J85 Engine Repair / Bearings
ID: FA812224R0019Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8122 AFSC PZAABTINKER AFB, OK, 73145-3303, USA

NAICS

Aircraft Engine and Engine Parts Manufacturing (336412)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- BEARINGS (J031)
Timeline
    Description

    The Department of Defense, through the Department of the Air Force, is seeking proposals for the repair of J85 engine bearings used in T-38 aircraft, under a Firm-Fixed Price (FFP) Indefinite Delivery Requirements Type Contract. The contract will encompass a one-year basic period with four optional one-year extensions, focusing on the overhaul, repair, and modification of these critical components to ensure operational readiness. This procurement is vital for maintaining the performance and reliability of the T-38 aircraft, which plays a significant role in Air Force training operations. Proposals are due by October 29, 2024, and interested contractors must be qualified sources in accordance with FAR 52.209-1, with inquiries directed to Brandi Bridgett at brandi.bridgett@us.af.mil or Tara Parker at tara.parker.4@us.af.mil.

    Point(s) of Contact
    Brandi Bridgett (Contract Specialist)
    brandi.bridgett@us.af.mil
    Tara Parker (Contracting Officer)
    tara.parker.4@us.af.mil
    Files
    Title
    Posted
    The document outlines the Contract Data Requirements List (CDRL) for the contract numbered FD20302301369, detailing various data items the contractor must submit. The primary focus is on ensuring accurate reporting and accountability of government assets, maintenance activities, and any discrepancies in shipping and packaging. Key elements include the requirement for Commercial Asset Visibility (CAV) Reporting, with the contractor required to submit data within 24 hours of transactions, and the Contract Depot Maintenance (CDM) Monthly Production Report, which needs to be provided within five business days of month-end. Additionally, it emphasizes the reporting of discrepancies through the SF-364 form and outlines the Acquisition and Sustainment Data Package Deficiency Report for any material issues. Each reporting requirement is coded, categorized, and prescribed frequency—such as annual or monthly—along with specific distribution statements that limit access to authorized personnel only. The document also incorporates messages related to export control and data destruction, illuminating the importance of compliance to safeguard sensitive information. Overall, the CDRL serves as a framework for transparent communication of contractor performance and adherence to contractual obligations in managing critical military and defense resources.
    The document outlines the procedures for reporting discrepancies in shipping and packaging related to government contracts through the "Report of Shipping (Item) and Packaging Discrepancy" (SF 364). It serves as a notification mechanism for contractors to formally report instances where received freight does not match the shipping documentation. Key functionalities include aiding in inventory accounting adjustments and providing grounds for claims related to discrepancies. Preparation instructions detail the form's necessary items, including date, report number, contact information, shipment details, and discrepancies encountered. It also specifies how to classify the nature of discrepancies and required actions. The document ensures proper reporting and accountability, adhering to federal standards while facilitating correct resolution of shipping and packaging errors. Its framework supports adherence to federal guidelines for government contracts, strengthening oversight and compliance.
    The document outlines the Commercial Asset Visibility Air Force (CAV AF) and Government Furnished Material (GFM) report requirements related to Contract Depot Maintenance (CDM) contracts. CAV AF is a web-based system designed to track end item repairs and GFM transactions, ensuring visibility and oversight of military assets. This Data Item Description (DI) includes instructions for preparing reports on various asset transactions, including receipts, inductions, completions, and shipping activities, which are critical for contractors engaged in depot-level repairs. The document details the specific transaction types and formats contractors must adhere to, emphasizing the need for accurate reporting through the CAV AF system. All related documentation and processes are to be in accordance with the latest revisions specified in contracts. Overall, this framework supports effective management and accountability of government-provided materials and maintenance activities in an organized manner.
    The Government Property (GP) Inventory Report (DI-MGMT-80441D) is a formal requirement for contractors to periodically submit an inventory of both Government Furnished Property (GFP) and Contractor Acquired Property (CAP) to the Department of Defense (DoD). Applicable to contracts involving GP, this document outlines the necessary format, content, and usage for the report, transitioning from the previous version, DI-MGMT-80441C. The report must be presented in an electronic format (.xls or .xlsx) and include specific data fields such as contract number, asset identification numbers, item descriptions, quantity, unit acquisition cost, asset location, type of government property, and classification among others. This structured approach ensures accurate tracking and management of government property in contractor possession. Overall, the GP Inventory Report serves a critical function in maintaining an organized inventory, facilitating compliance with government standards, and ensuring proper management of assets throughout the period of contract performance.
