FD20302500817 - Repair of Thermostat, Flow, NSN: 6685-01-168-2426TP
ID: FA811826R0016Type: 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

MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT (J066)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the B-52 Flow Control Sensor Venturi Valve under contract number FD20302500817. This procurement aims to secure a five-year firm-fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract for the repair of critical components, which are essential for the operational efficiency of the B-52 aircraft. The solicitation emphasizes the importance of compliance with various technical specifications and quality assurance measures, ensuring that the repaired components meet stringent military standards. Interested contractors must submit their proposals by January 30, 2026, at 1:00 PM CST, and can direct inquiries to Alan Tran or Morgan Mcgarity via their respective email addresses for further clarification.

    Point(s) of Contact
    Files
    Title
    Posted
    The Commercial Asset Visibility Air Force (CAV AF) Reporting Requirements document outlines contractor responsibilities for daily status reporting of government-owned assets at repair facilities and Inventory Control Points. Contractors must ensure accurate asset records in CAV AF, submit System Authorization Access Requests (DD Form 2875) for two assigned reporters within 10 days of contract award, and complete annual DoD Information Assurance CyberAwareness Challenge training. The document details specific transactional reporting for "Not-on-Contract" items, proper usage of DD Form 1348-1A for receipt and shipping, and procedures for contract closure and Nuclear Weapon Related Materiel (NWRM) tracking. Non-compliance with timely and accurate reporting can lead to systemic data problems and Program Management Review.
    This Contract Data Requirements List (CDRL) for the B-52 Flow thermostat, contract FD20302500817, outlines five key data items required from the contractor for basic and all option years. These include Commercial Asset Visibility (CAV) Reporting (A001), requiring daily or 24-hour submission of supply and maintenance transactions in English via CAV AF website or CICA XML, with a DD Form 250 also submitted electronically. The Contract Depot Maintenance (CDM) Monthly Production Report (A002) is due monthly within five business days, detailing inventory and production across all repair locations, with distribution restricted to DoD and U.S. DoD contractors due to critical technology. The Government Property Inventory Report (A003) is an annual submission, due within seven calendar days of the reporting period end or government request, also with restricted distribution and export control warnings. The Report of Shipping (Item) and Packaging Discrepancy (A004) is submitted as required via WEBSDR for issues like overage, damage, or non-receipt, within 48 hours of inventory receipt. Finally, a Production Surge Plan (A005) or Capability Analysis Plan (CAP) is required 30 days post-award, detailing the maximum sustainable delivery rate and surge capacity at both existing and additional cost levels, with unlimited distribution. All reports generally require submission in English, and email submissions are directed to kristie.hand@us.af.mil for several items.
    The DI-MGMT-81838 Data Item Description (DID) outlines the format and content requirements for Commercial Asset Visibility (CAV) Reporting. This system provides a web-based, automated method for tracking government-owned reparable assets as they move through a contractor's repair cycle. Its primary purpose is to serve as an inventory management system for these assets while they are at commercial repair vendors. Contractors use the CAV application to report transactions, which automatically update a relational database, allowing them to generate required status and activity reports. The DID specifies that input formats and methodologies are defined in the Contract Statement of Work. Content requirements include reporting on asset receipts (on contract, not on contract, procurement, "A" condition, rotable pool, loaned asset), inductions, items awaiting parts, re-inductions, completions, shipments, bulk shipments, proof of shipment, items beyond economic repair, survey/scrap items, reversals, report of discrepancies, and various printing functions such as DD Form 1348s, material movement documents, CAV inventory labels, item action reports, repair history reports, condition code reports, awaiting parts reports, proof of shipment reports, item maintenance, and adding/deleting carriers.
    The DI-PSSS-81995A outlines the Contract Depot Maintenance (CDM) Monthly Production Report, a crucial document for government oversight of depot-level maintenance contracts. This report provides monthly production figures, asset status, performance against schedules, and anticipated production for the upcoming month. It also summarizes unresolved issues, ensuring transparency and accountability. The DID specifies the format and content, requiring detailed information from both the Production Management Specialist (PMS) and the contractor. Key data points include item identification, contract details, quantities of reparables received, items inducted into work, quantities produced, and serviceables shipped or condemned. A production summary is mandatory under specific conditions, such as deviations from forecasts or anticipated production problems. This DID supersedes DI-PSSS-81995 and is applicable to any depot-level maintenance contract, ensuring standardized reporting across federal government RFPs and contracts.
