Repair of B-1B Rate of Flow Transmitter
ID: FA811725R0005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8117 AFSC PZABATINKER AFB, OK, 73145-3303, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES (J016)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B-1B Rate of Flow Transmitter under solicitation number FA8117-25-R-0005. The procurement aims to secure comprehensive repair services, including inspections and data reporting, to ensure the operational readiness of this critical aircraft component, with a focus on quality control and compliance with military standards. This opportunity is open to various business types, including small and veteran-owned entities, and requires submissions by March 10, 2025. Interested contractors can reach out to primary contact Relijah Sherman at relijah.sherman@us.af.mil or secondary contact David Herrig at david.herrig.1@us.af.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines packaging requirements under Purchase Instrument Number FD20302500346-00, emphasizing compliance with international standards for wood packaging materials (WPM) to mitigate risks from invasive species, such as the pinewood nematode. It specifies that all wood used in packaging must be debarked and heat-treated to standards established by accredited agencies. The packaging must adhere to military standards (MIL-STD 129 and MIL-STD 2073-1) for military marking and preservation, with additional guidelines for shipping containers, including specific markings and potential supplemental instructions. The document is under the purview of the 406 SCMS/GULAA office, with contact information for the packaging specialist provided. The emphasis on adherence to international phytosanitary standards reflects the document's significance in global shipping and environmental protection measures. Overall, it presents critical guidelines to ensure safe and compliant packaging practices in support of government procurements and logistics operations.
    This document outlines a federal Request for Proposal (RFP) regarding transportation data related to the procurement of items distributed to the DLA Distribution Depot in Oklahoma. Initiated on November 22, 2024, under the purchase instrument number FD20302500346-00, the file specifies logistical details including ship-to addresses, account markings, and related National Stock Numbers (NSN) for multiple line items. Each line item, numbered 0001 through 0006, pertains to different NSN entries, all directed to the same installation. The document also references transportation account codes, funding information, and a contact person, Dorothy A. Langford from 406 SCMS/GULAA, which serves to facilitate any further inquiries. Authorized transport and the assurance of delivery terms point to necessary compliance protocols within the federal procurement system. The document captures vital logistical and administrative details needed for addressing proposals related to transportation services. Overall, it signifies a structured approach to managing government acquisitions, reflecting the procedural and accountability requirements mandated in federal contracting processes.
    The Federal Acquisition RFP FA8117-25-R-0005 outlines the requirements for the repair and maintenance of the B-1B Rate of Flow Transmitter, detailing a comprehensive Contract Data Requirements List (CDRL). It specifies various data item descriptions, including an annual Government Property Inventory Report, Production Surge Plan, Commercial Asset Visibility Reporting, Counterfeit Prevention Plan, and others, indicating their mandatory frequencies and formats. Each report is aimed at ensuring accountability, transparency, and effective supply chain management in compliance with Department of Defense regulations. The document emphasizes the need for thorough reporting mechanisms to support operational readiness while identifying potential risks in logistics and material sourcing. Specific submission requirements and protocols for sharing sensitive information are also highlighted, reflecting the strategic importance of these assets in national defense. Overall, the RFP aims to ensure that contractors maintain high standards of quality control and reporting, enhancing the operational effectiveness of military assets.
    The document outlines a government procurement request for the repair of the B1 Rate of Flow Transmitter, identified under Solicitation Number FA811725R0005. It specifies that the item is a non-serialized component required in a quantity of 52 units, with an acquisition cost of $11,911.00 each. The attachment includes relevant details such as the item description, serialization status, and associated codes (NSN, CAGE Code, Part Number). The delivery details and requirements are noted but are not elaborated. The overall purpose of this document is to facilitate the procurement process for a critical component necessary for operational readiness in governmental operations. It underscores the importance of efficient acquisition procedures within the context of federal grants and RFPs.
