FA811824R0070 Remanufacture of F-16 Leading Edge Flap PDU Assemblies
ID: FA811824R0070Type: 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

AIRCRAFT HYDRAULIC, VACUUM, AND DE-ICING SYSTEM COMPONENTS (1650)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of F-16 Leading Edge Flap Power Drive Unit (LEFPDU) assemblies under solicitation FA811824R0070. This procurement aims to establish a firm-fixed price contract with a duration of five years, consisting of a three-year base period and two one-year option periods, to ensure the availability of critical aircraft components. The LEFPDU is essential for the operational readiness of the F-16 aircraft, highlighting the importance of maintaining high standards in military aviation support. Interested contractors should direct inquiries to Jacqueline K. West at jacqueline.west@us.af.mil or Shirley V. Harmon at Shirley.Harmon.1@us.af.mil, with proposals due by the specified deadline.

    Point(s) of Contact
    Files
    Title
    Posted
    The document presents a Statement of Work (SOW) for the remanufacture of the F16 Leading Edge Flap Power Drive Unit (LEFPDU) at Tinker Air Force Base. It outlines the scope of work, emphasizing the tasks of disassembly, cleaning, inspection, maintenance, reassembly, testing, and delivering the end items to a condition equivalent to new. The SOW specifies critical terms, reporting requirements, and quality assurance protocols, including a structured Pre-Award Survey and Initial Production Evaluation processes. Contractors must adhere to stringent safety standards, manage government property effectively, and implement a compliant Parts Control Program. Significant emphasis is placed on managing supply chain risks, including cybersecurity and foreign influence. The document requires detailed record-keeping and communication with the government regarding any discrepancies or needed deviations. These comprehensive guidelines ensure the contractor not only meets technical specifications but also guarantees the integrity and security of the work performed in support of national defense objectives.
    The Commercial Asset Visibility (CAV) Reporting Data Item Description (DI-MGMT-81838) outlines the requirements for the web-based tracking system that monitors government-owned reparable assets at contractor repair facilities. The primary function of CAV is to provide an effective inventory management system to enhance visibility of assets during the repair cycle by allowing contractors to report transactions in real-time, automatically updating the associated database. The document specifies the format and content of contractor-reported transactions, including asset receipt, inductions, shipment status, and various reporting functionalities such as print capabilities for different inventory and activity reports. These requirements are to be detailed in the Contract Statement of Work, ensuring that the system meets the specified needs for asset tracking and management in line with federal oversight. This initiative is crucial for improving asset visibility, efficiency in repairs, and overall management within government contracts.
    The document outlines the Data Item Description (DID) for the Commercial Asset Visibility Air Force (CAV AF) system, which is employed for reporting end item repairs and Government Furnished Material (GFM) transactions related to Contract Depot Maintenance (CDM) contracts. The CAV AF is a web-based platform that facilitates the oversight and visibility of these assets. The DID specifies the format and content requirements for reporting, applicable to all depot-level repair contracts, and supersedes an earlier version. Key reporting transactions include asset management stages such as receipt, induction, and shipment, as well as GFM requisitions and material transfer processes. The document is designed to ensure uniform reporting standards and improve asset visibility across government contracts, thus streamlining the management of military and contractor equipment and materials. The CAV AF system provides a framework for reporting essential data, thereby enhancing efficiency and accountability in maintenance operations.
    The CAVAF Reporting Requirements document outlines guidelines for contractors regarding the Commercial Asset Visibility Air Force (CAV AF) reporting system. It mandates that contractors maintain accurate records of government-owned assets at repair facilities and ensure timely reporting of maintenance actions. Key responsibilities include completing training on DoD Information Assurance and submitting System Authorization Access Requests promptly. The document specifies requirements for handling Government Furnished Property (GFP), correctly utilizing DD Forms for receipts and shipments, and adhering to reporting deadlines, particularly concerning Nuclear Weapon Related Materiel (NWRM). Discrepancy reporting protocols for lost, damaged, or misdirected shipments are also established. Overall, the guidance aims to enhance asset visibility and accountability while ensuring compliance with Department of Defense regulations during asset management within contracting operations. Effective communication with system administrators and prompt reporting of any discrepancies is imperative for operational continuity.
