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)
Timeline
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    VALVE, BUTTERFLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of 22 new manufactured butterfly valves (NSN: 4810-01-548-6045 YQ) intended for Foreign Military Sales (FMS Case: TW-D-KDW). The contract will be a firm fixed-price agreement, with a delivery requirement set for November 1, 2025, and proposals are due by December 26, 2025. These butterfly valves are critical components in various military applications, necessitating compliance with quality assurance standards such as AS9100 or ISO 9001:2008, as well as adherence to the Buy American Act. Interested contractors should utilize the Wide Area WorkFlow (WAWF) system for electronic submissions and can direct inquiries to James Maynard at james.maynard.6@us.af.mil or by phone at 730-321-2262.
    FD20302600008 - Remanufacture of KC-135 Valves & Pumps; NSN: 2915-01-452-5123RK, 2915-01-452-5126RK, 2915-01-527-8152RK, 2915-01-510-1161RK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the remanufacture of KC-135 valves and pumps under a five-year Firm Fixed Price Requirements Type Contract. This procurement involves the disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing of various fuel system components to restore them to like-new condition, ensuring the operational readiness of critical aircraft systems. The anticipated contract will likely be awarded as a sole source to ITT Aerospace Controls, emphasizing the importance of these components in maintaining aircraft performance and safety. Interested parties can reach out to Morgan Mcgarity at morgan.mcgarity@us.af.mil or Shirley V. Harmon at Shirley.Harmon.1@us.af.mil for further details, with the total acquisition cost estimated at $1,846,309.05 and specific delivery timelines outlined in the associated documents.
    VALVE, BUTTERFLY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of butterfly valves under a federal contract. The procurement requires adherence to various quality assurance and inspection standards, including MIL-I-45208 and specific cybersecurity maturity model certification levels, ensuring that the valves meet stringent military specifications. These valves are critical components used in various naval applications, emphasizing the importance of reliability and compliance in their manufacturing. Interested vendors should direct inquiries to Danny O'Neal at 564-230-3808 or via email at DANNY.L.ONEAL8.CIV@US.NAVY.MIL, with proposals expected to remain valid for 60 days post-quotation submission.
    VALVE,BUTTERFLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, 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 encompass the manufacture and supply of these valves, which are critical components used in various military applications to control fluid flow. Interested vendors are required to comply with specific inspection and acceptance criteria, and must submit their proposals electronically, ensuring adherence to the outlined contractual obligations. For further inquiries, potential bidders can contact Ryan Brennan at 445-737-9728 or via email at RYAN.BRENNAN@DLA.MIL.
    Valve, Linear, Direct
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation at Oklahoma City, OK), is soliciting proposals for the procurement of Linear Direct Valves, specifically under Request for Quotation RFP SPRTA1-25-R-0233. This procurement is critical for the C-130 aircraft's flap actuation hydraulic system, requiring manufacturers who have successfully completed all necessary testing for the original design or similar complex items to be considered approved sources. The closing date for submissions has been extended to December 31, 2025, with an estimated issue date of April 10, 2025, and interested parties should direct inquiries to Chrissy Turnage at christine.turnage@us.af.mil for further details.
    VALVE,BUTTERFLY
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of butterfly valves under a federal contract. The procurement aims to secure a Repair Turnaround Time (RTAT) of 250 days for the specified valves, which are critical components in various naval applications. Interested contractors must provide detailed quotes including unit prices, total prices, and their capacity to meet the required RTAT, with the possibility of a contract modification to increase quantities within 365 days of award. For further inquiries, potential bidders can contact Ashley H. Betlock at 717-605-1028 or via email at ASHLEY.H.BETLOCK.CIV@US.NAVY.MIL.
    AIRCRAFT, HERCULES, C-130; CONTROL ASSEMBLY, DOOR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of a Control Assembly for the Hercules C-130 aircraft, specifically identified by NSN 1560-01-136-0153. The contract will be for an Indefinite Quantity with an estimated annual requirement of 10 units over a five-year period, with no options for extension. This procurement is classified as unrestricted and is critical for maintaining operational capabilities, although it is not categorized as a Critical Safety Item. Interested vendors must submit their proposals by fax and are encouraged to review the solicitation, which will be available on the DLA Internet Bid Board System around November 13, 2026. For further inquiries, potential offerors can contact Jenier Mitchell at jenier.mitchell@dla.mil or by phone at 804-659-6388.
    48--VALVE,BUTTERFLY, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of butterfly valves, identified by part number 396308-4-1 and NSN 4810-01-470-7884. The contractor will be responsible for returning these valves to a Ready for Issue (RFI) condition, which includes disassembly, cleaning, inspection, repair, reassembly, and testing, all in accordance with specified requirements and timelines. This procurement is critical for maintaining operational readiness and ensuring the reliability of naval equipment. Interested contractors should direct inquiries to Jacob A. Tarini at 215-697-3563 or via email at jacob.a.tarini.civ@us.navy.mil, with a required repair turnaround time of 29 days after receipt of the asset.
    Remanufacture B-1 Horizontal Stabilizer Servo-Cylinder
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for a five-year firm-fixed-price requirements contract to remanufacture B-1 Horizontal Stabilizer Servo-Cylinders. This procurement involves restoring various models of servo-cylinders, which are critical components for aircraft flight control surfaces, to a like-new condition, requiring compliance with ISO 9001-2015 standards and a minimum Supplier Performance Risk System (SPRS) assessment score of 110. Proposals are due by January 15, 2026, at 1:00 PM, and payment will be contingent upon the availability of appropriated funds. Interested vendors should contact Dessie Breslin at dessie.breslin@us.af.mil or Amy Gil at amy.gil@us.af.mil for further details.
    New Manufacture F15/Valve, Solenoid
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the sole source acquisition of 198 F-15 Solenoid Valves from Meggit North Hollywood, Inc. This procurement is critical for the F-15 aircraft's fuel tank pressurization system, requiring compliance with specific delivery timelines, including an initial delivery of 50 units by May 31, 2026, and the final 48 units by August 31, 2026. Interested contractors must adhere to cybersecurity requirements and submit their offers electronically by January 7, 2026, with funding contingent on fiscal year 2026 availability. For further inquiries, potential bidders can contact Matthew Churchwell at matthew.churchwell.2@us.af.mil or by phone at 405-739-4809.