    The Government Property (GP) Inventory Report (DI-MGMT-80441D) is a Data Item Description (DID) requiring contractors to periodically submit an inventory of government property in their possession, including both Government Furnished Property (GFP) and Contractor Acquired Property (CAP). This report, superseding DI-MGMT-80441C, is applicable to all contracts involving GP. The report must be submitted in an electronic .xls or .xlsx format and include specific data fields such as Contract Number, Asset Identification Numbers, Item Description, Manufacturer details, National Stock Number, Quantity, Unit Acquisition Cost, Unique Item Identifier (if applicable), Asset Location, Type of Government Property, Classification of Government Property, Date of Last Physical Inventory, and Federal Condition Code. The purpose of this DID is to standardize the reporting of government property inventory to the Department of Defense (DoD) Service or Agency.
    The provided file repeatedly states its source as http://assist.dla.mil and emphasizes the importance of checking this source to verify that it is the current version before use. This information is repeated five times without any other content, indicating that the document's sole purpose is to direct the user to a specific web address for verification of the current version of a document, likely a government standard or specification.
    The provided text consists solely of two identical download notices from http://assist.dla.mil, dated February 14, 2019, at 15:58Z. Both notices instruct users to check the source to verify the current version before use. The document contains no substantive information beyond these administrative disclaimers, making it impossible to identify a main topic, key ideas, or supporting details relevant to government RFPs, federal grants, or state/local RFPs. Its sole purpose is to serve as a download metadata or disclaimer for a larger, unprovided document.
    This Engineering Order (EO) 2012C1333-T, dated May 10, 2012, details changes to the B-52 Aircraft Flow Control Sensor (PN 784618) drawing, primarily adding Item Unique Identification (IUID) requirements. The EO mandates marking the sensor with a Unique Item Identifier (UII) in accordance with MIL-STD-130. If a UID plate is absent, a new plate (200945069-501) or an alternate UID label (200945085-011A) must be fabricated and attached to the sensor housing as specified in AF Form 3926. After attachment, the label/plate requires edge sealing and overcoating with Humiseal 1A20 to a thickness of 2-3 mils. The document includes approvals from Joel Sanders and Christopher Kissick, and lists affected parts for the B-52 aircraft.
    Amendment FA8118-26-R-0016-0001 modifies a solicitation from the Department of the Air Force, AFSC PZABB, with an effective date of December 22, 2025. The core purpose of this amendment is to extend the offer due date for the solicitation FA811826R0016 to January 30, 2026, at 1:00 PM CST. All other terms and conditions outlined in the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment through specified methods, such as completing items on the form, acknowledging on the offer copy, or sending a separate letter or telegram, to ensure their offer is not rejected.
    This government solicitation, FA8118-26-R-0016, issued by the Department of the Air Force, AFSC PZABB on December 16, 2025, seeks proposals for a 5-year firm-fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract for the repair of B-52 Flow Control Sensor Venturi Valves. The acquisition is unrestricted with NAICS code 336413 and a size standard of 1,250. Offers are due by December 26, 2025, at 3:00 PM. The evaluation will be based solely on price, with award going to the offeror with the lowest total evaluated price (TEP) who meets all solicitation requirements and is an approved source. The document details contract clauses, representations, certifications, and instructions for offerors, including requirements for NIST SP 800-171 DoD Assessment scores and compliance plans. The government reserves the right to award without discussions but may conduct them if necessary.
    The GFP Attachment document details a requisition for 40 units of
    This government file describes a THERMOSTAT,FLOW CON, NSN 6685011682426TP, with reference number 10-30757-507. This component, weighing 5.00 pounds and made of aluminum, modulates bleed air flow to the ACP on B-52G/H aircraft. Its dimensions are 10.80 inches in length, 5.80 inches in width, and 5.20 inches in height. The item has a criticality code of X, a demilitarization code of Q, and a security code of U. The initiator is Mike.T.Stiver from 423 SCMS / GUMA. This description is vital for procurement, maintenance, and logistics within federal government operations, particularly for defense-related RFPs.
    The IUID Checklist, Version 6, details the Item Unique Identification (IUID) marking requirements for a THERMOSTAT,FLOW CON (NSN: 6685011682426TP) as per DFARS 252.211.7003. The marking is to be done according to MIL-STD-130, guided by Engineering Drawing 784618 and ECO number 2012C1333-T, and installed per TO 15A5-6-48-3, Change 1, Appendix A, Figure A-1. The document also notes that this item is an embedded component for the same NSN. The checklist was initiated by Brett R. Bishop from 423 SCMS / GUEA on January 8, 2025, and generated on March 12, 2025.
