B-2 Landing Gear Valve, Regulation, FL
ID: FA820325Q0003Type: Solicitation
AwardedJul 16, 2025
$39.3K$39,334
AwardeeDA/PRO RUBBER, INC Broken Arrow OK 74012 USA
Award #:FA820325P0002
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8203 AFSC PZAAB2HILL AFB, UT, 84056-5825, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS (1680)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of elastomer pads used in the B-2 landing gear valve regulation, with the solicitation number FA8203-25-Q-0003. This opportunity is set aside for small businesses and requires compliance with stringent technical and pricing criteria, including a Lowest Price Technically Acceptable (LPTA) evaluation approach. The elastomer pads are critical components for ensuring the operational integrity of military aircraft, emphasizing the importance of quality and adherence to military standards in their production. Interested contractors must submit their proposals by April 28, 2025, and can direct inquiries to Justin Mckinley at Justin.mckinley.2@us.af.mil or Nathan Hirschi at nathan.hirschi@us.af.mil for further information.

    Files
    Title
    Posted
    The document presents a Data Bid Set Request (SOL #: FA8203-25-Q0003) prepared by a U.S. government issuing office, focusing on compliance with safeguarding Scientific & Technical Information (STINFO) within federal procurement processes. It specifies that the Data Package will not be made publicly available on sam.gov, requiring interested contractors to request it directly in writing to maintain protocol integrity. Distribution statements categorize the data's accessibility, with statement “D” confirming that it is for Department of Defense (DoD) and U.S. DoD contractors only and is subject to Export Control restrictions. To obtain this data, DoD contractors must submit a valid DD Form 2345, while non-DoD contractors must provide detailed organizational information and ensure the designated data custodian is a U.S. citizen or permanent resident. Upon approval, the data will be sent via a secure method, either through a DoD Secure Access File Exchange (SAFE) or on CD ROM. This structured request system is intended to ensure that sensitive military data is handled securely and only shared with qualified contractors, thereby promoting both compliance and competition in the bidding process.
    The document FD20202500527 pertains to a federal Request for Proposals (RFP) related to improving government operations through innovative technology solutions. The main goal is to solicit proposals from qualified vendors who can deliver services aimed at enhancing efficiency, data management, and communication within federal agencies. Key requirements include the need for scalable solutions that can integrate with existing infrastructures and meet federal compliance standards. Proposals must address both technical capabilities and a comprehensive project management approach, ensuring timely delivery and adherence to budgetary constraints. The RFP highlights the government's commitment to leveraging technology to streamline processes and improve service delivery to the public. This document serves as a guide for potential bidders, outlining the criteria for selection and the importance of demonstrated expertise in similar projects. Ultimately, it aims to foster competitive bidding while achieving significant advancements in governmental operations through effective technological interventions.
    The document outlines critical engineering data related to the F-15 landing gear, specifically detailing an elastomer pad component. It includes various engineering drawings, revision notes, and a structured history of the data. The engineering notes provided are based on Air Force drawing 201416605, emphasizing that previous versions of the Hill AFB Form 462 for this National Stock Number are no longer applicable for manufacturing this component. Additionally, it notes that releasing this data to foreign entities is contingent upon approval from the Foreign Disclosure Office. The document is considered classified and mandates specific protocols for various types of documentation related to the project. It highlights the importance of compliance with military regulations and standards in the production of the landing gear components, targeting organizations that may engage in contracting or manufacturing related to this component.
    The solicitation FA8203-25-Q-0003 outlines the evaluation criteria for awarding contracts based on a Lowest Price Technically Acceptable (LPTA) approach. Proposals will be assessed primarily on the Total Evaluated Price (TEP) of the unit price for Production (CLIN 0001AB), ensuring fairness regardless of whether a First Article is required. The evaluation criteria consist of two main factors: Price and Technical Acceptability. The Price Factor focuses on the unit price for CLIN 0001AB, which should reflect the best value for the government. The Technical Acceptability factor is divided into three subfactors: 1. **Approved Source**: Proposals must be from approved engineering sources to ensure part quality, with an attached list of approved sources provided. 2. **Required Delivery Schedule**: Proposals must include a delivery schedule that meets or exceeds the specified timeline in the solicitation. 3. **Subcontracting Plan**: Large businesses must submit a Subcontracting Plan for evaluation, which will be incorporated into the contract if awarded. This solicitation emphasizes rigorous criteria to ensure both cost and technical viability while maintaining a competitive and fair bidding process for contractors.
