F-5 Aftermarket Parts
ID: FA822025RB006Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8220 AFLCMC WLDKAAHILL AFB, UT, 84056-5820, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS (J015)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of unclassified aftermarket parts for the F-5 E/F aircraft, with a focus on supporting Foreign Military Sales (FMS) initiatives. The procurement aims to acquire spare parts from existing stock, ensuring compliance with specified condition codes and rigorous quality assurance processes, including inspection and traceability documentation. These parts are critical for maintaining operational readiness and supporting international defense collaborations. Interested vendors must submit their proposals through the PIEE Solicitation Module by the extended deadline of May 30, 2025, at 1400 MDT, and can direct inquiries to Danielle Stiff at danielle.stiff.1@us.af.mil or by phone at 1-801-777-8416.

    Point(s) of Contact
    Files
    Title
    Posted
    The document pertains to the procurement requirements for unclassified F-5 aftermarket spare parts by the government. It outlines several key factors necessary for evaluating proposals, categorized under different subfactors and quality requirements. The primary elements include part condition codes, inspection methods, traceability documentation, and processes for reporting supply discrepancies, all aimed at ensuring consistent quality and compliance. Furthermore, foreign military sales are addressed, indicating the importance of these parts in international defense collaborations. The document serves as a guide for potential vendors detailing the necessary qualifications and documentation needed to secure federal contracts related to these spare parts, aligning with established government procurement standards.
    The DD Form 1423-1 outlines the Contract Data Requirements List (CDRL) for reporting various data items in government contracts, specifically for the Department of Defense (DoD). It provides instructions on filling out the form, which includes key identifiers such as contract numbers, contractor details, and data item descriptions. The primary purpose is to establish a structured framework for the submission of important data related to government acquisitions, ensuring compliance with contractual obligations. The document details the necessary components for data submission, including timelines for first and subsequent submissions, distribution requirements, and evaluation processes. It categorizes data items into different groups based on their necessity and outlines the associated pricing considerations. Moreover, it underscores the importance of timely submission, requiring reports for every shipment within two working days. Through detailed guidelines, the form aims to streamline data management and ensure transparency and accountability within government contracts. Its effective completion is essential for successful contract performance and adherence to federal regulations.
    The DD Form 1423-1 is designed to facilitate the submission of data requirements for Department of Defense (DoD) contracts. It outlines the specifics of the Contract Data Requirements List (CDRL), specifying various categories for data, including Technical Data Packages (TDP) and Technical Manuals (TM). The form captures essential details such as the contractor's information, required data item titles and descriptions, submission frequencies, and approval signatures. The document mandates that contractors provide ad-hoc meeting minutes within seven working days post-meeting. Distribution of these minutes is limited to DoD personnel and authorized contractors, ensuring sensitive information is protected. Additionally, the form includes guidance for both government personnel and contractors on completing the fields accurately, emphasizing the importance of clarity in data submissions. Each data item is categorized into price groups based on its relevance and necessity to the contract's performance, helping in estimating costs associated with data preparation and delivery. This form underscores the compliance requirements for government contracts, contributing to streamlined communication and documentation practices within federal RFPs and grants processes.
    The document is an RFP for procuring unclassified F-5 spare parts under the Foreign Military Sales program, using a best value contracting approach. It outlines the program structure and objectives, general submission instructions, and specific proposal criteria across various volumes, including technical factors, pricing, and contract documentation. Key aspects include adherence to submission guidelines, proposal format, and strict compliance with technical requirements, such as clear proposals detailing methodologies for aftermarket parts, supply deficiency reporting, and quality assurance systems. The RFP emphasizes the importance of clarity, completeness, and a comprehensive understanding of the proposal requirements. There are specific instructions concerning the format, content, and delivery of proposals, including electronic submission guidelines and handling of proprietary information. Ultimately, the government preserves the right to accept or reject proposals based on evaluations of compliance and responsiveness, ensuring that all requirements are met for a successful award.
    The document outlines the evaluation factors for awarding contracts related to Unclassified F-5 Spare Parts under the Foreign Military Sales program. It emphasizes the procedures and criteria the government will utilize to select appropriate contractors based on federal acquisition regulations. Two main evaluation factors are identified: Technical Approach and Price. The Technical Approach factor includes assessments of the contractor's understanding of technical requirements, strengths, weaknesses, and risk management strategies. Key technical submissions are evaluated, including supplier reliability and quality control measures. The Price factor focuses on the reasonableness of pricing, ensuring it aligns with federal standards for cost analysis. Contractors must submit detailed budget proposals, which will be assessed for fairness and legitimacy. The government reserves the right to award multiple contracts, depending on the quality of proposals received. Discussions on submissions will occur, and any deficiencies identified during evaluation may affect awards. Overall, the document serves as a comprehensive guideline for both the government and prospective contractors to understand the funding opportunities and required qualifications in applying for contracts related to defense procurements.
