Centrifuge and Packing Press repair and maintenance service
ID: FA8533-25-R-0010Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8533 AFLCMC ROKBROBINS AFB, GA, 31098-1670, USA

NAICS

Other Support Activities for Air Transportation (488190)

PSC

AIRCRAFT MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT (4920)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Air Force Life Cycle Management Center, is soliciting proposals for the repair and maintenance services of the T-38C ejection seat system's Centrifuge Test Set and Parachute Packing Press. This contract aims to ensure the operational readiness of critical equipment across six Air Education and Training Command stations, requiring on-site repairs, scheduled maintenance, and the provision of necessary repair parts. The contract will be executed as a Firm-Fixed Price and Cost Reimbursement-No Fee Indefinite Delivery Contract, with a base period of one year and four additional one-year options, emphasizing the importance of maintaining aircrew safety and training capabilities. Interested parties must submit their proposals by December 31, 2025, and direct inquiries to Mrs. Alexis Davis at alexis.davis.13@us.af.mil or Ms. Shemica Miller at shemica.miller@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file outlines the Contract Data Requirements List (CDRL) for the T-38 Escape System Upgrade Program (ESUP) Centrifuge and Parachute Packing Press Repair and Maintenance Services. It establishes guidelines for data deliverables, including submission, approval, and distribution requirements. The document details delivery dates, tailoring instructions for data items, and procedures for Government approval and resubmittal of data. It also covers electronic data transmission, requirements for Letters of Transmittal (LTs), common abbreviations used in CDRLs, and specific marking instructions for technical and non-technical documentation, including distribution statements, export control warnings, classified information, and Controlled Unclassified Information (CUI). The contract, FD2060-25-30015 with contractor MARTIN BAKER, includes five key data items: Contractor's Progress and Status Report, Commercial Asset Visibility Air Force (CAVAF)/Government Furnished Material Report, Repairable Item Inspection Report, Accident/Incident Report, and Quality Management System (QMS), each with specific submission frequencies and deadlines tied to contract periods or events.
    This amendment to solicitation FA8533-25-R-0010-0001, issued by ATS/HUMAN SYSTEMS, AFLCMC/ROKB, primarily extends the proposal due date from October 31, 2025, to December 31, 2025. It specifies that offers must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging on each offer copy, or via separate communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the new deadline may result in the rejection of the offer. All other terms and conditions of the original solicitation remain unchanged. This document serves as a formal modification to the contract/order, ensuring all parties are aware of the revised submission timeline.
    This government solicitation, FA8533-25-R-0010, outlines a "Requirements" type contract for the teardown, evaluation, repair, and maintenance of Parachute Packing Presses and Barometric Test Set (Centrifuge) units. The contract spans a basic period of 12 months with four additional 12-month options and a potential option to extend services, totaling five years and six months. Services include firm-fixed-price CLINs for teardown, evaluation, repair, maintenance, and associated materials, while travel is reimbursed on a cost-no-fee basis. The contractor must provide proposals for each task order, adhering to a master labor rate deck. The solicitation details estimated quantities, inspection, acceptance, and quality assurance requirements for each item and period. It also mandates specific data deliverables, such as progress reports, commercial asset visibility, repairable item inspection reports, accident/incident reports, and a quality management system.
    The government file details the "T-38 Escape System Upgrade Program (ESUP) Centrifuge and Parachute Packing Press," contract number FD2060-25-30015, dated 2025-09-10. This program focuses on acquiring specific equipment to enhance the T-38 aircraft's escape system. Key items include 21 Parachute Packing Presses (NSN 4920-99-148-4329, Part Number MBEU205121), essential for packing parachute canopies into the ejection seat's headbox. Additionally, 11 Centrifuge Test Sets (NSN 6625-99-262-1510, Part Number MBEU205123-1) are required to test critical components like the Automatic Backup Unit, Barostatic Time Release Unit, and Time Delay Unit, which are vital for aircrew ejection from the T-38C aircraft. The document specifies quantities, units of measure, and notes for each non-serialized item, indicating they are to be used "as-is."
