Remanufacture of B-52s Primary/Secondary Heat Exchangers
ID: FA8118-26-R-0017Type: 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

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

Set Aside

No Set aside used (NONE)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document details a HEAT EXCHANGER, AIR, identified by NSN 1660011964473TP, CAGE 73030, and TO Number 15A4-88-3. This critical component, made of aluminum alloy and other metals, functions to cool the system bleed air before it enters the air cycle machine, specifically for B52 G/H ACFT. Its dimensions are 36 inches long, 20 inches wide, and 14 inches high, with a weight of 127.5000 lbs. The item is described as having a criticality code of 'X' and a demilitarization code of 'Q'. The information provided appears to be for procurement or inventory purposes within a government defense context, likely for an RFP or grant related to aircraft maintenance and parts.
    The IUID Checklist, Version 1, details the Unique Item Identification (IUID) marking requirements for a HEAT EXCHANGER,AIR with NSN 1660011964473TP. This federal government document, relevant for RFPs and grants, specifies that marking should align with the latest MIL-STD-130, with the contractor determining the location and method. It also addresses embedded items, noting that if an item is embedded within the heat exchanger, Section (c)(1)(iii) of DFARS 252.211.7003 applies. This checklist is essential for ensuring compliance with federal acquisition regulations concerning item identification and traceability.
    The document details the specifications for a HEAT EXCHANGER, AIR, with NSN 1660011680332, critical for cooling bleed air before it enters the air cycle machine compressor and also cooling compressor discharge air before turbine entry. Key physical attributes include dimensions of 36.0000 inches in length and width, 14.0000 inches in height, and a weight of 135.5000 pounds. Constructed from aluminum alloy and various other metals, this component is specifically designed for B52 G/H model aircraft. Its legacy description further clarifies it is approximately 14 inches high, 36 inches long, and 20 inches wide, made of aluminum and plastic reinforced with fiberglass. The item is identified with CAGE 73030 and reference number 785770-4, with a demilitarization code of Q and security code U, highlighting its sensitive nature within government procurement.
    This government file is an Item Unique Identification (IUID) Checklist, specifically focusing on the IUID marking requirements for a HEAT EXCHANGER,AIR with NSN 1660011680332, as per DFARS 252.211.7003 Section (c)(1)(i). The item requires marking in accordance with the latest version of MIL-STD-130, with the contractor determining the location and method. Additionally, the checklist addresses embedded items under Section (c)(1)(iii), noting that the main item is an embedded item for the same NSN. This document ensures compliance with federal acquisition regulations regarding the unique identification of government property.
    The Commercial Asset Visibility Air Force (CAV AF) Reporting Requirements document outlines contractor responsibilities and procedures for reporting government-owned assets at repair facilities and inventory control points. Contractors must ensure daily accurate reporting of assets, maintain a minimum of two CAV AF reporters, 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 disposition of assets. It also addresses reporting for Nuclear Weapon Related Materiel (NWRM) and outlines actions for systemic data problems and discrepancies incident to shipment. The goal is to ensure timely and accurate asset visibility within the CAV AF system, with contact information provided for assistance and training.
    This Contract Data Requirements List (CDRL) outlines data submission requirements for a B52 Heat Exchanger contract (FD20302600360). It details six data items: Commercial Asset Visibility (CAV) Reporting, Contract Depot Maintenance (CDM) Monthly Production Report, Government Property (GP) Inventory Report, Production Surge Plan, Report of Shipping (Item) and Packaging Discrepancy (SF-364), and Technical Data Package (TDP). Each item specifies its title, authority, contract reference, requiring office, frequency (daily, monthly, annually, as required, or one-time), and submission details. Key requirements include electronic submission in English, specific reporting timelines (e.g., within 24 hours for CAV, 5 business days for CDM, 7 calendar days for GP), and distribution statements for controlled technical data. The CDRL also addresses surge capacity planning and discrepancy reporting procedures. All submissions are directed to devin.looney@us.af.mil, with the TDP also requiring submission to sean.ferguson.7@us.af.mil. This document serves for both basic and all option years of the contract.