    The document outlines the evaluation factors for awarding contracts related to Foreign Military Sales (FMS) of Unclassified F-5 Spare Parts. The selection process will follow competitive, best-value criteria, assessing both technical proposals and pricing in accordance with federal regulations. Multiple contracts may be awarded depending on proposal quality and funds availability. Key evaluation factors include Technical (with subfactors such as Aftermarket Parts, Supply Discrepancy Reporting Process, and Quality) and Price, where technical considerations are prioritized significantly over price. Proposals will receive ratings based on their quality, addressing strengths, weaknesses, and deficiencies, and will also be assessed for technical risks. Furthermore, price proposals will be evaluated for reasonableness and potential unbalanced pricing. No government-furnished property will be provided. This document is crucial for potential contractors, guiding their submissions for F-5 spare parts procurement within a structured evaluation framework aimed at determining the best value for the government.
    The Performance Work Statement (PWS) outlines the requirements for procuring unclassified spare parts for the F-5 aircraft to support Foreign Military Sales (FMS) customers. The contractor is expected to supply parts either from original manufacturers, distributors, or through aftermarket sources, ensuring that no new parts are manufactured. Rigorous quality controls are stipulated, including traceability documentation and a thorough visual inspection of parts before their acceptance by the U.S. Government Program Office (USG PO). Contractors must provide specific condition codes for parts, detailed inspection reports, and comply with packaging and shipping standards for international transport. Several appendices detail the quantities and specifications of required parts. The contract stipulates that nonconforming parts are subject to Supply Discrepancy Reports (SDRs) for resolution. Furthermore, environmental compliance and safety are emphasized throughout, with no travel or government-furnished materials expected. The PWS highlights the government's right to not make an award, reinforcing that all documentation, communications, and deliveries should adhere closely to stringent guidelines and established protocols. This document is critical in facilitating the procurement process while maintaining high standards for quality and compliance.
    The Performance Work Statement (PWS) outlines the requirements for procuring F-5 spare parts to support Foreign Military Sales (FMS) initiatives. The government seeks to acquire these parts from existing stock, emphasizing that the production of new parts is outside the scope of this effort. The contractor must ensure that all parts meet specified condition codes and provide rigorous inspection reports and documentation, including traceability information. The document details procurement procedures, including minimum order quantities and packaging requirements for international shipping, adhering to specified military standards. Furthermore, the contractor is responsible for compliance with environmental regulations and safety laws, with a strong focus on quality assurance processes. All activities, including potential discrepancies with parts, are to be managed following government protocols. The primary purpose of this document is to facilitate the orderly acquisition of reliable spare parts while maintaining strict compliance with regulatory and quality standards, ensuring the functionality and safety of defense operations. The PWS serves as a critical guide for contractors engaged in this procurement process, detailing obligations and contact points for successful contract execution.
    The Performance Work Statement (PWS) outlines the procurement requirements for unclassified F-5 spare parts in support of Foreign Military Sales (FMS). The document specifies that the contractor must source parts from previously manufactured stock and confirms the condition codes, traceability documentation, and a visual inspection report before delivery to the United States Government (USG). Key requirements include a defined list of condition codes for aftermarket parts, detailed traceability documentation from manufacturers, and mandatory in-person visual inspections to ensure part integrity. The contractor is also tasked with packaging, shipping, and delivering parts according to strict guidelines, ensuring traceability throughout the process. Nonconforming parts must follow established procedures and the contractor is obligated to cooperate with any discrepancies reported. Communication is facilitated through designated points of contact within the USG and the contractor, with provisions for required documentation and reporting timelines. Overall, the PWS establishes critical logistical and quality control measures necessary for maintaining military readiness through the acquisition of F-5 aircraft parts, reflecting the broader objectives of government RFPs and FMS-related procurements.
    The document outlines the proposal submission requirements for a federal solicitation regarding specific parts. It specifies that the U.S. Government (USG) seeks information detailed in Section L for proposals, which will be evaluated according to Section M. The USG determined that a single contract is preferable, with no known additional parts needed. Notably, technical data for the required parts is not available as part manufacturing is unauthorized. Offerors must include shipping costs to CAMILI FORWARDING INC in San Antonio, Texas, calculated based on best business practices. Additionally, offerors can attach supporting documentation for pricing parts with multiple condition codes. Flight manuals provided in the solicitation serve solely as informational references linked to applicable aircraft. Overall, the document establishes clear guidelines and expectations for vendors participating in the RFP process.