    The Department of the Air Force's 848th Supply Chain Management Group has established new Justification for Qualification Requirements (JQR) for a significant number of items it manages. This memorandum, dated June 27, 2024, documents the creation of JQR-RQR-848, which applies to Repair/Remanufacture Qualification Requirements for Commodity Critical Safety and Critical Application Items. The JQR, set to expire on June 3, 2031, was synopsized on sam.gov on the same day as the memorandum. This document serves as a placeholder within the Purchase Request Processing System (PRPS) for Qualification Requirement (QR) activity for applicable National Item Identification Numbers (NIIN) or Purchase Instrument Line Items (PILI), replacing individual JQR/QR uploads due to the master documents not being tied to single items or groups of items on a Purchase Request.
    This government file outlines detailed packaging requirements for federal procurements, specifically focusing on military packaging standards and international regulations for wood packaging materials (WPM). The main purpose is to ensure compliance with MIL-STD-129 (Military Marking) and MIL-STD-2073-1 (Military Packaging) while also addressing United Nations restrictions on WPM to prevent the spread of invasive species. All wooden packaging must be constructed from debarked, heat-treated wood (56°C for 30 minutes) and certified by an ALSC-recognized agency, adhering to ISPM No. 15. The document specifies packaging levels, coded data for various items (e.g., 6685011682426TP), and additional marking requirements for shipping containers, including MIL-STD-129 and supplemental barcoding. The packaging specialist, Billy S. Real, from 406 SCMS / GULAA is the point of contact.
    This Performance Work Statement (PWS) outlines the requirements for the repair of the B52 Flow Control Sensor Venturi Valve for the Department of the Air Force. The document details general information, including definitions, pre-award survey requirements, initial production evaluation, reporting, and quality control. It also covers specific work requirements, applicable technical orders, government property guidelines, and a service summary with performance objectives and thresholds for quality and delivery. Key aspects include parts control, management of ozone-depleting substances, technical order maintenance, and detailed sections on supply chain risk management, continuity of operations, foreign influence, and cybersecurity. The PWS emphasizes adherence to technical specifications, strict quality assurance, and compliance with various federal regulations.
    The document provides a Q&A for market research related to the B-52 Flow Thermostat, NSN 6685-01-168-2426TP, PN 784618-5. It addresses questions about drawings for Diaphragm PN 784742-1, confirming the information will be in section 6 of the PWS. The PWS includes a 100% replacement part list, covering six specified parts. The USAF does not have data on additional replacement parts beyond this list or on the occurrence of O&A. The T.O. document will be available upon request once the solicitation is active. This Q&A clarifies key details for potential contractors regarding parts, documentation, and historical data for the B-52 Flow Thermostat.
    This government file, FD20302500817-00, details transportation data for solicitations, outlining procedures and funding for various shipments. It specifies F.O.B. terms, transportation clauses, and mandates contacting DCMA Transportation for shipping instructions on "DCMA Administered" contracts, particularly for FOB Origin, FMS, and OCONUS/Export movements. Vendors must use the DCMA Shipment Instruction Request (SIR) eTool System to obtain clearances and documentation. Failure to contact DCMA may result in additional vendor expenditures. The document provides transportation funds information (LOA, TACRNs, FSR, PSR) and lists specific ship-to details for multiple line items, including NSN, DoDAAC, and addresses. It also includes contact information for the initiating organization.
    Lifecycle
    Similar Opportunities
    04F | B-52 | SKIN, AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for an indefinite quantity contract (IQC) for the procurement of aircraft skin components for the B-52 aircraft. This contract, which is set aside for small businesses, will cover a base period of five years with an estimated annual requirement of 40 units, necessitating government first article testing prior to production. The components are critical for maintaining the structural integrity of the B-52 aircraft, and contractors must be certified to access the required technical data. Interested parties should prepare for the solicitation, which will be available on or about January 14, 2026, and can contact Ryan Loeffelholz at ryan.loeffelholz@dla.mil or 804-279-1452 for further information.
    SPE4A722R0753 – 1660 - PARTS KIT,REGULATOR / AIRCRAFT, STRATOFORTRESS B-52
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for a parts kit specifically designed for the regulator of the Stratofortress B-52 aircraft. This procurement is critical for maintaining the operational readiness and efficiency of the aircraft, which relies on advanced air conditioning, heating, and pressurizing equipment. Interested vendors can reach out to Rekisha Burton at rekisha.burton@dla.mil or call 804-773-9818 for further details, while secondary contact Latrice Brown can be reached at latrice.brown@dla.mil or 804-279-1365. The place of performance for this contract is located in Virginia, with the zip code 23237.