    The document outlines the requirements for the Contract Depot Maintenance (CDM) Monthly Production Report, which provides essential maintenance production data to the government. It specifies the content, format, and intended use of the report, applicable to any depot-level maintenance contract. Key information includes contractor and government contact details, production figures, status of repairs, and unresolved issues. The report is structured in two parts: Part I includes detailed blocks that capture daily production metrics such as item identification, quantities received and produced, and shipping status, while Part II summarizes production details when discrepancies arise or anticipated problems are identified. Required data must be submitted within ten business days after the close of the month. This systematic documentation ensures accountability and transparency in asset management within government contracts and supports overall operations by forecasting future production needs. In summary, the CDM Monthly Production Report serves as a critical tool for monitoring maintenance activities, enhancing logistical efficiency, and maintaining oversight of production performance in governmental contracts.
    The document outlines the specifications for the Contract Government Furnished Material (GFM) Monthly Requisition and Inventory Report, identified as DI-MGMT-82128A. Its primary purpose is to provide the government with detailed monthly data regarding GFM balances, including aspects such as consumption, transfers, and inventory levels by condition code. This report is applicable to any depot-level maintenance contract and supersedes a previous iteration. Key sections include the report's format, which necessitates specific information from both the Production Management Specialist (PMS) and the contractor. This encompasses data such as the As-Of Date, PMS contact details, business identifiers, and a comprehensive listing of inventory metrics including National Stock Numbers and condition statuses. The report must be submitted within 10 business days of the month’s end, ensuring timely and accurate reporting. Overall, the document serves as a guideline for maintaining oversight and management of government-furnished materials, which are critical for effective operations within Department of Defense activities.
    The document outlines the Contract Data Requirements List (CDRL) for contract number FD20302001842 related to the F-16 system. It specifies data item requirements that contractors must fulfill, including various reports on asset visibility, maintenance production, inventory control, and government-furnished materials. The critical data items, such as the Commercial Asset Visibility Reporting and Government Property Inventory Report, establish deadlines, submission formats, and the required accuracy for maintenance-related data. The CDRL emphasizes the necessity of timely reporting, primarily within stipulated timeframes (24 hours for some reports), and the contractors' responsibilities for accurate and current data management. It mandates electronic submissions, using the CAV AF website and other designated channels. In addition, the document outlines the distribution requirements and export control warnings, highlighting that the shared information is restricted to authorized DoD personnel and contractors only. The overall purpose is to ensure precise tracking, accountability, and management of materials and assets related to the contract, emphasizing transparency and compliance with federal regulations.
    The Government aims to award a contract for the remanufacture of the F-16 Leading Edge Flap Power Drive Unit through solicitation FA8118-24-R-0070. This contract seeks a single supplier for a firm-fixed price agreement covering one three-year base period and two one-year option periods. The primary criterion for awarding the contract will be the lowest total evaluated price (TEP) from compliant proposals. The contracting officer will conduct evaluations based on price reasonableness and the completeness of submissions, emphasizing that non-compliance with solicitation requirements could render an offer ineligible. The document structures the requirements and provides detailed specifications for the remanufacturing process, inspection criteria, and additional data reporting needs. It outlines shipping terms and provides administrative details necessary for proposal submission, including necessary representations and certifications. Specific attention is given to quality assurance measures, adherence to the Buy American Act, and reporting requirements for various maintenance and inventory assessments. Overall, the solicitation aims to ensure competitive procurement while maintaining high standards for defense contract management.
