Remanufacturing of T-38 Defog Flow Control and T-38 Cabin Temperature Control Valve
ID: FD20302500503Type: Presolicitation
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

AIRCRAFT AIR CONDITIONING, HEATING, AND PRESSURIZING EQUIPMENT (1660)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 19, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 19, 2025, 12:00 AM UTC
  3. 3
    Due Apr 2, 2025, 7:00 PM UTC
Description

The Department of Defense, through the Air Force Sustainment Center, is seeking proposals for the remanufacturing of T-38 Defog Flow Control and Cabin Temperature Control Valves. The contractor will be responsible for providing all necessary labor, facilities, equipment, and materials to meet the specifications outlined in the Statement of Work, which includes disassembly, cleaning, inspection, and testing of the valves to ensure compliance with quality standards. These components are critical for regulating airflow to the cockpit, thereby enhancing safety and operational efficiency in T-38 aircraft. Interested small businesses must submit their qualifications and a Source Approval Request if not previously qualified, with the solicitation expected to be issued around April 8, 2025, and responses due by May 8, 2025. For further inquiries, potential bidders can contact Nonika Allen at nonika.allen.1@us.af.mil or Morgan McGarity at morgan.mcgarity@us.af.mil.

Point(s) of Contact
Files
Title
Posted
Mar 19, 2025, 4:09 PM UTC
Mar 19, 2025, 4:09 PM UTC
The Commercial Asset Visibility (CAV) Reporting document outlines data specifications for tracking government-owned reparable assets as they move through commercial repair facilities. The CAV application provides a web-based inventory management solution that allows contractors to report real-time transaction data, ensuring the CAV database is continually updated. The document outlines the required format and content for asset transactions, including various statuses such as receipt, induction, completion, and shipment. Additionally, it details numerous report types that need to be generated and maintained, including repair history reports and reports of discrepancies. The guidance provided in this Data Item Description is critical for ensuring accurate tracking and reporting of assets to enhance operational efficiency within the government’s asset management processes.
Mar 19, 2025, 4:09 PM UTC
The Contract Depot Maintenance (CDM) Monthly Production Report outlines the requirements for reporting maintenance production data related to depot-level contracts. It aims to provide the government with essential figures concerning asset status, accountability, performance against schedule, and forecasts for the following month, alongside unresolved issues. The report is structured in two main parts: Part I includes the identification of personnel and contract details, while Part II contains comprehensive production data, such as quantities of reparables received, processed, and shipped. Specific blocks detail various operational metrics, including quantities on hand, inducted, awaiting parts, produced, and condemned. A production summary is mandated in cases where discrepancies arise in expected shipments or if production issues are anticipated. Overall, this reporting system serves to enhance transparency, facilitate efficient contract management, and improve oversight of depot maintenance operations within government contracts.
Mar 19, 2025, 4:09 PM UTC
The Government Property (GP) Inventory Report outlines specifications for contractors to report on Government Furnished Property (GFP) and Contractor Acquired Property (CAP) in their possession. This report, designated as DI-MGMT-80441D, is required for all contracts involving GP and serves to assist the Department of Defense (DoD) in maintaining accurate records of property. The document specifies the format in which the report should be provided, indicating that it must be submitted in an electronic .xls or .xlsx format. The report must include specific column headers detailing information such as contract numbers, manufacturer details, asset location, quantity, and property classification. The key requirement is to ensure accurate tracking and inventory of both GFP and CAP, facilitating better management of government resources. This reporting requirement is essential within the context of government contracts, ensuring accountability and compliance with property management protocols. The document supersedes the previous version, DI-MGMT-80441C, reflecting updated reporting standards for contractors working with government property.
