Universal Fuel Accessories Test Stand (UFATS)
ID: FA812525Q0037Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8125 AFSC PZIMATINKER AFB, OK, 73145-3303, USA

NAICS

Relay and Industrial Control Manufacturing (335314)

PSC

AIRCRAFT MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT (4920)

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 acquisition of a Universal Fuel Accessories Test Stand (UFATS) to be installed at Tinker Air Force Base in Oklahoma. The UFATS must be a new and unused system designed using advanced technology, capable of validating various aerospace components while adhering to stringent specifications outlined in the Statement of Work (SOW). This procurement is critical for ensuring the operational readiness and maintenance of aircraft systems, emphasizing compliance with military standards and safety protocols. Interested contractors, particularly small businesses, must submit their proposals by April 21, 2025, at 1 PM CST, and can direct inquiries to Tran Tran at Tran.Tran.1@us.af.mil for further information regarding the solicitation and associated requirements.

    Point(s) of Contact
    Tran Tran, PCO
    Tran.Tran.1@us.af.mil
    Files
    Title
    Posted
    The document outlines the Statement of Work (SOW) for the acquisition and installation of a Universal Fuel Accessories Test Stand (UFATS) at Tinker Air Force Base, emphasizing compliance with stringent government and industry standards. The SOW requires the contractor to deliver a fully operational test stand capable of validating various aerospace components, such as actuators and fuel nozzles, while adhering to specified dimensions and safety protocols. Key elements include stringent requirements for construction materials, adherence to environmental protections, and detailed testing and calibration procedures. The contractor is obligated to provide training, maintain detailed documentation, and ensure effective maintenance access for all parts. The project involves collaboration with government personnel throughout the design process, with comprehensive acceptance tests and reporting requirements after installation. Overall, the SOW seeks to ensure that the UFATS meets operational demands within a hazardous environment while prioritizing safety, efficiency, and compliance with all relevant regulations and standards set forth by the government.
    The document is a Non-Disclosure Agreement (NDA) associated with Tinker Air Force Base, allowing individuals affiliated with a contractor to access Controlled Unclassified Information (CUI). The NDA outlines the responsibilities and obligations of the signer regarding the handling, safeguarding, and dissemination of CUI, as defined by federal regulations. Key sections cover non-disclosure commitments, the scope of accessed information, training on CUI protection, security controls, reporting unauthorized disclosures, and the consequences of breaching the agreement. It emphasizes the long-term nature of the obligations, stating that they persist even after access has ended, unless formally released. The NDA also clarifies that it complements existing agreements and does not alter the rights concerning classified information and whistleblower protections. This agreement is essential within the context of government contracts, ensuring that sensitive information remains protected while enabling contractors to fulfill their roles effectively.
    The document is a set of questions and answers pertaining to Request for Proposal FA8125-25-Q-0037 for the Universal Fuel Accessories Test Stand (UFATS) issued by the Department of the Air Force. It clarifies inquiries about specific documents related to testing components, required tests for various coolers, and the scope of the factory acceptance test (FAC). Key issues include confirmation of listed components, testing parameters for heat exchangers, and guidelines for the materials used in constructing the UFATS. The responses emphasize the need to adhere to technical specifications and address logistical constraints regarding the availability of components for testing. The document reveals potential discrepancies in assembly references and test requirements while underscoring the need for a careful balance of technical compliance and operational readiness. Overall, it reassures bidders that while certain items cannot be provided for pre-shipment verification, the original intent of the solicitation remains unchanged.
    The Department of the Air Force is addressing inquiries relevant to the Universal Fuel Accessories Test Stand (UFATS) solicitation. Notable topics include the availability of specific technical documents, the inclusion or exclusion of components, testing requirements for coolers with reference to military specifications, and the limitations on available components for factory acceptance testing. The responses clarify that some components are crucial for testing and must adhere to established protocols, while the government retains control over certain equipment necessary for aircraft operations. Additionally, concerns regarding the construction specifications of UFATS compared to existing systems and the electrical service distance for interconnection are discussed. The document emphasizes the importance of ensuring that new designs utilize materials that are equivalent or superior to the current system while clarifying logistical parameters essential for contractor pricing and project execution. Overall, this document serves to clarify specifications and expectations for contractors involved in the UFATS project, ensuring compliance and efficient project execution within the government framework.