    The Government Property (GP) Inventory Report, designated as DI-MGMT-80441D, is a critical document enabling contractors to provide the Department of Defense (DoD) with an inventory of Government Property (GP) in their possession, including both Government Furnished Property (GFP) and Contractor Acquired Property (CAP). This Data Item Description is required for all contracts involving GP and outlines the format, content, and intended use of the report. The report must be formatted electronically (.xls or .xlsx) and includes specific column headers detailing contract and asset information such as contract number, various identification numbers, item descriptions, quantities, acquisition costs, and asset locations. Additionally, it specifies the type and classification of government property, as well as the date of the last physical inventory and the current condition of items. This inventory reporting is essential for effective management and accountability of government assets, aligning with federal acquisition regulations and supporting transparency and oversight in the allocation of resources. By maintaining accurate records of both GFP and CAP, the report aids in compliance with government standards and efficient contract administration.
    This document details the packaging requirements associated with Purchase Instrument Number FD20302001842-01, focusing on compliance with international standards for wood packaging material (WPM) to prevent the introduction of invasive species such as the pinewood nematode. Wooden pallets and containers used for global shipments must be constructed from debarked wood and heat-treated to specific temperatures to ensure safety. Certification of compliance is mandated by an accredited agency recognized by the American Lumber Standards Committee. Additionally, packaging and marking of items must align with MIL-STD-2073-1 and MIL-STD-129 standards for military packaging and shipping requirements. Specific marking criteria and additional labeling, including serial numbers and manufacturer details, are outlined for shipping containers. The summarizing authority for this document is the 406 SCMS/GULAA, under the guidance of Packaging Specialist Chartney, TJ, with relevant contact information provided. The information ensures adherence to military logistics and international trade regulations, reflecting the government's emphasis on compliance, safety, and environmental considerations in procurement processes.
    The document outlines the Performance Work Statement (PWS) for the overhaul of the F16 Leading Edge Flap Power Drive Unit (LEFPDU) at Tinker Air Force Base. It specifies the requirement for disassembling, inspecting, cleaning, reassembling, testing, and ensuring all end items are delivered in a defect-free condition. Key details include the need for a Pre-Award Survey, Initial Production Evaluation, and comprehensive Reporting Requirements for each end item produced. The document emphasizes quality assurance, safety protocols, parts control, and the use of specified Special Tools and Test Equipment (ST/STE) to meet Air Force standards. It prescribes the minimum 100% replacement of certain consumable parts during overhauls and details the contractor's responsibilities in maintaining government property and adhering to supply chain risk management. Provisions on contractor manpower reporting, compliance with safety regulations, and cybersecurity are also addressed. This PWS aims to ensure contractors deliver high-quality service and maintain operational standards essential to support the Air Force’s mission.
    The Production Surge Plan outlines a contractor's capacity to swiftly increase and maintain production levels in a non-war environment. It is crucial for contracts requiring surge capabilities for specific critical items and is designed to ensure readjustment capabilities without invoking emergency powers. The plan must detail maximum sustainable production rates, production buildup schedules, and the identification of critical subcontracted and non-subcontracted items, including lead times. It also requires an inventory of related government contracts, potential impacts on other contracts, and necessary additional skilled labor and materials. Furthermore, it specifies the tooling and equipment needed to boost production rates and reduce lead times. The comprehensive nature of this documentation supports effective surge planning, ensuring readiness and optimal resource allocation in times of increased demand without prior mobilization or war declarations.
    This government document details the procurement of hydraulic components, specifically a hydraulically operated drive unit and associated supplies. It includes an attachment dated June 26, 2023, with two primary items listed. The first item is a hydraulic drive unit, identified by NSN 1650-01-340-632, which converts hydraulic power into rotary mechanical motion, with a requirement for 50 units at an acquisition cost of $54,351 each. The second item is a hydraulic fluid valve (NSN 4810-01-324-356) necessary for the hydraulic motors and planetary gear reduction system, with an order for 53 units costing $41,555.37 each. Both items have specific CAGE codes and are assigned part numbers, indicating their manufacture. The document is structured to provide clear specifications, costs, unit quantities, and delivery requirements, fundamental in government RFP processes for capital equipment and supplies. It ultimately serves to outline the necessary components for the intended operational function, emphasizing the significance of precise mechanical components in hydraulic systems.
