Remanufacture of Air Heat Exchanger for the B-52 NSN 1660-00-856-9302
ID: 1660-00-856-9302Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8118 AFSC PZABBTINKER AFB, OK, 73145-3303, USA

NAICS

Aircraft Engine and Engine Parts Manufacturing (336412)

PSC

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

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the remanufacture of Air Heat Exchangers for the B-52 aircraft, identified by NSN 1660-00-856-9302. Contractors will be responsible for providing all necessary labor, materials, facilities, and equipment to repair, test, preserve, and package the units, ensuring they are returned to the government in like-new condition. This procurement is critical for maintaining the operational readiness of the B-52 weapon system, with an annual repair requirement of 15 units at an estimated cost of $37,368.10 each, totaling approximately $560,521.50 annually. Interested vendors must express their interest and submit required business information to Amy Gil at amy.gil@us.af.mil or Mayona Presley at mayona.presley@us.af.mil, as this opportunity is part of a Sources Sought notice aimed at assessing market capabilities without immediate funding or contractual commitment.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Contract Repair Screening Analysis for a heat exchanger component (NSN: 1660008569302) used in the B-52 weapon system. Initiated on October 25, 2023, it indicates a priority level of 2 and includes details about the required annual repair quantity of 15 units at a latest repair cost of $37,368.10 each, resulting in a total annual repair budget value of $560,521.50. The contractor history reveals that all previous contracts for repairs were awarded to Honeywell International Inc. over the last five years, with the last contract initiated in August 2021. The analysis indicates that organic repair capabilities are absent, and no additional technical orders or specifications are needed. It also states that special tools, equipment, or government-furnished materials will not be required for this item, but precontract qualifications are necessary. The document confirms that this component is not a critical safety item and cannot be commercially overhauled under FAR Part 12 guidelines. It outlines the need for the Repair Data List (RDL) for solicitation, with an expiration date for RMC/RMSC codes noted as October 25, 2028. The presence of a remarked item within the document suggests adherence to regulatory compliance and mitigates risks in managing the component.
    The document outlines the Repair/Remanufacture Qualification Requirements (RQR) for critical safety and application items managed by the Air Force Sustainment Center (AFSC). Its primary objective is to ensure compliance with operational safety, suitability, and effectiveness guidelines while detailing the process for potential sources seeking authorization to repair or remanufacture specified commodity items. The RQR sets minimum technical requirements, mandating potential sources submit a comprehensive Source Approval Request (SAR) package, including technical data rights certification, quality assurance documentation, and a quality history. Approval prerequisites span across various categories, such as the actual item, similar items, or new repairs, each requiring specific documentation to demonstrate competency. Additionally, potential sources must adhere to federal standards and maintain communication with the appropriate engineering support activities regarding any significant changes in operations or quality deficiencies. Approval as a repair source can be revoked based on failures or failure to meet documentation requirements. This document provides a formal structure for government entities to evaluate and qualify contractors for sensitive military logistics, ultimately improving safety and reliability within defense operations.
    The U.S. Air Force is conducting a Sources Sought Synopsis (SSS) to gather market research on potential sources for the remanufacture and repair of specific parts related to Air Heat Exchangers, particularly for the B-52 platform. This opportunity is not a solicitation but aims to assess the interest and capabilities of various businesses, including large and small businesses, disadvantaged groups, veteran-owned, and women-owned enterprises. The responsibilities of selected contractors include providing labor, materials, facilities, and equipment necessary for the repair and logistics of the assigned items, which are to be restored to like-new condition. Interested vendors must formally express their interest and submit required business information to be considered. Technical data and approval requirements are outlined, emphasizing the need for contractors to independently obtain necessary documents. The information collected will inform the best acquisition strategy and is solely for internal planning purposes, with no immediate funding or contractual commitment attached to this SSS.
    The Technical Order Public Sales Fact Sheet outlines the protocol for the release of Technical Orders (TOs) at Tinker Air Force Base and serves as a resource for defense industry partners seeking access to these documents. It specifies that requests must be sent to the Public Sales Office and details the necessary documentation for both solicitations and existing contracts, including the need for an AFTO Form 43. It also addresses requests related to Foreign Military Sales and those supporting Parts Repair Ordering Systems. Requests tied to unsolicited bids or requests for information must include comprehensive information, such as a certified DD Form 2345, company background, justification for data use, and specific TO Numbers. A fee structure is provided, with a cost of $65.00 for each approved TO, in addition to shipping fees. The Fact Sheet emphasizes the importance of allowing 30 calendar days for processing before inquiring about request status. The document aims to ensure a streamlined process for obtaining Technical Orders while supporting U.S. defense efforts and international partnerships.
    Lifecycle
    Title
    Type
    Similar Opportunities
    B-2 HEAT EXCHANGER AIRCRAFT, NSN: 1660-01-350-8210FW, PN: 793305-2