    The AFMC Form 158, dated October 14, 2022, outlines comprehensive packaging and marking requirements for government contracts, referencing MIL-STD-2073-1 for preservation and packing, and MIL-STD-129 for marking. It details instructions for contracting officers on vendor packaging, emphasizing the identification of items and adherence to either military or commercial standards like ASTM D3951. The document specifies additional requirements for engineered containers, hazardous materials (complying with CFR Title 49, AFMAN 24-604, ICAO, and IMDG Code), and packaging data using forms such as DD Form 2326. A critical component is the mandate for all wooden packaging materials to comply with International Standards for Phytosanitary Measures No. 15 (ISPM No. 15), requiring debarked and heat-treated wood certified by an ALSC-recognized agency to prevent invasive species. The form includes specific examples for items like NSN 4920-99-148-4329 and 6625-99-262-1510, indicating military packaging standards and special instructions.
    This Performance Work Statement outlines the requirements for unscheduled and scheduled maintenance services for T-38 Escape System Upgrade Program (ESUP) Centrifuge and Parachute Packing Press equipment across six Air Education and Training Command (AETC) stations. The objective is to ensure 100% operational readiness of 11 centrifuges and 21 parachute packing presses, which are critical for US16T ejection seat support and aircrew safety. Services include on-site repairs, five-year and ten-year scheduled maintenance, and the provision of all necessary repair parts. The contract will have a 12-month base period with four annual options. Key performance objectives include timely completion of repairs (25 business days), accurate reporting in CAV-AF, and adherence to quality management systems. The contractor is responsible for government property and must comply with strict security, environmental, and safety regulations, including mishap notification and investigation procedures. This effort aims to benefit the USAF by ensuring continuous operational capability of essential egress training equipment, which was previously hindered by insufficient technical data.
    The Quality Assurance Surveillance Plan (QASP) for Purchase Request FD2060-25-30015 outlines the government's approach to monitoring contractor performance for T-38 ESUP Centrifuge and Parachute Packing Press Repair and Maintenance Services. This document, not part of the contract but a living guide, details what will be monitored, how, by whom (primarily the Contracting Officer's Representative or COR), and how results will be documented. It focuses on ensuring the contractor meets performance standards for on-site repairs of T-38C Ejection Seat components, adhering to specific NSNs and configurations. The QASP establishes surveillance methods like 100% inspection for various performance objectives, including CAV-AF reporting, repair timeliness, deliverable quality, and adherence to the contractor's Quality Management System (QMS). It also defines procedures for corrective actions, documentation requirements for COR files in PIEE (JAM/SPM), and the roles and responsibilities of the Multi-Functional Team, COR, COR Supervisor, Contracting Officer, QAPC, and Contractor. The plan mandates quarterly performance reviews, outlines positive and negative incentives, and requires CPARS reporting due to the contract's value exceeding $1,000,000. Additionally, it addresses safety requirements and monitoring for trafficking in persons.
    DD FORM 1653, "TRANSPORTATION DATA FOR SOLICITATIONS," is a critical government document outlining transportation provisions and clauses for federal procurements. It details recommended F.O.B. (Free On Board) terms, including origin, destination, and other options like APOE/WPOE. The form references specific FAR (Federal Acquisition Regulation) citations for various transportation-related clauses, such as Report of Shipment, Commercial Bill of Lading Notations, and different F.O.B. scenarios. The document also provides instructions for handling Foreign Military Sales (FMS) shipments, classified material, and includes notes for contractors regarding contact with DCMA Transportation for shipping instructions, especially for OCONUS (Outside Continental United States) and FMS movements. It emphasizes fast transportation methods for both domestic and export shipments, outlining the use of door-to-door carriers and Worldwide Express. The form includes provisions for the evaluation of port bids, specifying origin ports like Bayonne NJ and Seattle WA. The overall purpose is to standardize and clarify transportation requirements and responsibilities within government solicitations.