Mar 19, 2025, 4:09 PM UTC
Mar 19, 2025, 4:09 PM UTC
Mar 19, 2025, 4:09 PM UTC
Mar 19, 2025, 4:09 PM UTC
The Department of the Air Force is seeking proposals for the remanufacture of T-38 defog flow control and cabin temperature control valves (PR Number: FD2030-25-00503). The Statement of Work (SOW) outlines general responsibilities, quality management, reporting requirements, and safety protocols for contractors. Key tasks include disassembly, cleaning, inspection, replacement of consumable and defective parts, testing, and final quality acceptance by the Defense Contract Management Agency (DCMA). The SOW mandates a comprehensive quality program and inspection system to ensure conformity with specified requirements. A Pre-Award Survey will verify contractor capability and adherence to technical standards. Additionally, the contractor must develop a Supply Chain Risk Management (SCRM) plan to address potential risks in sourcing materials, including obsolescence issues. Emphasis is placed on maintaining clear documentation, proper identification, and compliance with safety standards throughout the process. The document signifies the Air Force's reliance on rigorous quality assurance and operational standards in its remanufacturing efforts, crucial for maintaining mission readiness and aircraft functionality.
Mar 19, 2025, 4:09 PM UTC
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
Repair of T-38 Control Assembly
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is planning to award a Sole Source contract for the repair of T-38 Control Assembly to Pacific Electronics Enterprises Inc. This procurement aims to ensure the maintenance and operational readiness of T-38 aircraft components, which are critical for training and operational missions. The contract will be structured as a Firm Fixed Price agreement with a base year and nine one-year options, with an anticipated award date of August 25, 2025, and a performance period extending from September 14, 2025, through September 13, 2035. Interested parties may submit capability statements or proposals to the primary contact, Relijah Sherman, at relijah.sherman@us.af.mil, or the secondary contact, David Herrig, at david.herrig.1@us.af.mil.
1620‐00‐117‐7326 (25‐R‐0426)
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting proposals for the manufacturing and supply of a Shimmy Damper (NSN: 1620-00-117-7326, P/N: 3-43902-7) for the T-38 aircraft under solicitation number SPRHA1-25-R-0426. The procurement requires a quantity of 66 units, with a strong emphasis on on-time delivery and compliance with military standards, including First Article Test requirements and sustainable procurement practices. This component is critical for maintaining the structural integrity and operational safety of military aircraft. Interested suppliers, including small businesses and service-disabled veteran-owned businesses, must submit their qualification packages by April 28, 2025, and can contact Johnny Wakefield at johnny.wakefield.2@us.af.mil or 385-519-8310 for further details.
SERVOCYLINDER
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is seeking suppliers for the procurement of servocylinders, specifically identified by NSN 1650-00-998-1287, for use in T-38 aircraft. The contract will involve the delivery of 20 units, with a range of 5 to 30 units, which are critical components for moving the aircraft's ailerons. Interested vendors should note that the estimated issue date for the Request for Proposal (RFP SPRTA1-25-R-0220) is April 4, 2025, with a closing date of May 5, 2025, and are encouraged to contact Michael Hannan at Michael.Hannan.1@us.af.mil for further inquiries. The anticipated delivery date for the units is on or before August 14, 2026, and the procurement will not be set aside for small businesses.
F-16 VALVE REGULATING, NSN: 4810-01-225-7171RK, PN: 16VY100-3, ALT PN: 5108-00-3, ALT PN: 229185-4
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of 47 valve regulating units, specifically designed for the F-16 aircraft. These solenoid-actuated valves, which serve critical functions in regulating and shutting off engine bleed air, are constructed from aluminum alloy and are essential for the aircraft's operational efficiency. The Request for Proposal (RFP), numbered SPRTA1-25-R-0119, is set to be issued on April 14, 2025, with responses due by May 14, 2025, and delivery schedules commencing from August 29, 2025, through January 29, 2026. Interested suppliers can reach out to John Nolan at john.nolan.8@us.af.mil or 405-855-3542 for further inquiries, while proposals must be submitted in accordance with the guidelines outlined in the solicitation, which will be available on the official government procurement website.
