REMANUFACTURE OF C-130 BUTTERFLY VALVE
ID: FA811825R0037Type: 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

VALVES, POWERED (4810)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 4, 2025, 12:00 AM UTC
  3. 3
    Due Jun 3, 2025, 8:00 PM UTC
Description

The Department of Defense, through the Department of the Air Force, is seeking proposals for the remanufacture of C-130 Butterfly Valves, a critical component for military aircraft operations. The procurement involves a firm-fixed-price contract with a three-year base period and an optional two-year extension, specifically set aside for small businesses. The remanufacturing process aims to restore the valves to a "like-new" condition, adhering to stringent quality assurance protocols and safety regulations, ensuring the reliability of essential aircraft components. Interested contractors must submit their proposals by June 3, 2025, at 3:00 PM, and can direct inquiries to Aczavius Smith at aczavius.smith@us.af.mil or Matthew Churchwell at matthew.churchwell.2@us.af.mil.

Point(s) of Contact
Files
Title
Posted
Apr 4, 2025, 12:06 PM UTC
Apr 4, 2025, 12:06 PM UTC
Apr 4, 2025, 12:06 PM UTC
This document outlines transportation data relevant to federal solicitations, specifically for purchasing transportation services. It was initiated on March 4, 2025, under the purchase instrument number FD20302500502-01. Key provisions include shipping instructions and contact details for the Defense Contract Management Agency (DCMA) related to transportation logistics. Entities authorized to engage in federal contracts must contact DCMA for shipment instructions to comply with DOD regulations, thereby avoiding unnecessary costs associated with miscommunication. The file specifies the funding structure for the transportation costs, providing detailed account codes. It identifies several line items with associated National Stock Numbers for different components intended for shipment, highlighting the destination as the DLA Distribution Depot in Oklahoma. The main purpose of the document is to ensure successful transport logistics for federal procurements, reinforcing compliance with regulatory requirements while clarifying vendor responsibilities in the transportation of goods. This process is critical for efficient sourcing and delivery in government contracting operations, ensuring that all parties adhere to established transportation provisions.
Apr 4, 2025, 12:06 PM UTC
The memorandum from the 848th Supply Chain Management Group of the Department of the Air Force outlines the establishment of Qualification Requirements (QR) for numerous managed items, specifically designated as Commodity Critical Safety and Critical Application Items (RQR-848). The QR is set to expire on June 20 and has been synopsized as of February 20. This document serves as a placeholder in the Purchase Request Processing System (PRPS) for the QR activity linked to the National Item Identification Number (NIIN) or Purchase Instrument Line Item (PILI) checklist. It also replaces the usual Justification for Qualification Requirements (JQR/QR) documentation typically submitted for individual items, due to the master documents not corresponding to specific items. This initiative underscores the Air Force's commitment to maintaining stringent safety standards and regulatory compliance for critical items within its supply chain management practices. The inclusion of a Master Item List and relevant attachments provides guidance for applicable items, ensuring clarity in the qualification process.
Apr 4, 2025, 12:06 PM UTC
The document outlines the reporting requirements for contractors involved in the Commercial Asset Visibility Air Force (CAV AF) system, primarily focusing on tracking government-owned assets at contractor facilities. Contractors must ensure the accuracy of asset records, with daily reporting expected for maintenance actions. A valid Public Key Infrastructure (PKI) is required to access the system and submit necessary forms, including the System Authorization Access Request (DD Form 2875) and completion of DoD Information Assurance training. Moreover, contractors must manage discrepancies in shipments, such as misdirection or damage, using specific reporting procedures. The document emphasizes the importance of a precise reporting mechanism to prevent data inaccuracies that could disrupt government inventory management. Upon project completion, contractors are tasked with reporting all remaining assets to the appropriate government facility for proper disposition. Overall, the guidance serves to ensure accountability, timeliness, and compliance in managing government assets, reinforcing the framework governing federal contracts and asset visibility systems.
Apr 4, 2025, 12:06 PM UTC
The Government Property (GP) Inventory Report, identified as DI-MGMT-80441D, is a data item description designed for contractors to report Government Furnished Property (GFP) and Contractor Acquired Property (CAP) to the Department of Defense (DoD). This report is applicable to all contracts involving GP and serves as a structured deliverable that outlines the format, content, and purpose of the inventory. The report must be submitted electronically in .xls or .xlsx format and should contain specific data fields such as contract numbers, asset identification numbers, item descriptions, and classifications of government property. This document replaces the previous version (DI-MGMT-80441C), ensuring it remains current and relevant for managing government assets effectively. Its structured approach helps maintain accountability and traceability of government property in contract performance, thereby supporting the overall management of defense resources.