    The Department of the Air Force outlines the Performance Work Statement (PWS) for the repair of the Airframe Flowmeter under purchase request FD2030-25-00346, prepared for Tinker Air Force Base. The PWS details the responsibilities of the Contractor, including specific repair capabilities, quality assurance measures aligned with ISO 9001:2015, and procedures for handling obsolescence and condemnation of parts. Key elements include quality management, ensuring that no more than 3% of delivered items result in quality deficiency reports, and adherence to strict delivery schedules. Additionally, the PWS emphasizes the requirement for equipment calibration, counterfeiting prevention strategies, and compliance with environmental regulations regarding ozone-depleting substances and lead-free electronics. The document is structured with a clear table of contents and thorough sections on service requirements, government property handling, safety and health policies, and reporting obligations. This PWS serves as a critical framework for the successful execution of repair services within the defense supply chain, ensuring the standards required for military equipment maintenance are met systematically and efficiently.
    The document is a Request for Proposal (RFP) issued by the Department of the Air Force for the procurement of repair services for the B-1B Rate of Flow Transmitter, under solicitation number FA8117-25-R-0005. The acquisition is categorized as unrestricted, accessible to various business types, including small and veteran-owned entities. The RFP outlines the services to be provided over multiple option years, including repairs, inspections, and data requirements linked to performance work specifications. It establishes a time frame for submission (due by March 10, 2025) and details payment procedures through the Wide Area Workflow system, emphasizing electronic invoicing and necessary documentation for contract compliance. Particular focus is placed on quality control standards and requirements for acceptance criteria, including Government Contract Quality Assurance inspections. The contract contains specific clauses related to payment restrictions, contractor responsibilities, and outlines penalties for noncompliance with federal regulations. Overall, the RFP underscores the Air Force's commitment to maintaining operational readiness through systematic procurement and oversight of essential repair services.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    REPAIR OF B-1 INTEGRATED BATTLE STATION PROCESSOR SRUS
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B-1 Integrated Battle Station Processor SRUS, with the contract number FA8117-23-R-0015. The procurement aims to ensure the operational readiness of critical electronic systems used by the Air Force, requiring contractors to adhere to strict quality assurance standards and timely delivery schedules. This opportunity is vital for maintaining the functionality of the B-1 aircraft, with a proposal submission deadline extended to April 30, 2025. Interested parties can reach out to Michael Shand at michael.shand@us.af.mil or David Herrig at david.herrig.1@us.af.mil for further inquiries.
    Overhaul of B-1 Hydraulic Motors
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul of B-1 hydraulic motors under Solicitation FA8118-25-R-0025. This procurement involves a one-year firm fixed-price requirements contract, where the selected contractor will be responsible for disassembly, cleaning, inspection, reassembly, and testing of the hydraulic motors to restore them to a like-new condition. The overhaul is critical for maintaining operational readiness and ensuring the reliability of essential defense equipment. Proposals are due by March 3, 2025, at 3:00 PM, and interested parties should direct inquiries to Dessie Breslin at dessie.breslin@us.af.mil or Amy Gil at amy.gil@us.af.mil.
    FD20302500815 - Spare Buy of the B-1 Electrical Solenoid - NSN: 5945-01-204-3507TP
    Buyer not available
    The Department of Defense, through the Air Force Sustainment Center, is planning to procure a spare B-1 Electrical Solenoid, identified by NSN 5945-01-204-3507TP, under Purchase Request FD2030-25-00815. This procurement involves a firm fixed-price contract for the delivery of 27 units, with a deadline for delivery set for January 7, 2026, and allows for early delivery options. The B-1 Electrical Solenoid is a critical component for the B-1 bomber aircraft, emphasizing the importance of quality and compliance in sourcing such essential parts. Interested vendors must submit a Source Approval Request (SAR) and written inquiries via email to the primary contact, Kacie Cram, at Kacie.cram@us.af.mil, with a request for quotation (RFQ) expected around March 1, 2025, and a closing date of May 1, 2025.
    Transmitter, Pressure, [WSDC: 04F]. End Item: Aircraft, Stratofortress B-52 PR: 7003343369 NSN: 6620-006013885, IAW P/N: 4028T52P02 and P/N: 418-05044
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 108 units of a Pressure Transmitter, specifically for the Aircraft Stratofortress B-52, under NSN 6620-006013885. This solicitation is aimed at obtaining a firm fixed price contract, with the original equipment manufacturers identified as Ontic Engineering and Manufacturing and Meggitt (Orange County), Inc., both of which are approved sources for the required part numbers. The contract is significant for maintaining the operational capabilities of the B-52 aircraft, with a delivery schedule of 264 days after receipt of order. Interested vendors should note that the solicitation is expected to be issued around February 12, 2025, with proposals due by March 14, 2025, and can contact Melinda Johnson at Melinda.Johnson@dla.mil or 804-279-1627 for further information.