    The Production Surge Plan outlines a contractor's ability to quickly ramp up and maintain production capacity for critical items in a non-emergency context, without invoking war powers. The plan includes key data on sustainable production rates, an inventory of long-leadtime and critical components, and identifies existing government contracts with surge provisions. Key elements of the report require detailing the production buildup schedule, lists of subcontractor and non-subcontracted components, labor needs, strategic materials, and necessary tooling. Furthermore, it assesses the impact of surging production on other government contracts and suggests possible approaches for enhancing production capabilities and reducing lead times. The aim is to ensure preparedness for rapid production increases while adhering to contract obligations and maximizing resource efficiency.
    The document outlines the Data Item Description (DID) for the Comprehensive Engine Management System (CEMS) Reporting, designated as DI-MGMT-81324C, which provides instructions for reporting aircraft engine and component status to the Air Force. This reporting is essential for maintaining an accurate global inventory of Air Force engines and components. The document specifies the required formats, content, and reporting processes, including the necessary access protocols for contractors. Contractors must complete forms such as the DD Form 2875 and undergo a National Agency Check with Inquiries to access the CEMS system. Additionally, the document serves as a replacement for the previous version, DI-MGMT-81324B. Overall, this DID ensures accountability and proper management of Air Force engine resources, emphasizing the importance of accurate data reporting in support of military operations.
    The document titled "Commercial Asset Visibility (CAV) Reporting" (DI-MGMT-81838) outlines the requirements and functionalities related to a web-based application designed for tracking government-owned reparable assets during their repair cycle at contractor facilities. The primary goal of CAV is to streamline inventory management for these assets, allowing contractors to report transactions in real time, which in turn updates the CAV database automatically. Key requirements include standardized transaction formats, which are specified in the Contract Statement of Work, and detailed reporting on various asset statuses such as asset receipt, inductions, shipment, and discrepancies. The document also specifies a comprehensive list of actions and reports that the contractor must execute, including generating reports on asset conditions, shipments, and maintenance actions. Overall, the CAV system enhances transparency and efficiency in managing government assets, ensuring that all transaction data is readily accessible to authorized commercial repair vendors. This reporting structure is essential for facilitating effective communication and management within the government's asset repair and tracking processes.
    The Acquisition and Sustainment Data Package (ASDP) Deficiency Report (DR) outlines the protocol for identifying deficiencies in government-furnished material (GFM) related to acquisition and repair contracts. This report, initiated by AFLCMC/EZSC, serves as a structured framework for contractors to document deficiencies, aiding the government in determining corrective action as per USAF guidelines. The report's standardized format requires a text-searchable presentation along with a detailed template in Microsoft Excel. Essential content includes the defect's description, date of discovery, national stock number, manufacturer details, quantity, and the current disposition of the deficient item. The document emphasizes the importance of accurate data for proper tracking and resolution within a Product Lifecycle Management (PLM) system. This comprehensive reporting mechanism is vital to uphold the integrity and reliability of military equipment and systems, ensuring alignment with defense procurement standards. The ASDP Deficiency Report is part of a broader initiative to enhance oversight in acquisition processes, thereby reinforcing the commitment to quality in federal contracts.
    The Contract Depot Maintenance (CDM) Monthly Production Report (DI-PSSS-81995A) is designed to inform the government of key maintenance production metrics for depot-level contracts. This report includes data on asset status, production performance, and unresolved issues, serving to ensure accountability in contracted services. The document mandates specific formatting and content requirements, highlighting necessary details such as contractor information, item identification, and quantities received and produced. The report is divided into two parts: Part I collects critical data such as the contractor's information, contract number, and various metrics on reparables—items received, inducted, produced, and shipped. Block specifics focus on asset tracking, including serviceability status and delivery order numbers. Part II includes a production summary if discrepancies arise between forecasted and actual production levels. This report is essential for monitoring government contracts within the defense sector, enabling effective oversight and resource management. It emphasizes transparency and performance accountability, aligning with federal requirements for RFP and contracting protocols.