    The file provides detailed Special Packaging Instructions (SPI) for a Hydraulic Drive Unit, identified by part number 16M002-813 and National Stock Number 1650-01-279-1087. The document consists of five sheets outlining preservation and packing methods in accordance with various military standards, particularly MIL-STD-2073 and ASTM-D-5118. The SPI specifies preparation for serviceable and unserviceable items, detailing container dimensions, weights, materials, and various protective measures, including cushioning and wrapping techniques. Notably, it emphasizes the importance of utilizing reusable containers and a specific approach toward humidity control within packaging. The instructions notably prohibit external storage and mandate special markings for handling. Critical components listed include plywood supports, steel bands, cushioning layers, and humidity indicators, each specified by material standards. This comprehensive SPI reinforces regulatory adherence in government procurement, guiding the safe transport and protection of sensitive military assets. Overall, the document exemplifies the meticulous standards required in military logistics related to packaging and preservation of equipment.
    The document outlines transportation data related to the solicitation under purchase instrument number FD20302001842-01, initiated on July 18, 2023. It includes detailed instructions for shipping and transportation related to various Line Item Numbers associated with National Stock Numbers (NSNs) for different items. The Federal Acquisition Regulations (FAR) citations for transportation provisions are referenced, emphasizing the importance of contacting the DCMA Transportation Office for shipping instructions, which is crucial for avoiding delays and additional costs. Moreover, it details the specific account codes, including the First and Second Destination Transportation Account Codes, while stating the requirement for all freight movements to comply with DOD regulatory clearances. The contact information for Woodnell M. Respert from the 406 SCMS/GULAA office is provided, reinforcing the document’s primary focus on ensuring proper transportation logistics within federal procurement activities. This file serves as a critical guide for vendors involved in federal procurement, ensuring compliance with regulations and efficient handling of transportation matters.
    Lifecycle
    Similar Opportunities
    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.
    F-16 PANEL, PROTECTION, NSN: 6110-01-365-3660HY, ALT NSN: 6110-01-108-8246, PN: 16E1015-827, ALT PN: 16E1015-821
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of a No.1 and No.2 overcurrent protection panel assembly for the F-16 aircraft, identified by NSN 6110-01-365-3660HY. The requirement includes a total line item quantity of 23 units, with a minimum of 6 and a maximum of 35 units, constructed from aluminum, plastic, rubber, and paint, and measuring 13x8x5 inches. This procurement is critical for maintaining the operational readiness of the F-16 aircraft, with proposals expected to be issued on October 15, 2024, and responses due by November 15, 2024. Interested parties should note that the delivery location is Hill AFB, UT, with the first batch due by June 2, 2026, and can contact John Nolan at john.nolan.8@us.af.mil or 405-855-3542 for further information.
    LANDING GEAR,RETRAC
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting proposals for the procurement of landing gear components, specifically the part number 2006100-123 for the F-16 aircraft. The contract is set aside for small businesses and requires compliance with stringent packaging and preservation standards, including adherence to military specifications and regulations for hazardous materials. These components are critical for maintaining the operational readiness and safety of military aircraft. Interested vendors must submit their quotations by November 1, 2024, and can direct inquiries to Richard Dunlap at richard.dunlap.2@us.af.mil or by phone at 385-519-8306.
    F-16 Panel
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting quotations for the supply of a manual trim panel (P/N: 16C0650-803) for the F-16 aircraft. This procurement is restricted to approved sources, specifically Lockheed Martin and Bowmar, and interested parties must submit qualification packages to become eligible suppliers. The manual trim panel is a critical component for the operational integrity of the F-16, emphasizing the importance of compliance with military standards and regulations throughout the manufacturing and supply process. Quotations for this opportunity are due by October 7, 2024, and interested contractors can reach out to Michelle Mihu at michelle.mihu@us.af.mil for further information.