    The document addresses a series of questions and answers related to the procurement of a Universal Fuel Accessories Test Stand (UFATS) by the Department of the Air Force at Tinker Air Force Base. Key topics include the availability and accuracy of technical documents, the necessity of specific components in the solicitation, and testing procedures for various coolers with respect to military specifications. The need for documentation regarding existing test equipment to ensure superior construction quality is highlighted, alongside concerns about utilities and insulation resistance testing. Additionally, the document clarifies requirements for safety features, such as door switches and remote switchgear for fire emergencies. Addressing contractor inquiries, the responses detail both the operational limits of the testing equipment and constraints on parts availability without impacting aircraft supply chains. The main objective is to outline the project specifications and provide necessary clarifications to facilitate the test stand's development according to the outlined Statement of Work (SOW). This engagement illustrates the government's systematic approach to procurement, ensuring compliance with military standards while accommodating contractor queries.
    The Department of the Air Force is seeking information related to the Universal Fuel Accessories Test Stand (UFATS) through a series of Q&As in response to RFQ FA8125-25-Q-0037. Key questions address document availability, specifications for components and tests, and construction standards. Clarifications confirm that the F16 cooler component is included with an updated TO number and specify testing requirements using MIL-PRF-7024 fuel. Concerns raised about factory acceptance (FAC) indicate limitations on additional components being sent for testing due to supply chain needs. The document emphasizes that the design of the new UFATS must use materials that are equivalent or superior to existing systems, without replicating the old design. Further inquiries cover utilities interconnections, insulation testing responsibilities, fire safety features, and electrical supply logistics, stipulating contractor obligations for components and connections. The document serves as a comprehensive guide for contractors, underscoring the importance of adhering to specified requirements while accommodating existing technologies and logistical constraints in the procurement process of military testing equipment.
    The document outlines a solicitation for the Universal Fuel Accessories Test Stand (UFATS) as part of the Women-Owned Small Business (WOSB) program. It details the requisition process, including key dates, point of contact information, and submission requirements. The contract specifies various deliverables, including design plans, reviews, installation, calibration, and acceptance testing, all priced on a firm-fixed-price basis. Delivery to Tinker Air Force Base is mandated, and special instructions regarding delivery logistics and security compliance are provided. Key clauses from the Federal Acquisition Regulation (FAR) are included, emphasizing the obligations related to payments, reporting, and small business regulations. Collectively, this document is a comprehensive guide for prospective contractors on the requirements and expectations for fulfilling this government RFP, aimed at involving and empowering women-owned businesses in the procurement process.
    The document serves as an amendment to a previously issued government solicitation, introducing significant updates and modifications to the solicitation’s terms and clauses. Key changes include the removal of multiple clauses related to compliance and certification processes, while several others are modified to reflect new requirements and ensure legal compliance. Notably, the solicitation closing date remains unchanged, maintaining a deadline of March 24, 2025, at 2:00 PM CST. The amendment also includes the addition of new Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses focusing on areas such as contract assurance, subcontracting regulations, and payment by electronic funds. Moreover, it emphasizes the obligations surrounding representation and certifications from contractors, ensuring that they meet updated standards regarding labor, contractor ethics, and economic qualifications for small businesses. Overall, this amendment signifies the government's ongoing efforts to refine procurement processes and enhance compliance with evolving regulations, ensuring contractors understand their responsibilities and guidelines in submitting offers.
    This document serves as an amendment to a solicitation, extending the deadline for bids on a federal contract. The offer submission deadline has been pushed from March 24, 2025, to April 7, 2025, at 1:00 PM CST. Contractors are required to acknowledge receipt of this amendment through specified methods, which include returning copies of the amendment or confirming acknowledgment with their offer submissions. The document outlines procedures for contractors wishing to modify their existing offers, requiring references to the solicitation number. While administrative changes may be reflected, the overall terms and conditions remain unchanged. Additional details concerning project and contracting officer information are recorded, along with the necessary signatures to validate the amendment. This document is crucial for maintaining clarity and compliance in the federal procurement process, ensuring that all potential contractors are extended the opportunity to compete fairly for the contract.