    The document outlines a federal solicitation for the procurement of F-5 aftermarket parts under a fixed-price arrangement, specifically targeting Foreign Military Sales (FMS) cases. It details the various supplies and services required, including windshield installation kits, regulators, and hydraulic tubes, along with their corresponding quantity and pricing structure. The bid submission process is specified, emphasizing the need for sealed offers by a designated deadline and adherence to federal acquisition regulations. The solicitation includes evaluation factors for award, necessary representations, and contract clauses that contractors must comply with during performance. Additionally, it addresses contract administration data, such as payment terms and invoicing requirements through the Wide Area Workflow (WAWF) system, reflecting compliance with both Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) guidelines. Overall, the document serves as a comprehensive guide for potential contractors interested in fulfilling government procurement needs within the defense sector.
    The document is a solicitation for the procurement of F-5 aftermarket parts under a Fixed Price requirement, issued by the U.S. Department of Defense. It outlines the details of the request for proposals (RFP), including the rating order and adherence to the Defense Priorities and Allocations System (DPAS). The RFP includes sections on supplies or services, prices, contract clauses, and specific requirements for product delivery and acceptance. Key items listed for procurement involve various aircraft components, including windshield installation kits, air pressure regulators, and hydraulic tubes, each identified by part reference numbers and corresponding national stock numbers (NSNs). The pricing arrangement for these items is firm fixed price, and the document emphasizes delivery schedules and contract administration data. It includes clauses pertaining to inspections, quality control, and payment processes, ensuring compliance with federal acquisition regulations. The solicitation serves to procure necessary parts for foreign military sales, indicating its strategic importance in maintaining defense capabilities. The aim is to invite qualified companies to submit their offers, facilitating efficient acquisition processes within U.S. military operations while ensuring regulatory adherence and timely delivery of high-quality products.
    The document outlines a federal solicitation for the procurement of aftermarket parts for the F-5 aircraft under a Foreign Military Sales (FMS) case, identified by contract number FA822025RB0060002. The contract is categorized as a Rated Order pursuant to the Defense Priorities and Allocations System (DPAS). It includes a detailed schedule specifying various line item numbers, corresponding parts, and their specifications. Key supplies include components like windshield installation kits, air pressure regulators, and hydraulic tubes, each with specific Part Numbers and National Stock Numbers (NSNs). The submission process involves sealed bids, with importance placed on compliance with all terms outlined in the solicitation. A range of sections covers essential information such as evaluation factors, instructions for bidders, contract clauses, and specifics on delivery and inspection. Additionally, the document emphasizes clauses related to pricing, payment methods, and certifications necessary for contractors. Overall, the solicitation exemplifies the government's structured approach to enhancing military capabilities through precise and regulated supply chains while ensuring adherence to legal and operational standards in defense procurement.
    The document outlines a federal solicitation for the procurement of F-5 aftermarket parts under a Rated Order as defined by the Defense Priorities and Allocations System. It specifies the contracting details, including the solicitation and contract numbers, contact information for inquiries, and a delivery schedule. The products to be supplied include various aircraft components and accessories, each categorized with unique identification numbers (P/N, NSN) and pricing arrangements (Firm Fixed Price). The file details requirements for offers, including compliance deadlines, amendment acknowledgments, and payment terms. It also outlines procurement conditions focusing on budgetary constraints and includes several sections on specifications, quality assurance, packaging, marking, and inspection protocols. Key clauses related to contract administration, payment procedures, and relevant FAR and DFARS clauses are referenced. The overall aim is to ensure efficient supply and service delivery in support of Foreign Military Sales initiatives, with an emphasis on adherence to government contracting standards and timely execution. This solicitation reflects the government's commitment to maintaining military readiness through the procurement of essential replacement parts.
    This document outlines a solicitation for the procurement of F-5 aftermarket parts under the Defense Priorities and Allocations System. The solicitation includes details on the contracting process, requirements for offers, and specific supplies such as installation kits, regulators, and aircraft panels needed for Foreign Military Sales (FMS) cases. Suppliers are instructed to submit sealed bids, adhering to various clauses and provisions related to federal contracting. The document contains sections detailing evaluation factors, instructions for offers, representations and certifications required from bidders, as well as packaging, marking, inspection, and acceptance criteria for the parts. It underscores the importance of compliance with federal regulations throughout the procurement process and specifies the responsibilities of both the contractor and the government entities involved. This solicitation demonstrates the government's process in acquiring necessary military parts while ensuring fair bidding and adherence to legal standards.
