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
    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
    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.
    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.
    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.
    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.
    Lifecycle
    Similar Opportunities
    Remanufacture of F-15 Butterfly Valve
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to remanufacture F-15 Butterfly Valves under a total small business set-aside contract. This five-year firm fixed-price requirements contract involves comprehensive tasks including disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing to restore the valves to a like-new condition, with strict adherence to quality and safety standards. The F-15 Butterfly Valves are critical components for controlling cabin airflow in the aircraft, emphasizing the importance of reliability and performance in military operations. Interested vendors must submit proposals by December 15, 2025, and can direct inquiries to Jessica Vinyard at jessica.vinyard.1@us.af.mil or Matthew Churchwell at matthew.churchwell.2@us.af.mil for further details.
    Repair of T-38C Ejection Seat Components
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to repair T-38C Ejection Seat Components under a Firm Fixed Price (FFP) Requirements contract. The procurement involves the repair of two specific items: the Automatic Deployment Unit and the Powered Inertia Reel Device, which are critical components for the T-38 aircraft. This contract will be awarded as a sole source to Martin Baker America due to proprietary data rights, with a total estimated quantity of 180 units to be repaired annually over a five-year period, including a basic one-year period and four option periods. Interested parties can direct inquiries to Kinser George at kinser.george@us.af.mil, with the solicitation and attachments expected to be posted no earlier than December 29, 2025.
    Diffuser, Engine Run, [WSDC: 42F] End Item: T-38 Aircraft, PR: 7011856601 NSN: 4920-005858959
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of a Diffuser, Engine Run, specifically for the T-38 Aircraft, under solicitation PR: 7011856601. The requirement includes a total quantity of 10 units of the specified National Stock Number (NSN) 4920-005858959, with a Government First Article Test (FAT) of one unit due 90 days after receipt of order, and a total production delivery schedule of 365 days after receipt of order. This procurement is critical for maintaining the operational readiness of the T-38 Aircraft, and the contract will be awarded based on a combination of price, past performance, and other evaluation factors. Interested small businesses must submit their proposals by January 22, 2026, and can contact Melinda Johnson at Melinda.Johnson@dla.mil or 804-279-1627 for further information.
    Centrifuge and Packing Press repair and maintenance service
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is soliciting proposals for the repair and maintenance services of the T-38C ejection seat system's Centrifuge Test Set and Parachute Packing Press. This contract aims to ensure the operational readiness of critical equipment across six Air Education and Training Command stations, requiring on-site repairs, scheduled maintenance, and the provision of necessary repair parts. The contract will be executed as a Firm-Fixed Price and Cost Reimbursement-No Fee Indefinite Delivery Contract, with a base period of one year and four additional one-year options, emphasizing the importance of maintaining aircrew safety and training capabilities. Interested parties must submit their proposals by December 31, 2025, and direct inquiries to Mrs. Alexis Davis at alexis.davis.13@us.af.mil or Ms. Shemica Miller at shemica.miller@us.af.mil.
    Temperature Regulating Valve Repair (Applicable to the TH-1HHelicopter Program)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a firm-fixed-price contract to repair Temperature Regulating Valves (NSN 4820-00-931-2314GA) for the TH-1H Helicopter program. The contract encompasses a Basic Year and four one-year Ordering Periods, requiring the contractor to provide all necessary services, materials, and equipment for the repairs, which are critical for pilot training and combat search and rescue missions. The selected contractor must adhere to OEM specifications, maintain high-quality repair standards, and comply with various reporting and inventory management requirements, with the work to be performed at the contractor's facility in Warner Robins, Georgia. Interested parties should contact Teresa Smith at teresa.smith.16@us.af.mil or William D. Martin at william.martin.12@us.af.mil for further details.
    T-38 TRANSMITTER RATE OF, NSN: 6620-00-555-3991, PN: MILT26298
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of 78 units of the 'TRANSMITTER, RATE OF' under Solicitation Number SPRTA126R0102. This opportunity is specifically set aside for small businesses within the Other Aircraft Parts and Auxiliary Equipment Manufacturing sector, as defined by NAICS code 336413, and requires compliance with various federal acquisition regulations. The goods are critical for aircraft operations, ensuring accurate performance metrics, and must be delivered to DLA Distribution Depot Oklahoma by March 1, 2028. Interested parties should submit their proposals electronically by January 5, 2026, at 3:00 PM, and can contact Kevin Howe at kevin.howe.1@us.af.mil for further information.
    SEAT, SHUTOFF VALVE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of shutoff valves for the F-15EX aircraft. This solicitation involves an Indefinite Quantity Contract for the supply of 120 units over a five-year base period, with a delivery schedule of 205 days after receipt of order. The shutoff valves are critical components used in aircraft hydraulic systems, underscoring their importance in maintaining operational readiness and safety. Interested suppliers must submit a written proposal and complete the solicitation available on the DLA Internet Bid Board System (DIBBS) by the issue date of December 22, 2025. For further inquiries, contact Renee Griffin at renee.griffin@dla.mil or call 445-737-2040.
    16--VALVE ASSEMBLY,ENVI
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of 30 units of a Valve Assembly (NSN 7R-1660-015854984-P8, REF NR 396608-1). This contract requires that the items be commercial/nondevelopmental/off-the-shelf products, necessitating Government source approval or the ability to provide FAA-Certified parts with an FAA Form 8130-3 Airworthiness Approval Tag prior to contract award. The items are critical for aircraft air conditioning, heating, and pressurizing systems, and only sources previously approved or compliant with FAA requirements will be solicited. Interested parties must submit their proposals, including necessary documentation, by the specified deadline, and can contact Christian M. Markle at (215) 697-6679 or via email at CHRISTIAN.M.MARKLE.CIV@US.NAVY.MIL for further information.
    FD20302600008 - Remanufacture of KC-135 Valves & Pumps; NSN: 2915-01-452-5123RK, 2915-01-452-5126RK, 2915-01-527-8152RK, 2915-01-510-1161RK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the remanufacture of KC-135 valves and pumps under a five-year Firm Fixed Price Requirements Type Contract. This procurement involves the disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing of various fuel system components to restore them to like-new condition, ensuring the operational readiness of critical aircraft systems. The anticipated contract will likely be awarded as a sole source to ITT Aerospace Controls, emphasizing the importance of these components in maintaining aircraft performance and safety. Interested parties can reach out to Morgan Mcgarity at morgan.mcgarity@us.af.mil or Shirley V. Harmon at Shirley.Harmon.1@us.af.mil for further details, with the total acquisition cost estimated at $1,846,309.05 and specific delivery timelines outlined in the associated documents.
    New Manufacture F15/Valve, Solenoid
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the sole source acquisition of 198 F-15 Solenoid Valves from Meggit North Hollywood, Inc. This procurement is critical for the F-15 aircraft's fuel tank pressurization system, requiring compliance with specific delivery timelines, including an initial delivery of 50 units by May 31, 2026, and the final 48 units by August 31, 2026. Interested contractors must adhere to cybersecurity requirements and submit their offers electronically by January 7, 2026, with funding contingent on fiscal year 2026 availability. For further inquiries, potential bidders can contact Matthew Churchwell at matthew.churchwell.2@us.af.mil or by phone at 405-739-4809.