    The document serves as an amendment to a solicitation, extending the offer receipt deadline for a government contract while detailing the acknowledgement process for this change. It specifies that offers must confirm receipt of the amendment by various means before the new deadline of April 21, 2025. The amendment also modifies accounting data and reflects administrative changes in the contract, including the incorporation of Q&As. The document indicates that the North American Industry Classification System (NAICS) code has been assigned as 335314. Additionally, it includes standard identifiers for the solicitation and clarifies that the terms of the original solicitation remain unchanged except where specifically indicated. The overall purpose of this amendment is to ensure all potential contractors are informed of the updates and can adjust their offers accordingly, highlighting the importance of clear communication in government procurement processes.
    The document outlines an amendment to a federal solicitation for a contract modification, specifically extending the time for offer submissions and detailing acknowledgment requirements for the amendment. Contractors must confirm receipt of the amendment by specified methods to avoid rejection of their offers. It provides avenues for those wishing to modify already submitted offers through written communication, ensuring references to the solicitation and amendment numbers are included. Additionally, it addresses administrative changes to contracts/orders and confirms that despite modifications, all existing terms and conditions remain unchanged. There are defined sections for the signature of contractors and contracting officers, ensuring accountability and recordkeeping. The summary of changes highlights updates to the attachments included in the solicitation, specifically noting an updated list of questions and answers (Q&As) while clearly stating that the closing date/time for the solicitation remains the same. This document serves as a crucial communication tool within the context of federal procurement, ensuring transparency and procedural compliance for interested contractors.
    The document is an amendment notification pertaining to a federal solicitation, specifically modifying the terms outlined in the existing contract or solicitation as referenced. It extends the deadline for submitting offers and requires acknowledgment of the amendment in prescribed ways to avoid rejection. The amendment modifies the existing contract/order while all other terms remain unchanged. Key updates include the incorporation of revised questions and answers, with the removal of outdated attachments. The amendment highlights the importance of communication regarding changes and specifies the responsibilities of both contractors and contracting officers in the acknowledgment process. Overall, it underscores the procedural requirements for federal proposals, ensuring clarity and compliance as contracts evolve.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Common Armament Tester for Fighter (CAT-F)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Common Armament Tester for Fighter (CAT-F) program, aimed at developing, manufacturing, and sustaining armament testers for F-16, F-15, and A-10 aircraft. This procurement involves creating a versatile armament tester capable of performing essential maintenance tasks, including Preload, Clean Wing, and Fault Isolation Requirements at both O-Level and I-Level Maintenance. The selected contractors will be responsible for delivering prototypes and subsequent production units, with a total maximum contract value estimated at $420,430,000.00, and the contract period includes a one-year basic term with four one-year options. Interested parties should direct inquiries to Oya Harrison at oya.harrison.1@us.af.mil or Alexis Davis at alexis.davis.13@us.af.mil, noting that the proposal due date is currently indefinite due to a protest, with updates to be provided in forthcoming amendments.
    Common Armament Tester for Fighter (CAT-F)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is preparing to issue a Request for Proposal (RFP) for the Common Armament Tester for Fighters (CAT-F) project, aimed at designing, developing, manufacturing, and sustaining testing equipment for the F-16, F-15, and A-10 aircraft platforms. This procurement is critical for ensuring effective maintenance capabilities, as the CAT-F will be used to test Preload, Clean Wing, and Fault Isolation Requirements at both Organizational (O-Level) and Intermediate (I-Level) Maintenance levels. The acquisition will follow a Full and Open Competitive Acquisition process, with an anticipated RFP issue date in the third quarter of FY25 and a response deadline of 45 days thereafter. Interested parties can direct inquiries to Oya Harrison at oya.harrison.1@us.af.mil or Alexis Davis at alexis.davis.13@us.af.mil, with the project expected to include a mix of pricing arrangements and a delivery schedule for prototypes beginning 12 months after order placement.
    KC-46 Pneumatic Starter
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the KC-46 Pneumatic Starter project, which involves updates to existing Air Turbine Starter (ATS) test stands at Hill Air Force Base in Utah. The procurement aims to engage an Original Equipment Manufacturer (OEM) to develop and integrate new software and hardware necessary for testing the KC-46 ATS, including the creation of test templates and installation of required hardware. This initiative is crucial for ensuring the operational readiness and compatibility of the KC-46 aircraft's pneumatic starter systems. Interested parties, particularly Women-Owned Small Businesses, should refer to solicitation FA822826Q0004 and contact Hayden Thurston at hayden.thurston@us.afmil or Costadena Bournakis at costadena.bournakis@us.af.mil for further details, with a performance period set from January 5, 2026, to January 5, 2027.