    This document is an amendment to a federal solicitation, specifically amending the proposal due date for offers related to Project FA822025RB006, issued by the AFLCMC WLDKAA at Hill AFB, Utah. It extends the submission deadline from March 31, 2025, at 2:00 PM local time to May 6, 2025, at 3:00 PM MDT. Additionally, it updates the North American Industry Classification System (NAICS) code to 336413 and adjusts the response due time and time zone to reflect Mountain Daylight Time. The amendment also instructs offerors to acknowledge receipt of the changes through specified methods to ensure compliance and prevent rejection of their offers. Overall, this amendment serves to correct key proposal details, ensuring that all parties are informed and aligned with the updated timeline and requirements for bidding on the government contract.
    This document is an amendment of a federal solicitation pertaining to the procurement of aftermarket parts for the F-5 aircraft. The amendment extends the deadline for offers and specifies methods for acknowledging receipt of the amendment, which include formal completion of provided forms or electronic communication referencing the solicitation number. Main modifications include correcting part numbers for specific components—Link, Connecting and Valve Ram Air—within the Performance Work Statement (PWS) and aligning these corrections with associated Contract Line Item Numbers (CLINs). New and revised attachments, particularly the updated F-5 Aftermarket Spare Parts PWS V2, are noted for improved access and completeness amidst electronic submissions. This amendment aims to ensure accurate procurement details and reflects ongoing compliance with federal contracting standards, highlighting transparency and accountability in the acquisition process.
    This document is an amendment to a government solicitation related to the procurement of F-5 Aftermarket Parts, specifically altering details associated with the Windshield Panel, Aircraft. The amendment, designated as amendment number 0003, modifies key elements such as the part number from 14-13002-1 to 14-13000-13 and updates related sections L and M of the solicitation for clarity. It also includes the addition of Frequently Asked Questions (FAQs) accessible via the SAM.gov link for all offerors and extends the proposal submission deadline to May 16, 2025, at 1400 MDT. Along with adjustments to specific line items, the document highlights the necessity for contractors to acknowledge receipt of the amendment to ensure that their proposals are accepted. This comprehensive revision underscores the continuation of original terms while addressing specific administrative changes and clarifications, thereby facilitating a smoother procurement process. Overall, it reflects the government's iterative approach to refining solicitations to align with updated requirements and contractor capabilities.
    This government document serves as an amendment to a solicitation, specifically addressing the extension of the proposal due date and the inclusion of an additional attachment. The amendment acknowledges the receipt requirements for offers and offers guidelines for submitting acknowledgments either through standard forms or electronic communication. Key changes include a new proposal due date of May 30, 2025, at 1400 MDT, revised from the original date of May 16, 2025, and the introduction of Attachment L-1, the Cross Reference Matrix. The document reiterates that all other terms and conditions remain unchanged, emphasizing clarity in submissions and encouraging contractors to communicate any modifications to their offers. The purpose of this amendment is to ensure all interested parties are informed of the updated timelines and requirements, reflecting a structured and transparent process in government contracting. The amendment highlights the importance of compliance with solicitation procedures to avoid rejection of offers.
    Lifecycle
    Title
    Type
    F-5 Aftermarket Parts
    Currently viewing
    Solicitation
    Similar Opportunities
    F-15 SMDC Initiators
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of F-15 SMDC initiators, which are critical components for aircraft egress systems. The solicitation, identified as FA8213-26-R-3002, requires qualified sources to submit a qualification package, with evaluation based on the lowest technically acceptable price. This procurement is vital for ensuring the operational readiness and safety of military personnel, as these initiators play a crucial role in emergency egress systems. Interested parties must submit their proposals by January 2, 2026, and can direct inquiries to Abbigail Clawson at abbigail.clawson@us.af.mil or Cole Sposato at cole.sposato.1@us.af.mil.
    FD2030-25-01565
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking suppliers for specific airframe structural components under the contract titled FD2030-25-01565. The procurement involves two National Stock Numbers (NSNs): 1560-01-522-0552FG and 1560-01-522-1614FG, with associated top drawings and revisions dated April 11, 2025, and February 21, 2023, respectively. These components are critical for the maintenance and operation of military aircraft, ensuring their reliability and performance. Interested vendors should refer to the solicitation information for further details and contact Ronald S. Ladd for inquiries once the solicitation is approved and available for quotes.