    The Government Industry Data Exchange Program (GIDEP) Alert/Safe-Alert Report, formally identified as DI-QCIC-80125B, serves to inform the government about nonconforming items, supplies, and safety concerns that may affect government-funded programs. The purpose of this report is to enable the efficient exchange of information among agencies and contractors, aiming to prevent the acquisition of already identified problematic materials. The report requires submission using DD Form 1938, which outlines specific formatting and content guidelines as specified in accompanying documents. The GIDEP Operations Manual and electronic reporting templates are available from the GIDEP Operations Center. Additionally, the report is approved for public release with unlimited distribution. This document emphasizes collaboration and proactive communication among government entities to enhance program safety and integrity by addressing nonconformance in supplied goods and services.
    The Government Industry Data Exchange Program (GIDEP) Alert/Safe-Alert Response document outlines the procedures for responding to notifications regarding nonconforming supplies and services that may affect system functionality, safety, or mission capabilities. Issued by the Naval Warfare Assessment Center and effective since May 5, 2003, this document specifies the necessary content and format for responses to GIDEP alerts. Required information includes contract numbers, manufacturing details, the impact of failures, shipping data for affected units, inspection records, analysis reports, recommendations for corrective actions, and contact information for the contractor or manufacturer. The document emphasizes the importance of accurately reporting operational impacts and compliance with safety conditions, ensuring that responses can guide necessary corrective measures. Furthermore, it establishes the protocols for disseminating this information to support operational integrity across relevant governmental and defense sectors, reinforcing the critical role of effective communication and transparency in maintaining supply chain quality and safety standards.
    The Department of the Air Force seeks a contractor for the Level II repair of J85 engine bearings used in T-38 aircraft, as detailed in Performance Work Statement (PWS) FD2030-23-01369. This document outlines responsibilities for inspection, disassembly, cleaning, and repairing the J85 bearings, emphasizing the requirement for contractors to be approved USAF repair sources prior to contract award. The PWS specifies that all work must occur at the contractor’s facility utilizing the contractor's resources and necessary equipment. Key requirements include compliance with specific technical orders and rigorous quality assurance measures to ensure serviceable condition upon completion. It mandates regular reporting, maintaining comprehensive records, and a robust quality management system in alignment with ISO standards. Additionally, the contractor must adhere to established safety protocols and provide timely delivery of repaired items, with penalties for non-compliance. The document emphasizes the importance of precise adherence to guidelines to achieve defect-free deliveries and stipulates the repercussions of failing to meet performance objectives. This work is non-critical during crises, reflecting the Air Force's operational priorities in aircraft maintenance and support.
    The document details an item specification for a turbine rotor, identified by the NSN 3110012533236OK. It specifies critical codification, including a criticality code of 'F', security code 'I', and a demilitarization code 'Q'. The item is described as a roller bearing component made from steel composite, designed to reduce friction, with dimensions measuring approximately 4.33 inches in length and height, and 0.69 inches in width, weighing 3 pounds. The contact details for inquiries are provided, including DSN and commercial phone numbers for Martin P. Ipong from the AFLCMC/LPSCB organization. Additional notes mention that the item requires government-furnished material and precious metals, indicating its significance in military applications. The document emphasizes the item's safety-critical nature, revealing its importance in maintaining operational efficiency and safety in military equipment. This specification can serve as part of an RFP or grant proposal aimed at suppliers of military hardware, highlighting the need for precise compliance with government standards in the procurement process. The inclusion of safety and material specifications suggests an emphasis on quality assurance and operational readiness in defense contracts.
    This document details specifications for a ball bearing, designated as part of the J85 Series Engines, under reference number 5045T46P02. The bearing, identified by NSN 3110013597143OK, functions as an internal support component within the PTO housing and is critical for operational integrity, as denoted by its criticality code 'F.' It is constructed from AMS6491 steel for the ball and ring, and AMS6414 steel with silver plating for the cage. The part measures approximately 4.33 inches in length and width, with a height of 0.63 inches, and weighs 0.5 pounds. The document specifies that it does not contain helium, and no precious metal indicators are noted, implying its standard material composition. The contact information for additional inquiries includes both DSN and commercial phone numbers, facilitating direct communication with the relevant office, AFLCMC/LPSCB, managed by the initiator, Martin P. Ipong. This summary encapsulates the purpose of identifying specific component requirements for federal procurement processes related to military engines.