    DI-MGMT-81838, titled "Commercial Asset Visibility (CAV) Reporting," outlines the format and content requirements for contractors using the CAV application. This web-based system tracks government-owned reparable assets throughout their repair cycle at commercial facilities, acting as an inventory management tool for these assets. Contractors report transactions via the World Wide Web, updating the CAV database. The DID details specific transactions, status code changes, and report types to be included in contractor reporting, such as asset receipt, inductions, completions, shipments, and various print functions for forms and reports. The purpose is to ensure consistent and comprehensive reporting within the CAV system, as defined in the contract's Statement of Work.
    The Contract Depot Maintenance (CDM) Monthly Production Report (DI-PSSS-81995A) is a crucial data item description for depot-level maintenance contracts. It provides the Government with vital monthly maintenance production figures, asset status and accountability, performance to schedule, anticipated production, and unresolved problems at contractor facilities. The report is structured in a detailed format, requiring information from both the Production Management Specialist (PMS) and the Contractor. Key data points include item identification, contract numbers, quantities on contract, reparables received, miscellaneous assets, reparables on hand, inducted items, items awaiting parts, quantity produced, serviceables on hand, serviceables shipped, condemned quantities, miscellaneous shipments, and the next month's production forecast. A production summary is only required under specific conditions, such as unmet forecasts or anticipated problems. This DID ensures transparency and effective oversight of federal contract depot maintenance operations.
    The DI-MGMT-80441D Data Item Description (DID) outlines the requirements for the Government Property (GP) Inventory Report, essential for contractors to periodically provide the Department of Defense (DoD) Service or Agency with an inventory of GP in their possession. This includes both Government Furnished Property (GFP) and Contractor Acquired Property (CAP). Applicable to all contracts involving GP, this DID supersedes DI-MGMT-80441C. The report must be submitted electronically in .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 and Classification of Government Property, Date of Last Physical Inventory, and Federal Condition Code. This ensures standardized reporting and oversight of government property across contracts.
    The DI-MGMT-80503 Data Item Description (DID) outlines the procedures for contractors to report shipping and packaging discrepancies to the Government using Standard Form 364 (SF 364). This report is crucial for adjusting property and financial inventory records and supporting claims related to discrepancies. The DID details comprehensive instructions for completing the SF 364, covering everything from identifying the type of discrepancy to providing specific data such as report numbers, dates, addresses, shipper details, transportation documents, item descriptions, quantities, unit prices, and discrepancy codes. It also specifies how to include remarks for clarification, funding information for packaging discrepancies, and distribution addresses for copies. The document emphasizes the importance of accurate and detailed reporting to ensure proper accountability and resolution of issues when contractors receive Government material during defense contracts.
    The Production Surge Plan (DI-MGMT-80969) is a crucial government document outlining a contractor's ability to rapidly increase and sustain production during peacetime without invoking emergency powers. This plan details the maximum sustainable production rate, including monthly buildup schedules and considerations for subcontractor capabilities. It requires lists of subcontracted and non-subcontracted items, identifying long-leadtime, critical, or pacing components with their lead times and subcontractor information. The plan also mandates a list of other government contracts with surge provisions, their impact on the current contract, and the impact of the current contract on commercial business. Additionally, it requires identifying additional skilled labor needs, strategic or critical materials, precious metals, substitute materials, and potential tooling/equipment investments to improve surge capability and reduce lead times. This data is vital for accelerated production planning of select critical items.
    DI-SESS-80776B, a Data Item Description (DID), outlines the requirements for Technical Data Packages (TDPs). A TDP provides a comprehensive technical description of an item, crucial for its acquisition, production, inspection, engineering, and logistics. It defines design, configuration, performance, and procedures, encompassing models, drawings, specifications, and software documentation. This DID specifies that TDPs must align with MIL-STD-31000B, Technical Data Packages, detailing various engineering design data types (conceptual, developmental, product, commercial, SIE, ST), specifications, software documentation, and packaging/quality assurance instructions. The document supersedes DI-SESS-80776A and emphasizes the inclusion of essential details like unique processes, performance ratings, dimensional data, critical manufacturing processes, and quality assurance provisions to ensure effective item performance and compliance.
