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 Thermostat, Flow (NSN: 6685-01-168-2426TP) as part of contract FD20302500817. The procurement aims to ensure the functionality and reliability of critical components used in B-52 aircraft, which are essential for maintaining operational readiness. Interested contractors must adhere to specific requirements outlined in the Performance Work Statement, including compliance with quality control measures and reporting obligations, with proposals due by December 26, 2025, at 3:00 PM. For further inquiries, potential bidders can contact Alan Tran at alan.tran.1@us.af.mil or Morgan Mcgarity at morgan.mcgarity@us.af.mil.

    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.
    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.
    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
    66--THERMOSTAT,FLOW CON
    Dept Of Defense
    The Defense Logistics Agency, under the Department of Defense, is seeking quotes for the procurement of seven units of the Thermostat, Flow Control (NSN 6685014213324). This solicitation is part of a total small business set-aside and aims to fulfill specific requirements for measuring and controlling devices essential for military operations. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all submissions must be received within the specified timeframe. For inquiries, potential bidders can contact the buyer via email at DibbsBSM@dla.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.
    16--CONTROLLER,TEMPERAT, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure four units of a temperature controller as part of a repair and modification initiative. The procurement involves the National Stock Number (NSN) 7R-1660-009688208-BE, with a Technical Data Package (TDP) version 001, indicating the specific requirements for the items needed. These temperature controllers are critical components used in aircraft air conditioning, heating, and pressurizing systems, underscoring their importance in maintaining operational efficiency and safety. Interested vendors can reach out to Joseph K. Pace at (215) 697-1255 or via email at JOSEPH.K.PACE8.CIV@US.NAVY.MIL for further details regarding this presolicitation opportunity.
    16--VAVLE,HOT SIDE TEM, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of the Hot Side Temperature Valve (NSN: 1680-015873824) under a delivery order associated with Honeywell BOA N0038326GA801. The contractor will be responsible for returning the valve to a Ready for Issue (RFI) condition, adhering to specified repair turnaround times and quality standards, including compliance with ISO 9001/SAE AS9100. This procurement is critical for maintaining operational readiness of aircraft systems, and interested contractors should direct inquiries to Shannon K. Fitzgerald at SHANNON.K.FITZGERALD3.CIV@US.NAVY.MIL for further details and submission requirements.
    TRANSMITTER, TEMPERATURE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of temperature transmitters under Solicitation Number SPE4A623RX309. This opportunity involves a Commercial Indefinite Delivery Contract with a base period of three years and two one-year option years, focusing on the supply of temperature measuring instruments, specifically NSN 6685-00-075-7495. The selected contractor will be required to provide a minimum of 46 units and up to 182 units annually, with delivery expected within 131 days after receipt of order. Interested small businesses are encouraged to respond with a completed surplus certificate and pricing information, and should direct inquiries to Cassandra Blagmon at cassandra.blagmon@dla.mil or by phone at 804-279-3917. The solicitation is anticipated to be available on November 3, 2022, via the DIBBS website.
    TRANSMITTER, RATE OF FLOW
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting offers for the procurement of Rate of Flow Transmitters, specifically under solicitation number SPRTA1-25-R-0372. The requirement includes a total line-item quantity of 131 units, with a delivery deadline set for October 18, 2026, and the transmitters are critical for measuring engine fuel flow in F-16 aircraft. Interested contractors must acknowledge receipt of amendments to the solicitation, with the latest due date for offers extended to January 2, 2026, at 11:59 PM. For further inquiries, potential bidders can contact Michael Hannan at Michael.Hannan.1@us.af.mil or by phone at 405-855-7126.
    THERMOCOUPLE HARNESS ASSEMBLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking interested parties to support the procurement of the Thermocouple Harness Assembly, identified by NSN 2995-01-695-3676. The government requires vendors capable of providing all necessary labor, materials, and equipment for the new manufacture of this item, which includes component procurement, inspection, testing, and logistics management. This assembly is critical for aircraft operations, and the estimated annual requirement is 640 units. Interested vendors must submit their capability responses by December 17, 2025, at 2:00 PM Eastern Standard Time, via email to Renee Griffin at renee.griffin@dla.mil.
    TRANSMITTER TEMPERA, NSN: 6685-01-668-9085UJ, PN: 1960M40P05, ALT PN: 0704AP5
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting offers for the procurement of a TRANSMITTER TEMPERA (NSN: 6685-01-668-9085UJ), designated as a Critical Safety Item. This opportunity involves a sole source acquisition, requiring either new manufacture or new/unused Government surplus materials, with strict compliance to Item Unique Identification (IUID) and packaging standards as outlined in relevant military specifications. The goods are essential for aircraft engine and engine parts manufacturing, ensuring operational safety and reliability. Interested vendors must submit their offers by January 30, 2026, and can direct inquiries to John Nolan at john.nolan.8@us.af.mil or by phone at 385-591-1668.
    16--PARTS KIT,AIR FLOW
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a Parts Kit for Air Flow, specifically NSN 1660017186363. The requirement includes a quantity of three units to be delivered to the DLA Distribution Depot in Oklahoma within 181 days after the order is placed. This parts kit is critical for maintaining aerospace craft components and accessories, ensuring operational readiness and efficiency. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.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.