    The document provides information related to a specific item referenced in federal procurement files, particularly concerning bearings for the J85-5 engine's radial drive shaft. The item, identified by NSN 3110006185880OK and CAGE 99207, is described as a roller bearing made from SAE 52100 steel. The dimensions include a length of 6.3 inches, a width of 5.3 inches, and a height of 3 inches, with a total weight of 1.3 pounds. The criticality code is marked as 'F,' suggesting the item is critical to operations, while the security code is 'I,' indicating it may be sensitive information. Communication is managed through an organization office symbol and phone contacts. Additionally, it notes the item may require government-furnished equipment (GFE) or material (GFM), though it states a zero percent helium content. This summary encapsulates the essential specifications and implications for procurement, emphasizing the item's function within the Department of Defense's operational framework. The document serves as a formal record for contracting purposes and ensures the necessary details are available for prospective suppliers in response to requests for proposals (RFPs).
    The government document details a Request for Proposal (RFP) regarding a specific ball bearing component, identified by National Stock Number (NSN) 3110008254869OK, produced for use in a gearbox assembly (part number 284012947882 6003T95G07). The bearing’s measurements are 17mm in length and width, and 7mm in height, weighing one pound. It comprises steel and a copper alloy retainer and functions to support the axis of a gear shaft. The document includes important categorical information such as criticality code (F), demilitarization code (Q), and security code (U), alongside contact details for the requesting organization, AFLCMC/LPSCB. It indicates requirements for Government Furnished Materials (GFM) and related components. The overall purpose of this document is to solicit proposals for the supply and delivery of this critical component essential for maintaining operational readiness in military or aerospace applications, highlighting its specifications and compliance needs in procurement processes.
    The provided document details a federal procurement request for a specific type of roller bearing (NSN 3110008256048OK) intended for use in the J85 Engine. The bearing is a critical component, designated with a criticality code of F, indicating its importance to safety and performance. It is composed of SAE 52100 steel for the roller and rings, with a bronze cage plated with silver. The dimensions are approximately 1.6535 inches in both length and width, and the weight is 0.5 pounds. The document also specifies that this item is classified as sensitive and may involve precious metal materials. It is important for the bearing to support the internal position of the engine's Axis A gearshaft. The communication contacts for inquiries are provided, emphasizing the collaborative nature of the procurement process. Overall, this document serves the purpose of facilitating the acquisition of critical engine components through government contracts.
    This document details specifications for a roller bearing, National Stock Number (NSN) 3110008265078OK, intended for use in J85 Series engines. Managed by the Air Force Life Cycle Management Center (AFLCMC), the item is categorized as critical and holds a demilitarization code of Q. The bearing measures approximately 1.6535 inches in length and width, with a height of 0.4724 inches and a weight of 0.5 pounds. Constructed from SAE 52100 steel for the rollers and rings, and bronze with a silver plate for the cage, it plays a crucial role in supporting the Axis F gearshaft's internal position. The document notes no helium content and includes essential contact information. This item represents a key component in maintaining the operational readiness of specific military aircraft, reflecting its significance in the federal procurement context.
    This document outlines specifications for a roller bearing (NSN 3110009898932OK) utilized in a J85 aircraft engine, with the reference number 4002T82P01. The bearing is a cylindrical roller type, measuring 47mm in length and height, with a width of 12mm and a bore diameter of 25mm. Constructed from steel, it serves a critical safety function and is identified with a Criticality Code of F. The document also indicates that security handling is required for sensitive data, with a Demilitarization Code of Q. Contact information is provided for the initiator, Martin P. Ipong at the AFLCMC/LPSCB organization, including both DSN and commercial phone numbers. The summary of item details emphasizes its role as a vital component in aircraft operations, necessitating strict adherence to safety and regulatory standards within federal procurement processes. The document is part of broader governmental activities focusing on defense readiness and maintenance of critical equipment.
    The document details a government procurement specification for a critical aerospace component, specifically a ball bearing for the J85 engine. Identified by National Stock Number (NSN) 3110010538959OK, the item serves a vital function, supporting the engine from the number 2 position. The part is defined with precise dimensions: 5.1181 inches in length and width, and 1.1543 inches in height, weighing 2 pounds. It is made of steel alloy, featuring a silver-plated cage, emphasizing its durability and reliability in a demanding environment. The criticality code indicates its importance, while the demilitarization code suggests specific handling protocols. Additional information includes safety standards, and the involvement of designated personnel from the Air Force Life Cycle Management Center. The document underscores the essential nature of this component for military aviation, linking it to broader government RFP processes aimed at ensuring efficient procurement and mission readiness. Overall, it illustrates the meticulous approach taken in federal contracting to support defense operations.