    F-16 MMC Mounting Base, Electric, 8EA FMS
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting bids for the procurement of eight F-16 MMC Mounting Base, Electric units under solicitation FA8212-25-Q-0017. This procurement is part of Foreign Military Sales (FMS) to Bulgaria and Taiwan, requiring compliance with specific quality standards, including AS9100 and Cybersecurity Maturity Model Certification (CMMC) Level II. The mounting bases are critical components for the F-16CG aircraft, with a delivery deadline set for December 31, 2028. Interested contractors must submit their quotations by January 6, 2026, and can reach out to Leslie Evans at leslie.evans.1@us.af.mil or Brandon Moses at Brandon.moses.1@us.af.mil for further inquiries.
    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.
    ACT/Lockheed spare aircraft parts
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking suppliers for spare aircraft parts under a presolicitation notice. This procurement involves items for which the government lacks complete unrestricted technical data, and it will be conducted as a fixed-price, long-term indefinite quantity contract with a one-year base period and four one-year options. The selected suppliers will be responsible for providing critical components necessary for military aircraft operations, with the solicitation set to be released on November 13, 2025. Interested parties are encouraged to express their interest and capabilities to the contracting officer, Brandy Warner, at brandy.warner@dla.mil, within 15 days of this notice.
    LAU PAGS FIELD REPA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of parts for AV-8B and F402 aircrafts, specifically NSN: 1620-00-890-3202, under the presolicitation titled "LAU PAGS FIELD REPA." The contract will be an Indefinite Quantity Contract with an estimated annual quantity of 80 units over a term of 60 months, requiring delivery within 560 days after receipt of order. This procurement is critical for maintaining aircraft operational readiness, and it is classified as unrestricted, allowing all responsible sources to submit offers. Interested parties should prepare their proposals in accordance with the solicitation, which will be available on the DLA Internet Bid Board System (DIBBS) around December 8, 2025. For further inquiries, contact Renee Griffin at renee.griffin@dla.mil or (445) 737-2040.
    F108 Stage 1 Fan Blade Repair 005-010 (please respond by 24 February 2025 at 4:00 PM CST)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the finishing repairs of the F-108/CFM 56-2A/B Stage 1 Fan Blade, with a focus on parts associated with NSN 2840-01-196-6053PN. The procurement will be executed through a Firm-Fixed-Price Blanket Purchase Agreement, and interested parties are encouraged to demonstrate their capabilities, experience, and qualifications related to the repair process by submitting documentation by February 24, 2025. This opportunity is critical for maintaining the operational readiness of aerospace components, and potential contractors must comply with established technical and quality assurance standards as outlined in the associated Repair Data List and Repair Qualification Requirements. For further inquiries, interested businesses can contact Jaqueline Hughes at jaqueline.hughes@us.af.mil or Bridgette Miles at bridgette.miles@us.af.mil.
    Support, Fan Componet
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of four support fan components, identified by NSN: 2840-01-317-8321NZ and P/N: 4059690, under the presolicitation notice SPRTA1-Q-2094. These components are classified as critical safety items, which require first articles and qualification requirements, with a requested delivery date on or before March 4, 2027. This procurement is significant for maintaining the operational integrity of aircraft engines and is not set aside for small businesses, as it is export-controlled; the approved source for these parts is Raytheon Technologies. Interested parties should note that the RFP will be issued on February 12, 2025, with a closing date of March 14, 2025, and can contact David Todd Isaac at david.isaac.4@us.af.mil or by phone at 405-855-3000 for further information.
    Request for Proposal Amendment 3: F-15E Control Panel Assembly; NSN: 1290-01-395-2696FX
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the F-15E Control Panel Assembly, identified by NSN 1290-01-395-2696FX, with the procurement managed by DLA Aviation at Warner Robins, Georgia. This opportunity has been amended to extend the proposal submission deadline from November 4, 2025, to December 17, 2025, requiring all offers to acknowledge receipt of this amendment to avoid rejection. The F-15E Control Panel Assembly is critical for the operational capabilities of the F-15E aircraft, underscoring its importance in military aviation. Interested parties should direct inquiries to Vanessa Moes or Victor Henderson via their respective emails, and ensure compliance with the amendment requirements by the new deadline.
    F-100 Tube Assembly, Metal
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of F-100 Tube Assembly, Metal, designated as a Critical Safety Item. The requirement includes a total of 12 units, with an estimated Request for Proposal (RFP) issue date of September 5, 2025, and a close date of October 6, 2025, for delivery by December 31, 2026. This assembly is crucial for aircraft engine operations, and the government intends to negotiate with a limited number of sources, primarily RTX Corporation, due to the specialized nature of the item. Interested parties should direct inquiries to Jeremy Bryant at jeremy.bryant@us.af.mil or call 405-855-7112, and all proposals submitted within 45 days will be considered.