Apr 4, 2025, 12:06 PM UTC
Apr 4, 2025, 12:06 PM UTC
Apr 4, 2025, 12:06 PM UTC
The Commercial Asset Visibility (CAV) Reporting document outlines the requirements for tracking government-owned reparable assets during their repair cycle at contractor facilities. The CAV system is a web-based solution designed to automate the reporting of asset transactions, enabling contractors to update the database in real-time. Key reporting transactions include asset receipts, inductions, parts awaiting, completions, shipments, and various specified inventory and status reports. The document specifies transaction formats and methodologies as dictated in the contract. It serves as a guideline for contractors to ensure accurate asset management and reporting within the framework of federal contracting obligations, focusing on efficiency and integration in asset visibility throughout the repair process. The main purpose of this Data Item Description is to facilitate compliance with the contract requirements for asset tracking and to enhance the inventory management process for government assets managed by commercial repair vendors.
Apr 4, 2025, 12:06 PM UTC
The Contract Depot Maintenance (CDM) Monthly Production Report, outlined in the Data Item Description DI-PSSS-81995A, serves as a key deliverable for the oversight of depot-level maintenance contracts. It provides the government with vital monthly metrics regarding maintenance production, assets status at contractor facilities, adherence to schedules, anticipated future production, and unresolved issues. The report format includes specific blocks detailing information such as the dates, contractor details, item identifications (e.g., Federal Supply Class, National Item Identification Number), quantities on contract, reparables received, and serviceables shipped. It mandates comprehensive data from a Production Management Specialist and the Contractor, ensuring clarity in reporting. Moreover, a Production Summary is required under certain conditions, highlighting discrepancies in production forecasts or anticipated issues. This report is essential for maintaining accountability and performance standards in government contracting, aligning with RFPs and federal grants by ensuring precision in production management and asset oversight. The CDM's structured approach enhances both transparency and efficiency in maintenance operations within defense contracts.
Apr 4, 2025, 12:06 PM UTC
The document is a Request for Proposal (RFP) issued by the Department of the Air Force for the remanufacturing of C-130 Butterfly Valves. It outlines a competitive acquisition for a firm-fixed-price contract with a three-year base period and an optional two-year extension, intended exclusively for small businesses. The prime evaluation criterion will be the total evaluated price (TEP), focusing on compliance with the stated requirements and pricing reasonableness. Offerors must complete necessary sections of the Standard Form 1447 and adhere to all solicitation requirements, including representations and certifications. The proposal submission deadline is June 3, 2025, at 3:00 PM. All work must align with specified requirements, and any additional costs must be approved by the government. The document details further instructions for offer submission and evaluation factors, emphasizing the necessity for a detailed and complete proposal to avoid rejection. The government reserves the right to award the contract based solely on the submitted proposals without further discussions. Overall, the RFP seeks to secure reliable suppliers for critical military equipment efficiently and transparently.
Apr 4, 2025, 12:06 PM UTC
Apr 4, 2025, 12:06 PM UTC
The Department of the Air Force, specifically the Air Force Sustainment Center, has issued a Statement of Work (SOW) for the remanufacture of C-130 Anti-Ice Butterfly Valves under PR No. FD20302500502-00. The SOW outlines the scope, definitions, general requirements, and specific work details necessary to restore the valves to a "like-new" condition. Key requirements include pre-award surveys, initial production evaluations, and stringent quality assurance protocols. Contractors must maintain comprehensive documentation, detailing maintenance, testing, and part replacements, specifically ensuring 100% replacement of designated consumable parts during the remanufacturing process. Safety, health, and regulatory compliance are emphasized throughout, with instructions on managing government property and ensuring quality inspections before shipping. Additionally, the document identifies various approval processes for utilizing non-standard parts and dictates the development of supply chain risk management and cybersecurity plans. Overall, this SOW represents the Air Force's commitment to ensuring the reliability and functionality of critical aircraft components, while adhering to federal procurement regulations and rigorous quality standards.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Re-manufacture of the F15 and C130 Float Valves and F15 Interconnect Valve
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the re-manufacture of F15 and C130 Float Valves, as well as the F15 Interconnect Valve. The procurement aims to restore these critical aircraft components to a like-new condition, adhering to stringent quality assurance standards and regulatory requirements. This contract is vital for maintaining the operational readiness of military aircraft, with a total award amount of $818,957.83 and provisions for a firm fixed-price contract with multiple option years. Interested vendors should submit a Source Approval Request and ensure compliance with NIST security requirements, with further inquiries directed to Mayona Presley at mayona.presley@us.af.mil or Amy Gil at amy.gil@us.af.mil.
KC-135 Valve, Butterfly
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is seeking qualified suppliers for the KC-135 Butterfly Valve, a critical component used in the fuel pressure regulation of aerial refueling systems for tanker aircraft. The procurement involves the manufacture of 26 units of this valve, identified by NSN 4810015742256 and part number 60899-2, with specifications including dimensions of approximately 11 inches in length, 7 inches in width, and 9 inches in height, weighing around 6 pounds and made from aluminum alloy. Interested vendors must be qualified prior to award, with the solicitation expected to be issued within 30 days and the anticipated award date approximately 60 days after the solicitation closes. For inquiries, potential bidders can contact Lori Lumsden at lori.lumsden.1@us.af.mil or by phone at 405-855-3559.