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the acquisition of B-2 heat exchangers, specifically identified by National Stock Number (NSN) 1660-01-350-8210FW. The procurement involves a sole source acquisition for a total of 12 units, with the possibility of adjusting the quantity between 3 and 18 units based on competitive pricing and proposals submitted by vendors, particularly Hamilton Sundstrand Corporation. These heat exchangers are critical components for the B-2 aircraft, ensuring optimal performance and operational readiness. Proposals must be submitted by October 28, 2024, with delivery expected by February 26, 2026, and interested parties can contact John Nolan at john.nolan.8@us.af.mil or by phone at 405-855-3542 for further details.
    16--HEAT EXCHANGER,AIR, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of heat exchangers, identified by NSN 7R-1660-016004909-V2, with a quantity of 44 units required. This procurement is critical as the item is flight critical, necessitating government source approval prior to contract award, and only previously approved sources will be considered for solicitation. Interested vendors must provide comprehensive documentation as outlined in the NAVSUP Source Approval Information Brochures, and failure to submit the required data will result in disqualification from the award process. For further inquiries, interested parties can contact Jillian A. Eder at (215) 697-6490 or via email at JILLIAN.EDER@NAVY.MIL.
    16--HEAT EXCHANGER,AIR
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of heat exchangers for aircraft, classified under the NAICS code 336413. The requirement includes unique identification and valuation of the items, with a delivery schedule of 180 days from the contract award, emphasizing the need for early and incremental deliveries. These heat exchangers are critical components for aircraft air conditioning, heating, and pressurizing systems, ensuring operational efficiency and safety. Interested vendors should direct inquiries to Allen Neyland via email at ALLEN.NEYLAND@NAVY.MIL, and further details regarding the solicitation can be obtained through the provided contact information.
    16--HEAT EXCHANGER,AIR
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of two units of the NSN 1660013177913 Heat Exchanger, Air, as part of a Combined Synopsis/Solicitation. This procurement is a source-controlled drawing item, and the approved source for this item is identified as 70210 2340268-3-2, emphasizing the importance of compliance with the specified military standards and drawings. The items are critical components used in aerospace applications, and the delivery is required at DLA Distribution San Diego within 92 days after order placement. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    16--HEAT EXCHANGER,AIR
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of heat exchangers for aircraft, classified under the NAICS code 336413. This request for proposal (RFP) is aimed at acquiring Foreign Military Sales (FMS) spares, which are critical for maintaining the operational readiness of military aircraft. The procurement process will not be set aside for small businesses, as determined by the Small Business Administration representative, and interested vendors should direct their inquiries to Arianna Pillar at 215-697-2198 or via email at ARIANNA.PILLA@NAVY.MIL. The contract details, including delivery timelines and quality assurance provisions, will be outlined further in the solicitation documents.
    16--Sources Sought
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE NAVY is seeking eligible contractors to manufacture a Heat Exchanger (NSN 7RH 1660 015997631, P/N 814209-3). The Government does not possess the necessary data for manufacturing the item. All responsible sources may express their interest and provide capability statements. This is not a request for competitive proposals, but all proposals received within 16 days may be considered. Source approval may be required.
    Spare Buy (Supply) for the B-52 Pilot Valve
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotations for the procurement of 63 B-52 Pilot Valves, identified by NSN: 1660-00-949-9895. This procurement is critical for maintaining the operational readiness of military aircraft, emphasizing the importance of quality assurance and compliance with federal regulations, including the Buy American Act. Interested vendors must submit their quotations by October 28, 2024, and complete a Source Approval Request (SAR) package to be considered, with additional details available from primary contacts David O'Rourke and Shirley V. Harmon via their provided emails and phone numbers.
    Overhaul of B-52 Bypass Ducts
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is seeking qualified contractors for the overhaul of B-52 Engine Bypass Ducts, as outlined in a Sources Sought notice. The procurement involves comprehensive repair services, including disassembly, cleaning, inspection, reassembly, and testing of the ducts, with strict adherence to established technical data and quality standards. This initiative is crucial for maintaining the operational readiness and performance of the B-52 fleet, ensuring that all overhauled components meet the necessary technical and operational specifications. Interested vendors are encouraged to respond to the notice and submit their qualifications to the primary contact, 424th SCMS, via email at 424.SCMS.AFMC.RFI.Responses@us.af.mil, to participate in the market research process before a formal solicitation is issued.
    TT&E/Overhaul of B-2 Fuel Temperature Control Valve Assembly
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the overhaul and testing of the B-2 Fuel Temperature Control Valve Assembly, identified by NSN 4820-01-347-6596 FW. The procurement requires contractors to restore government-furnished reparable items to like-new condition, adhering to stringent quality assurance measures, safety protocols, and compliance with technical orders throughout the overhaul process. This assembly is critical for the operational integrity of the B-2 aircraft, emphasizing the importance of maintaining high standards in military equipment. Interested parties must submit their quotations by October 23, 2024, and can direct inquiries to Amy Gil at amy.gil@us.af.mil for further information.
    REPAIR OF 4 UNITS OF NSN 7R 1660 013177807
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is soliciting bids for the repair of four units of NSN 7R 1660 013177807. The procurement focuses on aircraft air conditioning, heating, and pressurizing equipment, which is critical for maintaining operational readiness and comfort in military aircraft. Interested contractors are encouraged to review the attached solicitation for detailed requirements and submit their proposals accordingly. For further inquiries, potential bidders can contact Gerard Weiss at 215-697-3473 or via email at gerard.t.weiss.civ@us.navy.mil.