    NSN 1680-00-766-8274, PARTS KIT,ACTUATOR, WSDC: 04F 04F AIRCRAFT, STRATOFORTRESS B- 52
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of a Parts Kit for the Actuator, specifically NSN 1680-00-766-8274, intended for the B-52 Stratofortress aircraft. The contract will involve a firm fixed price for a quantity of 316 units, with delivery expected 478 days after receipt of order to a designated location in Richmond, Virginia. This procurement is crucial for maintaining the operational readiness of the aircraft, and the solicitation is anticipated to be issued around January 23, 2026, with a closing date on or about February 22, 2026. Interested vendors must ensure they are registered in the System for Award Management (SAM) and may contact Donetta Nelson at Donetta.Nelson@dla.mil 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).
    Repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for a firm-fixed-price indefinite-delivery requirements contract for the repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW. The contract encompasses various repair scenarios, including minor and major repairs, as well as no-fault-found situations, with estimated quantities specified for both the basic and option years. This equipment is critical for monitoring and controlling avionics systems in the B-2 aircraft, underscoring its importance to national defense operations. Interested contractors must submit their proposals by February 6, 2026, and can direct inquiries to Morgan Wallar Larsen at morgan.wallarlarsen@us.af.mil or Lance Culver at jimmy.culver@us.af.mil.
    SPE4A726R0198-1560 - RIB,STIFFENER,AIRCR/ AIRCRAFT, STRATOFORTRESS B-52
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 175 units of a structural panel (NSN: 1560017274257, Part Number: FLX-P20570-01) for the B-52 Stratofortress aircraft. This procurement is categorized as a firm fixed-price contract and is set aside for small businesses, emphasizing the importance of supporting the small business sector in defense contracting. The delivery of the production units is expected within 284 days, with the contract requiring inspection and acceptance at the origin. Interested parties can access the solicitation on the DLA Internet Bid Board System (DIBBS) around December 10, 2025, and should direct inquiries to Xuan Thanh Phan at xuan.phan@dla.mil or Robert Winchester at robert.winchester@dla.mil for further information.
    Remanufacture of B-52s Primary/Secondary Heat Exchangers
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking contractors for the remanufacture of B-52 Primary and Secondary Heat Exchangers. This procurement involves a firm-fixed-price requirements contract spanning five years, which includes a three-year basic period and a two-year option, requiring contractors to provide all necessary labor, facilities, equipment, and materials to restore the heat exchangers to a like-new condition. These heat exchangers are critical components for aircraft bleed air systems, ensuring optimal performance and safety for B-52 aircraft operations. Interested parties should contact Jessica Vinyard at jessica.vinyard.1@us.af.mil or M. Ryan Churchwell at matthew.churchwell.2@us.af.mil for further details, as the solicitation includes specific contractor qualifications and compliance requirements outlined in the attached documents.
    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.
    SPE4A726R0200
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for a firm fixed-price contract to procure a quantity of 612 parts kits for valve overhaul, identified by NSN: 1660-004422007 and part number: 9776122-10. This procurement is a total small business set-aside, emphasizing the importance of supporting small enterprises in the defense supply chain. The delivery of the production units is expected within 395 days, with the FOB at destination and inspection and acceptance at origin. Interested vendors can access the solicitation on or around December 10, 2025, via the DLA Internet Bid Board System (DIBBS), and should direct inquiries to Xuan Thanh Phan at xuan.phan@dla.mil or Robert Winchester at robert.winchester@dla.mil.
    B-52J Commercial Engine Replacement Program (CERP) Installation Kit Production and Interim Contractor Support
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is conducting a market assessment for the B-52J Commercial Engine Replacement Program (CERP) Installation Kit Production and Interim Contractor Support. The procurement aims to identify potential sources capable of producing aircraft modification kits for up to 76 B-52H aircraft, including spare parts and tooling, to be delivered to Tinker Air Force Base starting in FY28, along with providing Interim Contractor Support for a period of five to eight years. This initiative is critical for enhancing the operational capabilities of the B-52 aircraft, ensuring timely upgrades and support for the fleet. Interested parties must submit their responses detailing their capabilities, teaming arrangements, and past performance by March 27, 2025, to the Contracting Officer, Ashley A. Brink, at ashley.brink@us.af.mil.