    The document outlines specifications for a ball bearing component (NSN: 3110012955754OK) used within a J85 Series Engine. The item, identified by the CAGE code 99207, is critical as it serves as internal support for the Axis E spur gearshaft. Technical details include dimensions (length: 1.0236 inches, width: 1.0236 inches, height: 0.3150 inches), weight (0.5 lbs), and materials used (AMS 6491 for the ball and ring, AMS 6415 for the cage, with silver plating). The document includes references to related part numbers and vendor sources. Notably, the item is categorized under a criticality code "F" and maintains benign helium content (0%). The information provided, traced back to the initiative by the AFLCMC/LPSCB office, plays a crucial role in ensuring that the operational standards for military aerospace components are upheld. This document fits within the broader context of government RFPs and grants aimed at acquiring high-quality components for defense applications, illustrating meticulous attention to safety and compliance in federal procurement processes.
    This document outlines specifications for a roller bearing, specifically the J85-GE-21 model, with National Stock Number (NSN) 3110012782945OK. The item, which is critical to the compressor rotor front spool support during engine operation, is detailed under the management of the Air Force Life Cycle Management Center (AFLCMC). Key specifications include dimensions of approximately 3.11 inches in length and height, a width of about 0.47 inches, and a weight of 2 pounds, constructed from M50 tool steel. Notably, the bearing contains silver, classified under criticality code F and security code I, indicating certain sensitivity levels. Additional information includes the requirement for government-furnished equipment and supplies, and the contact details of the initiator (Michael W. Sumaza) and office symbol. This document serves to inform stakeholders about necessary materials and specifications for procurement, ensuring compliance with federal grant and RFP protocols relevant to aerospace components.
    The document provides specifications for a critical item designated as a PTO Drive Assembly Bearing, identified by National Stock Number 3110006181388OK. The item is manufactured with steel and has dimensions of approximately 2.1653 inches in length and width, and 0.5093 inches in height, with a weight of 4 ounces. The criticality code assigned to this item is "F," indicating its importance to mission capability. Contact information is provided for the initiator, Martin P. Ipong from AFLCMC/LPSCB, along with a DSN phone number for communications related to this item. The report also suggests that the bearing is a legacy item and notes the necessity for gaining governmental supplies, further emphasizing its relevance in governmental requests for proposals (RFPs) and grants. The document encapsulates essential details pertinent to procurement processes, highlighting both the technical specifications and the administrative framework necessary for government contracts.
    The document outlines packaging requirements for the procurement of military items, specifically adhering to the standards set by MIL-STD-129 and MIL-STD-2073-1. It emphasizes compliance with international regulations regarding wood packaging materials (WPM) to prevent the spread of invasive species, particularly the pinewood nematode. Wooden pallets, containers, and other wood materials must be made from debarked wood and heat-treated to specific temperatures for sanitation. Additionally, all wooden packaging must obtain certification from an accredited agency recognized by the American Lumber Standards Committee (ALSC). Marking requirements for shipping containers also follow established military standards, requiring markings that may include serial numbers or original equipment manufacturer details as specified in the AFMC Form 158. The packaging specialist responsible for overseeing these requirements is Verlisher M. Strain, providing a point of contact for inquiries. The document serves as a crucial guideline for suppliers to ensure compliance in packaging military materials, emphasizing safety and adherence to international trade regulations.
    The solicitation FA8122-24-R-0019, issued by the Department of the Air Force, invites bids for the overhaul, repair, and modification of J85 engine bearings. This services contract has an estimated total annual quantity of repair services, structured over one basic year and four optional renewal years. The contractor must ensure delivery of repaired units in specified timeframes: 40% within 30 days, 30% within 60 days, and the remaining 30% within 90 days of asset receipt. Each line item details the specific bearings required, including their National Stock Numbers (NSNs) and applicable quality assurance standards. Contractors must comply with ISO 9001:2015 requirements and provide data reporting in accordance with provided formats. The aim is to establish a sustainable repair capability, ensuring repairs are conducted efficiently while adhering to quality and delivery standards. The document highlights the U.S. government's procedural adherence and collaboration with contractors to maintain operational readiness for critical equipment, reflecting a structured effort in federal procurement practices in support of defense capabilities.