    This government file, Wage Determination No. 2015-5157, outlines the minimum wage rates and fringe benefits for service contract employees in specific Mississippi counties. It details hourly rates for numerous occupations across various fields, including administrative support, automotive service, healthcare, and technical roles. The document emphasizes compliance with Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for contracts awarded or renewed on or after January 30, 2022, and between January 1, 2015, and January 29, 2022, respectively, for 2025. It also covers paid sick leave under EO 13706, requiring one hour of sick leave for every 30 hours worked, up to 56 hours annually. Additional benefits include health and welfare, vacation, and eleven paid holidays. The document also provides guidelines for classifying unlisted occupations and addresses special pay differentials for hazardous work and uniform allowances.
    The document is a federal wage determination (No. 2015-5603, Revision No. 28, dated 07/08/2025) for Service Contract Act contracts in Kern County, California. It outlines minimum wage rates for various occupations, fringe benefits, and specific conditions for federal contractors. Key provisions include minimum wage rates dictated by Executive Orders 14026 ($17.75/hour) or 13658 ($13.30/hour) for 2025, depending on contract award dates. It details health and welfare benefits ($5.55/hour or $5.09/hour if EO 13706 applies), vacation accrual (2-4 weeks based on service), and eleven paid holidays. The document also provides guidelines for classifying unlisted occupations (conformance process), specifies hazardous pay differentials (4% or 8%), and uniform allowance requirements. Footnotes address exemptions for computer employees and night/Sunday pay for air traffic controllers and weather observers.
    The document is a wage determination for Service Contract Act contracts in Edwards, Kinney, Real, Uvalde, and Val Verde Counties, Texas, revising wage rates as of July 8, 2025. It outlines minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour), depending on the contract award date. The file details fringe benefits including health and welfare (with separate rates for EO 13706-covered contracts), vacation, and eleven paid holidays. It also provides specific hourly wage rates for numerous administrative, automotive, food service, health, IT, and other occupations. Special provisions address computer employee exemptions, night and Sunday pay for air traffic controllers and weather observers, hazardous pay differentials (8% or 4%), and uniform allowances. The document concludes with the conformance process for unlisted occupations, requiring contractors to propose classifications and wage rates for approval by the Wage and Hour Division.
    This government file, Wage Determination No. 2015-5253 Revision No. 27, issued by the U.S. Department of Labor, outlines minimum wage rates and fringe benefits for service contracts in specific Texas counties. It details compliance requirements for Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for 2025, depending on contract award dates, and annually adjusts these rates. The document lists numerous occupational categories with corresponding hourly wages, along with provisions for health & welfare, vacation, and eleven paid holidays. It also addresses paid sick leave under EO 13706, hazardous pay differentials, and uniform allowances. Special instructions for computer employees and air traffic controllers/weather observers are included. The conformance process for unlisted occupations, utilizing SF-1444, is thoroughly explained, emphasizing that duties, not job titles, determine classification.
    This Wage Determination (No. 2015-5263, Revision No. 27, dated 07/08/2025) outlines minimum wage rates and fringe benefits for service contracts in Archer, Clay, and Wichita counties, Texas, under the Service Contract Act. It specifies that contracts entered into or renewed after January 30, 2022, are subject to Executive Order 14026, requiring a minimum of $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, (and not renewed) fall under Executive Order 13658, with a minimum of $13.30 per hour. The document details hourly wage rates for numerous occupations across various categories, including administrative, automotive, health, and technical services. It also covers fringe benefits such as health and welfare, vacation, and eleven paid holidays. Special provisions address paid sick leave under EO 13706, hazardous pay differentials, uniform allowances, and the process for conforming unlisted occupations and wage rates using Standard Form 1444.