    TRANSMITTER, RATE OF FLOW
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting quotes for the procurement of fuel flow transmitters under solicitation number SPRTA1-25-Q-0102. This procurement includes the acquisition of three First Article Test Units, with additional production units contingent upon government acceptance of the first article, emphasizing the importance of compliance with quality standards such as ISO 9001-2015. The fuel flow transmitters are critical components for military applications, ensuring accurate measurement and control of fuel flow in various aircraft systems. Interested vendors must submit their quotations electronically by February 21, 2025, and can direct inquiries to Michael Hannan at Michael.Hannan.1@us.af.mil or by phone at 405-855-7126.
    Flight Data Recorder
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of KC-135 Flight Data Recorders under solicitation number FA8117-25-R-0007. Contractors are required to demonstrate their capabilities in providing high-quality repair services that comply with ISO 9001:2015 standards, including adherence to stringent counterfeit prevention measures and effective supply chain risk management. The Flight Data Recorders are critical components for military operations, ensuring the reliability and safety of aircraft systems. Proposals are due by March 13, 2025, and interested parties can contact Tanner Mullins at tanner.mullins.1@us.af.mil or Sheila M. Thee at sheila.thee@us.af.mil for further information.
    FA822025RB004 F-4 Repair and Overhaul
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and overhaul of F-4 aircraft parts under the contract FA822025RB004, aimed at supporting Foreign Military Sales (FMS) countries. The procurement involves teardown, testing, evaluation, repair, and overhaul of various components, with detailed requirements outlined in the Request for Proposal (RFP) including specific Contract Line Item Numbers (CLINs) and associated conditions. This initiative is crucial for maintaining operational readiness and capability of military assets, ensuring compliance with federal acquisition regulations. Interested contractors must submit their proposals by February 28, 2025, and can direct inquiries to Danielle Stiff at danielle.stiff.1@us.af.mil or by phone at 1-801-777-8416.
    Remanufacture of Electro-Mechanical Actuator NSN: 1680-01-289-2958RK PN: Y56A
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of B-1B Electro-Mechanical Actuators, identified by NSN 1680-01-289-2958RK and part number Y56A. This procurement involves a five-year firm-fixed price Requirements type contract, which includes a three-year basic ordering period and a two-year option, aimed at restoring the actuators to like-new condition while adhering to stringent quality standards and regulatory requirements. The actuators are critical components for aircraft rudder positioning, enhancing aviation safety and operational effectiveness. Interested small businesses are encouraged to submit proposals, with the contract award anticipated on May 7, 2024. For further inquiries, Matthew Churchwell can be contacted at matthew.churchwell.2@us.af.mil or by phone at 405-582-4184.
    TIP,AIRCRAFT/ 04F, 56F / B-1B BOMBER
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking qualified small businesses to provide aircraft parts for the B-1B Bomber under a presolicitation notice. The procurement involves an indefinite quantity contract (IQC) for the part identified as TIP, AIRCRAFT, with an estimated annual quantity of 36 units, to be delivered within 228 days after order placement. This contract is crucial for maintaining the operational readiness of military aircraft, and it requires contractors to be certified by the Department of Defense to access unclassified data. Interested parties can find the solicitation on the DLA Internet Bid Board System (DIBBS) around January 21, 2025, and should direct inquiries to Michael Kershaw or Leslie Adams via the provided contact information.
    Remanufacture of B-1 Direct Current Motor
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of B-1 Direct Current Motors under solicitation FA8118-25-R-0022. This opportunity is set aside for small businesses, including those owned by women and service-disabled veterans, and entails a three-year firm fixed-price requirements contract, with an anticipated performance period from March 2025 to March 2028. The remanufactured motors are critical components for maintaining the operational readiness of the B-1 aircraft, ensuring compliance with quality assurance standards and regulatory requirements throughout the process. Interested contractors should reach out to Nonika Allen at nonika.allen.1@us.af.mil or Morgan Mcgarity at morgan.mcgarity@us.af.mil for further details and to obtain necessary documentation, including the Government Property Inventory Report and the Statement of Work, which outline specific reporting and compliance obligations.