    The document details the transportation provisions and associated data for a federal procurement under purchase instrument FD20302301369-00, initiated on June 21, 2024. It outlines the shipping terms with F.O.B. (Free on Board) referenced as both origin and destination, emphasizing the importance of contacting DCMA (Defense Contract Management Agency) Transportation for shipment instructions on all DCMA administered contracts to ensure compliance with DOD regulatory clearances. The shipment is directed to the DLA Distribution Depot in Tinker AFB, Oklahoma, with various NSN (National Stock Number) items listed, all under a common shipping address. Transportation funds are meticulously detailed for the different line items, each containing NSNs and specific purchase instrument line item numbers, linked to first and second destination transportation codes. The document serves as a logistical directive within the framework of government grants and solicitations, ensuring partners follow proper transportation protocols for effective delivery and compliance. The main purpose of the document is to facilitate seamless procurement and delivery processes in accordance with federal regulations for contracted goods.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    T-38 Gearbox Remanufacture
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of T-38 Gearboxes, a critical component for military aircraft operations. The procurement aims to restore these gearboxes to a serviceable condition through comprehensive disassembly, inspection, and testing, ensuring compliance with stringent quality assurance standards and regulations. This initiative is vital for maintaining operational readiness and addressing parts constraints impacting mission capabilities. Interested small businesses must submit their proposals by October 7, 2024, and can direct inquiries to Contract Specialist Angel McKenzie at angel.mckenzie.2@us.af.mil or Contracting Officer Angelina Kellett at angelina.kellett@us.af.mil.
    DRAFT: Avionics Sustainment and Support Program
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the T-38 Avionics Sustainment and Support Program (ASSP), which aims to provide comprehensive logistics and engineering support for approximately 442 T-38C aircraft over a potential ten-year period. The procurement will be structured as a single Indefinite Delivery/Indefinite Quantity (IDIQ) contract, focusing on maintaining aircraft operational readiness through contractor responsibilities that include systems engineering, software updates, and training provisions. This program is critical for ensuring the effectiveness of the T-38C aircraft in various training roles, with an estimated maximum contract value of $900 million. Interested contractors are encouraged to submit their proposals in accordance with the outlined requirements, and should direct inquiries to Danielle Stiff at danielle.stiff.1@us.af.mil or Mark Parker at mark.parker.12@us.af.mil, with the official solicitation expected to be posted under a new solicitation ID in the near future.
    TF33 STATORS (VANES & SHROUDS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center, is seeking qualified contractors to provide TF33 stators (vanes and shrouds) for military aircraft engines, under Solicitation FA812124R0031. The procurement involves a firm-fixed-price request for proposal (RFP) for commercial items, with a focus on ensuring that the components meet stringent military specifications and quality standards. These stators are critical for maintaining the operational readiness of the Air Force fleet, reflecting the ongoing need for specialized military parts. Interested contractors must submit their quotes by October 23, 2024, and are encouraged to contact Jonathan Arias Jr. at jonathan.arias.4@us.af.mil or Jacob Stephens at jacob.stephens.5@us.af.mil for further information.
    C-5 Tension Regulator, Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force, is soliciting proposals for the repair of C-5 Tension Regulators under solicitation FA8538-24-Q-0005. This procurement involves a firm fixed-price requirements contract with a one-year basic ordering period and four additional one-year ordering periods, aimed at ensuring the operational readiness of critical aircraft components. The C-5 Tension Regulators are essential for maintaining flight control cable tension, which is vital for aviation safety. Interested contractors must submit their proposals by October 25, 2024, at 4:00 PM EST, and are encouraged to contact Jacob Kline at jacob.kline.4@us.af.mil or Phillip Russell at phillip.russell.9@us.af.mil for further inquiries.