    The document is a Request for Quotation (RFQ) issued by the Department of the Air Force for the procurement of elastomer pads, specifically designed for a clamp block, identified by National Stock Number (NSN) 1680-01-691-7833. The RFQ outlines a structured solicitation for suppliers, which includes detailed instructions for quotation submission, delivery requirements, and product specifications. The procurement emphasizes compliance with quality assurance standards and inspection at the source to ensure safety, especially concerning aviation applications. Additionally, the document details the legal clauses and certifications relevant to federal contracts, emphasizing the importance of adhering to acquisition regulations, including the Buy American Act. The submission due date is noted as April 28, 2025, and the document advises potential suppliers that quoting is not a guarantee of an award. This RFQ reflects standard government practices in encouraging competitive bids while specifying strict compliance measures to ensure quality and national defense standards.
    This document outlines the qualification requirements for potential suppliers of the Elastomer Pad (NSN: 1680-01-691-7833, P/N: 201416723-30) for the F-15 aircraft. To become a qualified source, offerors must notify the appropriate government office, provide evidence of manufacturing and testing capabilities, maintain a complete data package, and comply with strict government standards, including Unique Identification requirements. They must also create a qualification test plan, submit it for approval, and provide a qualification article for evaluation. The document estimates costs and timelines for this qualification process, indicating a likely expense of $2,000 and a completion timeframe of 365 days. Waiver criteria are also provided, enabling some offerors to bypass certain requirements if they demonstrate prior qualifications or related experience. The overall objective is to establish a vetted and compliant pool of suppliers for critical components within government contracts, highlighting the importance of adherence to regulatory standards in defense manufacturing.
    The document outlines the packaging requirements under Purchase Instrument Number FD20202500527-00, emphasizing compliance with international regulations on wood packaging materials (WPM) to prevent invasive species like the pinewood nematode. It states that all wooden packaging must be constructed using debarked wood and heat-treated to specified standards, with certification from an accredited agency. The document details shipping container marking, requiring adherence to MIL-STD-129 for military marking and ASTM D3951 standards for commercial packaging. Additional instructions include specifications for packaging heavy items and warnings against outside storage. It further specifies the roles and contact information of the packaging specialist overseeing these requirements. This document is vital in ensuring that packaging complies with governmental and international standards, promoting safe logistics and global shipment practices.
    Lifecycle
    Similar Opportunities
    Seal, Air, Aircraft G.
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of aircraft air seals, specifically identified by NSN 2840-01-205-7555NZ and part number 4061976. This procurement is critical for maintaining aircraft safety, with a requirement for 15 units to be delivered on or before August 15, 2025, and a minimum order quantity of 4 units. The approved source for this procurement is RTX Corporation, which has a history of supplying these components, and the estimated issuance date for the Request for Proposal (RFP) is December 20, 2024, with a closing date of January 23, 2025. Interested parties can contact David Todd Isaac at david.isaac.4@us.af.mil or by phone at 405-855-3000 for further information.
    PAD CUSHIONING | DUN | CONSOL PSE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for an indefinite quantity contract (IQC) for pad cushioning components, specifically the CONSOL PSE, with an estimated annual requirement of 1,840 units. This procurement is crucial for maintaining operational readiness, as the components are classified under miscellaneous aircraft accessories and components, highlighting their importance in aviation logistics. The contract will span a base period of five years, with delivery expected 175 days after receipt of order, and inspections will occur at the destination. Interested vendors can access the solicitation on or about December 22, 2025, via the DLA Internet Bid Board System (DIBBS), and inquiries can be directed to Ryan Loeffelholz at ryan.loeffelholz@dla.mil or by phone at 804-279-1452.
    Remanufacture of F-15 Butterfly Valve
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to remanufacture F-15 Butterfly Valves under a total small business set-aside contract. This five-year firm fixed-price requirements contract involves comprehensive tasks including disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing to restore the valves to a like-new condition, with strict adherence to quality and safety standards. The F-15 Butterfly Valves are critical components for controlling cabin airflow in the aircraft, emphasizing the importance of reliability and performance in military operations. Interested vendors must submit proposals by December 15, 2025, and can direct inquiries to Jessica Vinyard at jessica.vinyard.1@us.af.mil or Matthew Churchwell at matthew.churchwell.2@us.af.mil for further details.