    This document is a wage determination for Service Contract Act-covered contracts in Oklahoma, specifically Garfield County, outlining minimum wage rates and benefits for various occupations. It details two Executive Orders (14026 and 13658) that set minimum hourly wages, which are adjusted annually, at $17.75 and $13.30 respectively for 2025 contracts, depending on the contract award/renewal date. The determination also specifies fringe benefits, including health and welfare rates (with a special rate for EO 13706-covered contracts), vacation accrual, and eleven paid holidays. Footnotes provide specific guidance for computer employees and air traffic controllers/weather observers regarding exemptions and night/Sunday pay. Hazardous pay differentials for work with ordnance and uniform allowance policies are also included. A conformance process (SF-1444) is detailed for classifying unlisted occupations to ensure fair compensation.
    Similar Opportunities
    Repair of T-38C Ejection Seat Components
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to repair T-38C Ejection Seat Components under a Firm Fixed Price (FFP) Requirements contract. The procurement involves the repair of two specific items: the Automatic Deployment Unit and the Powered Inertia Reel Device, which are critical components for the T-38 aircraft. This contract will be awarded as a sole source to Martin Baker America due to proprietary data rights, with a total estimated quantity of 180 units to be repaired annually over a five-year period, including a basic one-year period and four option periods. Interested parties can direct inquiries to Kinser George at kinser.george@us.af.mil, with the solicitation and attachments expected to be posted no earlier than December 29, 2025.
    T-38 Egress Components (REMAN)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought Synopsis to identify potential sources for the procurement of egress components for the T-38 aircraft. The components required include the MPI Assembly Rocket Motor, B.T.R.U. Assembly, MPI Assembly D.D.U., Timer Assembly (Auto Backup), and Time Delay Unit, which are critical for the operational safety and functionality of the T-38C aircraft. This market research aims to determine if there are responsible sources capable of providing these components, with a focus on small businesses, including those that are 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned. Interested parties must respond by 3:00 PM on December 19, 2025, and can direct inquiries to Lauren Johnston at lauren.johnston.4@us.af.mil.
    Diffuser, Engine Run, [WSDC: 42F] End Item: T-38 Aircraft, PR: 7011856601 NSN: 4920-005858959
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of a Diffuser, Engine Run, specifically for the T-38 Aircraft, under solicitation PR: 7011856601. The requirement includes a total quantity of 10 units of the specified National Stock Number (NSN) 4920-005858959, with a Government First Article Test (FAT) of one unit due 90 days after receipt of order, and a total production delivery schedule of 365 days after receipt of order. This procurement is critical for maintaining the operational readiness of the T-38 Aircraft, and the contract will be awarded based on a combination of price, past performance, and other evaluation factors. Interested small businesses must submit their proposals by January 22, 2026, and can contact Melinda Johnson at Melinda.Johnson@dla.mil or 804-279-1627 for further information.
    T400 Technical Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from Women-Owned Small Business (WOSB) concerns for the T400 Technical Services contract, which focuses on providing technical engineering support related to the Engine Component Improvement Program. The primary objective is to establish a reliable means for the USAF to access technical assistance on T400-related inquiries, including part numbers and equivalency of consumables, with a base performance period of 10 months starting January 15, 2026, and an optional 12-month extension thereafter. This Firm Fixed Price contract, with a Defense Priorities Allocation System (DPAS) Priority Rating of DO-A1, emphasizes compliance with various federal regulations and requires electronic invoicing through Wide Area WorkFlow (WAWF). Interested parties should contact Rachel Bradd at rachel.bradd@us.af.mil or call 937-656-0000 for further details.
    Repair of B-1B Torque Motor
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of B-1B Torque Motors, specifically National Stock Numbers 6105-01-232-8318 and 6105-01-232-8319. The procurement aims to secure comprehensive repair services, including provisions for "No Fault Found" items and additional work requirements, with a total estimated contract value of $4,149,750.00 over a base year and three option years. This contract is critical for maintaining the operational readiness of the B-1B aircraft, ensuring that essential components are serviced to meet military standards. Interested contractors must submit their proposals by January 30, 2026, and can direct inquiries to Amy Schmitz at amy.schmitz.1@us.af.mil or David Herrig at david.herrig.1@us.af.mil.