    NOM: DIFFUSER, ENGINE RUN WSDC: 42F/ END ITEM: T-38 AIRCRAFT; PR: 7007056853, NSN: 4920-005858959: IAW BASIC DRAWING: IAW BASIC DRAWING NR 76823 6-76203, PART PIECE NUMBER: 6-76203-1
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of a diffuser for the T-38 aircraft, identified by NSN 4920-005858959, with a total quantity of 17 units. This solicitation includes a Government First Article Test (FAT) to be completed within 90 days after receipt of order, and the total production delivery schedule is set for 365 days after receipt of order, with inspection and acceptance occurring at the origin. The opportunity is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the importance of this procurement for enhancing military aircraft maintenance capabilities. Interested parties must submit their proposals by November 15, 2024, and can obtain the solicitation package via the DIBBS website starting on or about October 16, 2024. For further inquiries, contact Lionel Allamby Jr. at Lionel.Allamby@dla.mil or Katisha Carter at KATISHA.CARTER@DLA.MIL.
    F101 DEC Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the F101 Digital Electronic Control (DEC) under a requirements contract that includes one base year and four option years. This contract is expected to be sole sourced to Hamilton Sundstrand Corporation, indicating specialized repair needs that require contractor-furnished materials, as no Government Furnished Material will be provided. The successful contractor will be responsible for delivering repair services in compliance with the Statement of Work and various reporting obligations, ensuring operational readiness of critical military systems. Interested vendors should contact Brandi Bridgett at brandi.bridgett@us.af.mil or Tara Parker at tara.parker.4@us.af.mil for further details regarding the solicitation process.
    FD2030-23-01328 - Remanufacture of F-16 Scroll Housing
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Sustainment Center at Tinker Air Force Base, is seeking contractors for the remanufacture of F-16 Scroll Housing, a critical component for F-16 aircraft. The procurement involves providing all necessary labor, facilities, equipment, and materials to disassemble, clean, inspect, maintain, reassemble, test, and finish the scroll housing to a like-new condition, with a firm fixed price Indefinite Delivery Requirements contract anticipated for a duration of five years, including a three-year basic period and a two-year option. This opportunity is vital for maintaining the operational readiness of the F-16 fleet, and interested vendors must submit a Source Approval Request if they have not been previously qualified. The solicitation is expected to be issued around October 17, 2024, with responses due by November 18, 2024, and the estimated award date is January 15, 2025. For further inquiries, interested parties can contact Matthew Churchwell at matthew.churchwell.2@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil.
    2840 - FMS Repair of ROTOR, TURBINE, AIRCR (2 units)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking contractors for the repair of two units of ROTOR, TURBINE, AIRCR for the F-18 Fighter Jet, intended for the country of Kuwait. The procurement requires eligible contractors to provide labor, materials, and facilities necessary to restore these government-owned articles to operational condition, as the government lacks the data to perform the repairs or manufacture the items. This opportunity is critical for maintaining the operational readiness of the F-18 Fighter Jet, a vital asset in military operations. Interested parties must submit their capability statements within five days of the notice publication, and inquiries can be directed to Carmelena Oldroyd at 215-697-9035 or via email at carmelena.oldroyd@navy.mil.
    T-38/F-5 VALVE SOLENOID
    Active
    Dept Of Defense
    The Defense Logistics Agency, specifically DLA Aviation at Oklahoma City, is seeking to procure 28 solenoid valves for aircraft operational needs, identified under the title "T-38/F-5 VALVE SOLENOID." The procurement process requires compliance with various quality assurance standards, Item Unique Identification (IUID) marking requirements, and specific packaging regulations to ensure traceability and adherence to military specifications. These solenoid valves are critical components for aircraft systems, emphasizing the importance of reliability and compliance in national defense operations. Interested vendors must submit their quotations by October 28, 2024, and can contact Lori Lumsden at lori.lumsden.1@us.af.mil or 405-734-0370 for further details.
    SEAL, AIR, AIRCRAFT G (F-100)
    Active
    Dept Of Defense
    The Department of Defense seeks proposals for a federal contract to supply and deliver 85 units of the AIRCRAFT G (F-100) SEAL, a critical safety item used in aircraft engines. The seals must pass qualification testing and adhere to the delivery deadline of September 1st, 2025. This procurement is solicited under the justification of FAR 6.302, with the government intending to negotiate with a limited number of experienced suppliers. The Request for Proposal (RFP) FD2030-24-01460 will be hosted on www.fbo.gov, with a submission deadline of August 30th, 2024. The scope of work for the successful awardee will involve the manufacturing and delivery of the specialized seals, with a strong emphasis on price, technical expertise, and past performance. Todd Isaac, the buyer, should be contacted for any inquiries.