ranges, while emphasizing the necessity for all offerors to possess "EXPORT CONTROLLED" certification to access the Technical Data Package (TDP) and comply with stringent quality standards, including ISO 9001 and AS9100. The procurement is crucial for maintaining the operational readiness of aerospace assets, ensuring that high-quality parts are available for military aircraft. Interested parties must submit their proposals by January 7, 2026, at 3:00 PM, and can direct inquiries to Genevee Suba at genevee.suba@us.af.mil.