    F-16 Circuit Card Assembly
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting proposals for the procurement of one Circuit Card Assembly, specifically part number 2809876-4, associated with the F-16 aircraft. This procurement emphasizes strict adherence to military specifications, including the use of leaded solder and compliance with unique identification standards as outlined in MIL-STD-130, ensuring reliability and performance critical to national security. Interested contractors must respond to the Request for Quotation (RFQ) SPRHA4-24-Q-9976 by October 25, 2024, and are required to submit a First Article Test Report along with their proposals. For further inquiries, potential bidders can contact Travis Bodily at travis.bodily@us.af.mil.
    F-16 Plug In
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting qualified sources for the procurement of a Plug-In Unit for the F-16 aircraft, specifically restricted to BAE Systems (CAGE 12436). This acquisition involves the manufacturing of Bare Printed Circuit Boards and requires adherence to stringent military specifications, including compliance with engineering standards and secure handling of sensitive data. The opportunity underscores the importance of maintaining safety and reliability in military electronic products, with a focus on traceability and proper packaging as outlined in the associated documentation. Interested vendors can contact Michelle Mihu at michelle.mihu@us.af.mil for further details, with submissions due by October 31, 2024, and pricing held for 120 days post-deadline.
    Housing, Mechanical
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is seeking proposals for the procurement of mechanical housing components, specifically for the F-16C/D aircraft. The contract will involve the supply of spare parts, with an estimated total line item quantity of 35 units, and delivery is required by August 14, 2026, although early delivery is acceptable. This procurement is critical for maintaining operational readiness and support for military aircraft, and interested vendors should note that the solicitation will be available for download on www.sam.gov, with proposals due by November 15, 2024. For further inquiries, potential offerors can contact Genevee Suba at genevee.suba@us.af.mil or by phone at 405-855-3187.
    F-16 Grip Assembly
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the procurement of one Grip Assembly for the F-16 aircraft, identified by NSN 1680-01-263-0648. This opportunity is a total small business set-aside, requiring interested manufacturers to demonstrate compliance with specific qualification requirements, including the submission of a complete data package and a qualification test plan. The Grip Assembly is critical for the operational capabilities of the F-16 fighter jet, emphasizing the importance of adherence to military specifications and quality standards in aerospace manufacturing. Interested parties must contact Travis Bodily at travis.bodily@us.af.mil for further details, with proposals due by October 21, 2024, and an estimated qualification testing cost of $4,000, taking approximately 180 days to complete.
    F-16 VALVE, REGULATING
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) Aviation at Oklahoma City, OK, is soliciting proposals for the procurement of F-16 valve regulating devices, as outlined in a Request for Quotation (RFQ). Suppliers are required to provide new manufactured items that comply with export control regulations, with specific delivery requirements and a firm fixed price structure for varying quantities. These valves are critical components for military aircraft, ensuring operational efficiency and safety. Interested vendors must submit their proposals by October 28, 2024, and are encouraged to contact Lori Lumsden at lori.lumsden.1@us.af.mil or call 405-855-3559 for further information regarding the solicitation.
    F-16 ELECTRONIC COMPONENT
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting bids for the procurement of electronic components for the F-16 aircraft, specifically two units of NSN: 5998-01-322-7746. The procurement requires adherence to stringent military standards for preservation, packaging, and marking, as outlined in the Statement of Work (SOW), which emphasizes compliance with various Department of Defense regulations and international guidelines. These components are critical for maintaining the operational readiness and safety of the F-16 fleet, reflecting the government's commitment to quality control in military aviation. Interested contractors must submit their quotations by November 4, 2024, and can direct inquiries to Kody Quayle at kody.quayle@us.af.mil.