Re-manufacture of the F15 and C130 Float Valves and F15 Interconnect Valve
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the re-manufacture of F15 and C130 Float Valves, as well as the F15 Interconnect Valve. The procurement aims to restore these critical aircraft components to a like-new condition, adhering to stringent quality assurance standards and regulatory requirements. This contract is vital for maintaining the operational readiness of military aircraft, with a total award amount of $818,957.83 and provisions for a firm fixed-price contract with multiple option years. Interested vendors should submit a Source Approval Request and ensure compliance with NIST security requirements, with further inquiries directed to Mayona Presley at mayona.presley@us.af.mil or Amy Gil at amy.gil@us.af.mil.
Solicitation FA8212-25-R-0004: T-38 Wing Tips
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for a sole-source contract to procure T-38 aircraft wingtips, specifically components identified by National Stock Numbers (NSNs) 1560015272195XE and 1560015272194XE. The contract will be awarded to Northrop Grumman Corporation, the only qualified manufacturer with the necessary technical data and capabilities to produce these critical safety items. These wingtips are essential for the operational readiness and safety of the T-38 aircraft, and the estimated contract value is $749,999.99, with a delivery deadline set for July 31, 2028. Interested parties may submit capability statements or proposals to the primary contact, Cydnee Simpson, at cydnee.simpson@us.af.mil, as the government reserves the right not to make an award.
C-5 Fluid Regulating Valve Repair
Buyer not available
The Department of Defense, specifically the U.S. Air Force, is seeking qualified contractors to repair the C-5 fluid regulating valve, a critical component for the C-5 Galaxy military transport aircraft. The procurement aims to identify sources capable of repairing six fluid regulating valves under a one-year contract, adhering to the specifications outlined in Air Force Technical Manual 13F7-19-3. This valve plays a vital role in the aircraft's fire suppression system by regulating liquid nitrogen pressures, ensuring operational safety and efficiency. Interested parties must submit their capability documentation by May 1, 2025, to the designated USAF representatives, with inquiries directed to Program Manager Janet Butcher at janet.butcher@us.af.mil.
Valve Assembly
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of valve assemblies, specifically identified by NSN 4810-01-050-5843, for military applications. This opportunity falls under the category of "Other Aircraft Parts and Auxiliary Equipment Manufacturing" and is classified as an unrestricted acquisition, allowing participation from various business types, including small businesses and service-disabled veteran-owned businesses. The contract will require compliance with quality assurance standards, including ISO 9001-2015, and adherence to federal regulations such as the Buy American Act and cybersecurity requirements. Interested parties must submit their proposals by April 25, 2025, and can direct inquiries to Kristian Hollingshead at kristian.hollingshead.1@us.af.mil.
AIRCRAFT, T-38 TALON; HOUSING, BRAKE CYLINDER
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for the procurement of housing brake cylinders for the T-38 Talon aircraft. This presolicitation opportunity falls under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing, and is crucial for maintaining the operational readiness of military aircraft. The performance of this contract will take place in Richmond, Virginia, and interested vendors can reach out to Jenier Mitchell at jenier.mitchell@dla.mil or by phone at 804-659-6388 for further details. The timeline for this procurement process and any associated funding amounts have not been specified in the current listing.
Re-manufacture of B-1B Electro-Mechanical Actuator
Buyer not available
The Department of Defense, through the Air Force Sustainment Center at Tinker AFB, is seeking contractors for the re-manufacture of the B-1B Electro-Mechanical Actuator, which is critical for operating valves that control the hydraulically operated speed brakes of the aircraft. The procurement involves comprehensive services including disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing to restore the actuators to like-new condition. This firm fixed price requirements contract is anticipated to last five years, comprising a three-year base period with two one-year options, and requires delivery of two units every 45 days, with an estimated quantity of eight units annually. Interested vendors must submit a Source Approval Request if unqualified, and technical data requests during the pre-solicitation phase should be directed to the provided email contacts. The solicitation is expected to be issued around April 17, 2025, with responses due by May 17, 2025; for further inquiries, contact Cliff Morgan or Matthew Tonay via their respective emails.