    This government solicitation, FA8118-26-R-0017, issued by the Department of the Air Force, is for a five-year (three-year basic, two-year option) firm-fixed-price requirements contract for the remanufacture of B52 Heat Exchangers. The contract includes two types of heat exchangers, NSN 1660-01-196-4473TP and NSN 1660-01-168-0332, with specific quantities and delivery schedules. The solicitation outlines requirements for contractor qualifications, including a Pre-Award Survey, Initial Production Evaluation, and Source Approval Request process. It also details compliance with various regulations, such as Unique Item Identification (IUID) marking, NIST SP 800-171 DoD Assessment, and AS9100 quality standards. The document specifies procedures for
    This GFP Attachment details a solicitation for Primary and Secondary Heat Exchangers, crucial components for aircraft bleed air systems. The attachment, dated 2025-12-18, lists two distinct line items for these heat exchangers. The first item specifies 100 units of Part Number 782522-4, with NSN 1660011964473, designed to cool bleed air before it enters the air cycle machine. The second item requests 10 units of Part Number 785770-4, with NSN 1660011680332, which cools bleed air before the compressor and compressor discharge air before the turbine. Both items are designated with CAGE Code 73030, are not serially managed, and are classified for 'Use As-Is.' This document is likely a component of a larger federal government Request for Proposal (RFP) or a similar procurement document, outlining essential aviation parts for acquisition.
    The document outlines packaging requirements for various items under different Purchase Instrument Numbers, with a strong emphasis on compliance with international standards for wood packaging material (WPM). Specifically, all WPM must be constructed from debarked, heat-treated wood (56 degrees Celsius/133 degrees Fahrenheit for 30 minutes) and certified by an ALSC-recognized agency, adhering to ISPM No. 15 to prevent invasive species. While some items have "No Packaging Data Required," others, like PACRN AAC and AAD, mandate military packaging and marking in accordance with MIL-STD-2073-1 and MIL-STD-129, including additional barcoding and OEM information as specified. The document details coded data for preservation and packaging levels, unit pack dimensions, and weight, ensuring strict adherence to military and international regulations for shipping and storage.
    This Statement of Work (SOW) outlines the requirements for the remanufacture of B-52 Primary-Secondary Heat Exchangers for the Department of the Air Force. The SOW details general information, including definitions, pre-award survey, and initial production evaluation requirements. It also specifies reporting, quality program, inspection system, and special tools/test equipment requirements. The document covers essential aspects like parts control, technical order maintenance, and safety. Furthermore, it details the scope of work, including general and specific remanufacture requirements, delivery schedules, and applicable technical documents. The SOW also addresses government property, consumable parts replacement, and comprehensive supply chain risk management, emphasizing continuity of operations, foreign influence, and cybersecurity measures.
    This government file details special packaging instructions (SPI) for a U.S. Air Force aircraft heat exchanger (National Stock No. 1660-01-196-4473 TP). The document, identified by SPI No. F 01-196-4473, outlines preservation and packing requirements in accordance with MIL-STD-2073 and MIL-STD-129. It specifies serviceable and unserviceable methods, cleaning, drying, and marking instructions, including special markings for reusable containers and a
    The document, Purchase Instrument Number FD20302600360-00, details transportation data and instructions for a government procurement. It specifies F.O.B. terms as 'Origin' and provides critical guidance for contractors on shipping procedures, particularly emphasizing contact with DCMA Transportation for all 'DCMA Administered' contracts prior to shipment. Contractors must use the DCMA Shipment Instruction Request (SIR) eTool System for obtaining regulatory clearances, shipping documentation, and instructions, especially for F.O.B. Origin, Foreign Military Sales (FMS), and F.O.B. Destination OCONUS/Export movements. Failure to contact DCMA may lead to freight frustration and additional vendor expenditures. The document also lists specific FAR citations (52.247-29, 52.247-53, 47.305-10) related to transportation provisions and provides detailed transportation funds information and multiple line items with NSN/Pseudo NSN and ship-to remarks, indicating various commodities and their respective destinations or requirements.