    SEAL AIR, AIRCRAFT G
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for a critical safety aircraft seal, specifically part number 4061976, under solicitation number SPRTA126Q01246. The procurement requires the delivery of one unit by August 16, 2028, with qualification requirements applicable, and the item is not export-controlled nor surplus authorized. This seal is vital for aircraft operations, ensuring safety and performance, and the approved source for this item is RTX Corporation, which has a recent purchase history for similar units. Interested parties should note that the RFP is expected to be issued on November 20, 2025, with a closing date of December 20, 2025, and can contact David Todd Isaac at david.isaac.4@us.af.mil or by phone at 405-855-3000 for further information.
    ELBOW ASSEMBLY, BLEED
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the Elbow Assembly, Bleed, specifically for the F-16 Aircraft, under the National Stock Number (NSN) 1560-01-046-1374. This procurement is a Total Small Business Set-Aside, aimed at acquiring 40 units annually over a five-year base period, with a contract term of six months and a delivery schedule of 429 days after award. The items are critical for aircraft operations and require compliance with export control and configuration control standards. Interested vendors must submit a written proposal and complete the solicitation available on the DLA Internet Bid Board System (DIBBS) by the issue date of December 24, 2025. For further inquiries, potential offerors can contact Renee Griffin at renee.griffin@dla.mil or by phone at 445-737-2040.
    VALVE,NOSE LANDING
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting bids for the procurement of a Nose Landing Valve (NSN: 1620-01-045-6113) for F-16 aircraft. The contract includes requirements for a First Article Test Report and production articles, with specific delivery timelines set for 180 calendar days after contract award for the test report and by July 25, 2027, for production articles. This valve is critical for directing hydraulic fluid in the landing gear system of the F-16, underscoring its importance in maintaining aircraft operational readiness. Interested contractors must submit their quotations by January 5, 2026, and can contact Michelle L Parker at 385-519-8190 or via email at michelle.parker.2@us.af.mil for further details.
    SPE4A626RX114, 6685-001244336, Tire Inflator Assem, Part# : M85352/1
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of Tire Inflator Assemblies, specifically part number M85352/1, under a Combined Synopsis/Solicitation notice. This opportunity is set aside for small businesses and aims to establish a Commercial Indefinite Delivery Contract with a base period of five years, focusing on price, past performance, and other evaluation factors. The Tire Inflator Assemblies are critical application items, with an estimated annual demand of 320 units, and require delivery within 72 days after receipt of order. Interested vendors should contact Francis Rettzo at 445-737-8631 or via email at Francis.Rettzo@dla.mil for further details, with the solicitation anticipated to be available on December 2, 2025, through the DIBBS website.
    GEARBOX,LANDING
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for three units of the Gearbox, Landing (NSN: 1620-00-617-9123) specifically for C-130 aircraft, primarily aimed at Foreign Military Sales (FMS) customers. The procurement emphasizes compliance with AS9100 quality standards, the Buy American Act, and various military standards for packaging and marking, including MIL-STD-130 and MIL-STD-2073-1E. This opportunity is critical for maintaining the operational readiness of military aircraft and ensuring compliance with national defense requirements. Interested contractors must submit their proposals by December 17, 2025, and can reach out to Richard Dunlap at richard.dunlap.2@us.af.mil or call 385-591-8306 for further information.
    F-100 Case, Compressor, Air
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of F-100 compressor air cases under the presolicitation notice SPRTA1-24-R-1845. This procurement aims to secure a minimum of 3 and a maximum of 18 units, with a delivery schedule of 2 units per month starting before June 16, 2025, and is not classified as a critical safety item. The solicitation will be available electronically, and proposals will be evaluated based on price, technical merit, and past performance, with submissions due within 45 days of publication. Interested parties can direct inquiries to Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112.
    MANUFACTURE OF STRUCTURAL PANEL FOR THE B-1 AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the manufacture of structural panels for the B-1 aircraft under a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This procurement requires compliance with specific quality standards, including AS9100/ISO 9001-2015, and necessitates an "EXPORT CONTROLLED" certification to access technical data, with annual estimated quantities of 33, 31, and 31 units over the contract period. The contract, which will be awarded based on the Lowest Price Technically Acceptable (LPTA) criteria, has a minimum order quantity of 24 units and a maximum of 95 units per order, with a total contract maximum of 142 units. Interested parties should submit their proposals by December 15, 2025, at 3:00 PM, and can contact Dana Craun at dana.craun@us.af.mil or 405-426-9405 for further information.