    Repair CTI Systems Teleplatforms
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of twelve CTI Systems Teleplatforms at Tinker Air Force Base in Oklahoma. This sole-source requirement necessitates troubleshooting and repair services, with contractors expected to provide all necessary labor, tools, equipment, and materials while adhering to manufacturer specifications and safety protocols. The teleplatforms are critical for depainting and painting processes, and the original equipment manufacturer, CTI Systems, has proprietary access to the control system, making this a specialized procurement. Proposals are due by December 15, 2025, and interested parties should contact Chelsie Hannah at chelsie.hannah@us.af.mil or Tran Tran at Tran.Tran.1@us.af.mil for further details.
    T-38 TRANSMITTER RATE OF, NSN: 6620-00-555-3991, PN: MILT26298
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of 78 units of the 'TRANSMITTER, RATE OF' under Solicitation Number SPRTA126R0102. This opportunity is specifically set aside for small businesses within the Other Aircraft Parts and Auxiliary Equipment Manufacturing sector, as defined by NAICS code 336413, and requires compliance with various federal acquisition regulations. The goods are critical for aircraft operations, ensuring accurate performance metrics, and must be delivered to DLA Distribution Depot Oklahoma by March 1, 2028. Interested parties should submit their proposals electronically by January 5, 2026, at 3:00 PM, and can contact Kevin Howe at kevin.howe.1@us.af.mil for further information.
    F108 Stage 1 Fan Blade Repair 005-010 (please respond by 24 February 2025 at 4:00 PM CST)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the finishing repairs of the F-108/CFM 56-2A/B Stage 1 Fan Blade, with a focus on parts associated with NSN 2840-01-196-6053PN. The procurement will be executed through a Firm-Fixed-Price Blanket Purchase Agreement, and interested parties are encouraged to demonstrate their capabilities, experience, and qualifications related to the repair process by submitting documentation by February 24, 2025. This opportunity is critical for maintaining the operational readiness of aerospace components, and potential contractors must comply with established technical and quality assurance standards as outlined in the associated Repair Data List and Repair Qualification Requirements. For further inquiries, interested businesses can contact Jaqueline Hughes at jaqueline.hughes@us.af.mil or Bridgette Miles at bridgette.miles@us.af.mil.
    KC-46 Commercial Common Repairable Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the KC-46 Commercial Common Repairable Support contract, aimed at providing strategic repairable support services for the KC-46A aircraft. This competitive, full and open solicitation requires contractors to ensure a 30-day exchange of unserviceable assets for serviceable ones, which must be FAA-certified, thereby maintaining the aircraft's operational readiness and compliance with aviation standards. The contract will have a five-year base period with a maximum value of $470.9 million, and interested parties should direct inquiries to Stephen Schexnayder at stephen.schexnayder.2@us.af.mil or Joshua Taft at joshua.taft@us.af.mil, with proposals due in accordance with the specified timelines outlined in the solicitation documents.
    Remanufacture of the F-15 Pitch/Roll Channel Assemblies & Pitch Trim Controller
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of F-15 Pitch/Roll Channel Assemblies and Pitch Trim Controllers, with a focus on returning these components to like-new condition. The procurement involves comprehensive tasks such as disassembly, cleaning, inspection, maintenance, re-assembly, testing, and adherence to technical orders and OEM specifications, addressing challenges like obsolescence and requiring a robust Supply Chain Risk Management plan. This contract is critical for maintaining the operational integrity of the F-15 aircraft, ensuring that essential components function effectively in support of military operations. Interested contractors should contact Alan Tran at alan.tran.1@us.af.mil or Morgan Mcgarity at morgan.mcgarity@us.af.mil for further details, with the contract set aside for 8(a) sole source and performance expected in S Coffeyville, Oklahoma.