    Lifecycle
    Title
    Type
    Similar Opportunities
    HEAT EXCHANGER, AIR_N00383-26-Q-B053
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is seeking quotes for the procurement of 16 heat exchangers for air systems, specifically for a Foreign Military Sales (FMS) repair for Kuwait. This opportunity utilizes limited source procedures and is aimed at acquiring parts identified by NIIN 013501156 and P/N 2340472-3-1, which are critical for aircraft air conditioning, heating, and pressurizing equipment. The contract will be awarded to the offeror providing the lowest price technically acceptable (LPTA) quote, with no set-aside recommendation applicable for small businesses. Interested vendors should submit their quotes via email to Devon M. McNamee at devon.m.mcnamee.civ@us.navy.mil, as the procurement process is initiated upon the Government's acceptance of the contractor's proposal.
    HEAT EXCHANGER OBIG
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair of the Heat Exchanger OBIG, identified by NSN 7RH 1680 015854841 P8 and Part Number 2342154-2-1. The procurement requires suppliers to provide FAA-certified parts with an FAA Authorized Release Certificate, ensuring compliance with aviation safety standards. This contract is crucial for maintaining operational readiness and reliability of aircraft systems, with a focus on delivering high-quality repairs within a specified turnaround time of 65 days. Interested vendors must submit their firm-fixed price quotes by November 24, 2025, and can direct inquiries to Lara Szott at 215-697-3473 or via email at LARA.L.SZOTT.CIV@US.NAVY.MIL.
    16--HEAT EXCHANGER,FLUI
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure a heat exchanger, fluid, under a sole source contract with Sikorsky Aircraft Corp. The requirement includes one unit of the heat exchanger, identified by National Stock Number (NSN) 1R-1615-017023924-H5 and Part Number 06375-04801-128, which is critical for helicopter rotor blades and associated drive mechanisms. This procurement is classified as Foreign Military Sales (FMS) and is not set aside for small businesses, with the solicitation expected to be issued on January 13, 2026, and responses due by February 12, 2026. Interested parties are encouraged to submit capability statements to the primary contact, Taylor M. O'Connor, via email at taylor.m.oconnor2.civ@us.navy.mil.
    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.
    HEAT EXCHANGER,AIR_N0038326QB054
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is seeking quotes for the procurement of 11 heat exchangers for air conditioning, heating, and pressurizing equipment, specifically for a Foreign Military Sales (FMS) repair for Kuwait. This opportunity utilizes limited source procedures and will be awarded to the offeror providing the lowest price technically acceptable (LPTA) quote. The heat exchangers are critical components for aircraft systems, ensuring operational efficiency and safety. Interested vendors must submit their quotes via email to Devon M. McNamee at devon.m.mcnamee.civ@us.navy.mil by the specified closing date in the solicitation.
    FD20302500817 - Repair of Thermostat, Flow, NSN: 6685-01-168-2426TP
    Dept Of Defense
    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.
    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.
    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.
    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).
    Cooler, Lubricating
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is seeking to procure a specialized heat exchanger designed to cool the lubricating oil in engines or machinery, specifically for use in Recovery Vehicles M51/M74/M88. This procurement involves a long-term contract for 14 units, with a maximum quantity of 479 units, and is limited to authorized distributors of Renk America, LLC and Tecmotiv USA, Inc., as the Technical Data Package is proprietary to these manufacturers. Interested parties should note that the solicitation is anticipated to be posted on SAM.gov after January 15, 2026, and for further inquiries, they can contact David Edwards at david.edwards@dla.mil or 586-467-1148.