    Remanufacture of F110 Transducer
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting market research through a Sources Sought Synopsis (SSS) to identify potential sources for the remanufacture of the F110 Transducer (P/N: 8524-0102, NSN: 6695-01-363-3031) at Tinker Air Force Base in Oklahoma. The procurement requires contractors to provide all necessary labor, materials, facilities, and equipment for the repair, testing, preservation, and packaging of the transducer, ensuring it is returned to the government in like-new condition. This effort is crucial for maintaining operational readiness and support for aircraft systems, and the government is open to all business types, including small business classifications, to foster competition. Interested parties must submit a Source Approval Request (SAR) package, including company details and business size classification, to the designated contacts by the specified deadline, as no contract will be awarded based on this market research.
    FUEL CONTROL,MAIN,T
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the procurement of a FUEL CONTROL, MAIN, T (NSN: 2910-01-329-3239 YP), specifically designed for use in military applications. The contract, which is a firm-fixed-price for one unit, requires compliance with various military standards, including AS9100 quality standards and military packaging regulations, ensuring that the product meets stringent safety and operational requirements. This procurement is critical for supporting Foreign Military Sales (FMS) and maintaining the operational readiness of defense systems. Interested parties must submit their quotations by January 5, 2026, and can contact Michelle L Parker at mcihelle.parker.2@us.af.mil or 385-519-8190 for further information.
    NSN2915-01-206-0654NZ_ControllerFuelPum_F100_PN4080022_FD2030-22-01876-02
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is conducting market research for the manufacture of the CONTROLLER, FUEL PUMP (NSN: 2915-01-206-0654NZ, P/N: 4080022) with an estimated requirement of 1,500 units. This Sources Sought Synopsis aims to identify potential sources, including small businesses, and to determine the best acquisition strategy for this critical component used in military aircraft operations. Interested parties must be capable of providing all necessary labor, materials, and logistics support, and are required to submit a Source Approval Request (SAR) package by December 17, 2025, to the 430th Supply Chain Management Squadron. For further inquiries, interested vendors can contact the primary contact at 430scms.afmc.rfiresponses@us.af.mil or the secondary contact, Terri Swain Wooten, at terri.swain-wooten@us.af.mil.
    FD2030-26-00453
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency Aviation in Oklahoma City, is seeking suppliers for a fuel tank for aircraft, identified by NSN 1560-01-522-0552FG. The procurement involves the provision of a specific item, the fuel tank, which is critical for aircraft operations and maintenance, as outlined in the top drawing 520-12991-4 with an EDL revision date of April 11, 2025. This opportunity underscores the importance of reliable aircraft components in ensuring operational readiness and safety. Interested vendors should refer to the solicitation information for further details and contact the designated personnel once the solicitation is approved for quotes.
    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.
    Acuator, Mechanical
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency at DLA Aviation in Oklahoma City, is seeking proposals for the acquisition of mechanical actuators, specifically identified by NSN 3040-01-478-8903NZ and part number 4086388. The procurement requires a total of seven units, with a minimum order of two and a maximum of eleven, emphasizing the critical safety nature of these items and the necessity for compliance with safety and quality standards. This procurement is vital for ensuring the availability of necessary mechanical actuators for federal operations, with an estimated RFP issue date of December 20, 2024, and a projected close date of January 23, 2024. Interested parties can contact David Todd Isaac at david.isaac.4@us.af.mil or by phone at 405-855-3000 for further details.
    F-16 Installation Tool Kit, B
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the F-16 Installation Tool Kit, designated under solicitation FA8203-25-Q-0008. This procurement involves the supply of specific installation tools required for the F-16 aircraft, particularly under two foreign military sales cases, with an emphasis on an "All or None" award approach based on the lowest total evaluated price. The tools are critical for maintaining and servicing the F-16 aircraft, ensuring operational readiness and safety. Proposals are due by January 9, 2026, at 4:30 PM MST, and interested contractors should direct inquiries to Sara Tibbetts at sara.tibbetts@us.af.mil or Nathan Hirschi at nathan.hirschi@us.af.mil for further details.