C-5 Fluid Regulating Valve Repair
Buyer not available
The Department of Defense, specifically the U.S. Air Force, is seeking qualified contractors to repair the C-5 fluid regulating valve, a critical component for the C-5 Galaxy military transport aircraft. The procurement aims to identify sources capable of repairing six fluid regulating valves under a one-year contract, adhering to the specifications outlined in Air Force Technical Manual 13F7-19-3. This valve plays a vital role in the aircraft's fire suppression system by regulating liquid nitrogen pressures, ensuring operational safety and efficiency. Interested parties must submit their capability documentation by May 1, 2025, to the designated USAF representatives, with inquiries directed to Program Manager Janet Butcher at janet.butcher@us.af.mil.
C-130 VALVE, LINEAR, DIRECT
Buyer not available
The Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting quotations for the procurement of six linear valves for the C-130 aircraft, identified by National Stock Number (NSN) 4810005224592LE. This procurement is critical for maintaining the operational integrity of the C-130's hydraulic systems and nose ski controls, with specifications outlined in the engineering data list managed by Lockheed Martin Corp. Interested contractors must submit their quotations by April 17, 2025, and ensure compliance with military standards for packaging, marking, and delivery, as detailed in the associated Statement of Work. For further inquiries, potential bidders can contact Kody Quayle at kody.quayle@us.af.mil.
Valve Assembly
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of valve assemblies, specifically identified by NSN 4810-01-050-5843, for military applications. This opportunity falls under the category of "Other Aircraft Parts and Auxiliary Equipment Manufacturing" and is classified as an unrestricted acquisition, allowing participation from various business types, including small businesses and service-disabled veteran-owned businesses. The contract will require compliance with quality assurance standards, including ISO 9001-2015, and adherence to federal regulations such as the Buy American Act and cybersecurity requirements. Interested parties must submit their proposals by April 25, 2025, and can direct inquiries to Kristian Hollingshead at kristian.hollingshead.1@us.af.mil.
VALVE ASSEMBLY,MANI
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting proposals for the procurement of valve assemblies, specifically for the F-15 aircraft. The opportunity requires contractors to adhere to stringent military packaging and marking standards, including compliance with MIL-STD 2073-1 and MIL-STD 129, as well as regulations for hazardous materials. This procurement is critical for maintaining the operational readiness of military aircraft, ensuring that all components meet high-quality assurance standards. Interested suppliers must submit their quotations by May 14, 2025, and can direct inquiries to Richard Dunlap at richard.dunlap.2@us.af.mil or by phone at 385-519-8306.
VALVE,BUTTERFLY
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the procurement of butterfly valves, classified under the NAICS code 332919 for Other Metal Valve and Pipe Fitting Manufacturing. The contract will require compliance with various quality and certification standards, including the Buy American Act and provisions for equal opportunity for workers with disabilities. These valves are critical components used in various military applications, ensuring operational efficiency and reliability. Interested vendors can reach out to John McCarry at 215-737-3416 or via email at JOHN.MCCARRY@DLA.MIL for further details regarding the solicitation process.
Valve, Linear, Direct
Buyer not available
The Department of Defense, through the Defense Logistics Agency Aviation at Oklahoma City, is soliciting proposals for the procurement of Linear Direct Valves, specifically identified by NSN 4810-00-208-9709. This procurement aims to acquire 10 units of the valve, which is a critical component in the flap actuation hydraulic system of the C-130 aircraft, with a required delivery date on or before February 2, 2027. Interested manufacturers must demonstrate prior successful testing of similar components due to the complexity and criticality of the part, and the solicitation will be available for download on SAM.gov starting April 10, 2025, with responses due by May 10, 2025. For inquiries, potential bidders can contact Chrissy Turnage at christine.turnage@us.af.mil.
Overhaul of C-130 Motor
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the overhaul of C-130 motors, specifically under a sole source contract. This procurement aims to ensure the maintenance and operational readiness of critical military equipment, emphasizing the importance of quality assurance and compliance with established standards throughout the overhaul process. Interested contractors must adhere to specific reporting requirements and maintain accurate asset records as outlined in the associated guidelines, including the Commercial Asset Visibility (CAV) system. Proposals are due by April 30, 2025, and interested parties can contact Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further information.
Remanufacture of KC-135 Flutter Dampener 1650008983516FL
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of KC-135 Flutter Dampeners under a total small business set-aside contract. The procurement aims to ensure the quality and reliability of critical military equipment, with contractors required to adhere to stringent operational procedures, quality assurance measures, and supply chain risk management protocols as outlined in the Statement of Work (SOW). This contract spans a five-year period, including a three-year basic requirement and a two-year option, with proposals due by May 19, 2025. Interested parties can contact Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further information.