Temperature Regulating Valve Repair (Applicable to the TH-1HHelicopter Program)
ID: FA8524_26_R_0004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8524 AFSC PZAAAROBINS AFB, GA, 31098-1670, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS (J059)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a firm-fixed-price contract to repair Temperature Regulating Valves (NSN 4820-00-931-2314GA) for the TH-1H Helicopter program. The contract encompasses a Basic Year and four one-year Ordering Periods, requiring the contractor to provide all necessary services, materials, and equipment for the repairs, which are critical for pilot training and combat search and rescue missions. The selected contractor must adhere to OEM specifications, maintain high-quality repair standards, and comply with various reporting and inventory management requirements, with the work to be performed at the contractor's facility in Warner Robins, Georgia. Interested parties should contact Teresa Smith at teresa.smith.16@us.af.mil or William D. Martin at william.martin.12@us.af.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Commercial Asset Visibility Air Force (CAV AF) Reporting Requirements document outlines the mandatory procedures for contractors to report government-owned assets at their repair facilities and inventory control points. CAV AF is the primary system for daily asset status reporting. Contractors must ensure accurate, daily reporting, utilize current user guides, and have at least two trained reporters with valid Public Key Infrastructure (PKI) and annual DoD CyberAwareness Challenge training. The document details specific transactional reporting for "Not-on-Contract" and "On Contract" items, emphasizing proper use of DD Form 1348-1A for shipping and receipt, and prohibits practices like 'catch-up' reporting. It also addresses discrepancies, contract closure procedures, and mandates specific reporting for Nuclear Weapon Related Materiel (NWRM). Failure to comply leads to systemic data problems and potential Program Management Reviews.
    The government file details contract data requirements for DUKE AEROSPACE concerning the TH-1H system under contract FD20602600032. It outlines seven key data items: Commercial Asset Visibility (CAV) Reporting, Government Property (GP) Inventory Report, Contract Depot Maintenance (CDM) Monthly Production Report, Item Unique Identification (IUID) Marking Plan, IUID Marking Activity, Validation and Verification Report, Counterfeit Prevention Plan, and Accident/Incident Report. Each item specifies reporting authority, contract reference, requiring office, frequency, submission dates, and distribution. The document emphasizes electronic submissions, compliance with specific user guides and military standards, and outlines approval processes, contact points, and submission formats. The overall purpose is to ensure comprehensive tracking, reporting, and management of assets, maintenance, and safety related to the TH-1H system.
    This government Request for Proposal (RFP) is for a firm-fixed-price, requirements-type contract to repair Temperature Regulating Valves (NSN 4820-00-931-2314GA) for the TH-1H Helicopter program. The contract includes a Basic Year and four one-year Ordering Periods, requiring the contractor to provide all services, materials, and equipment for repairs, including handling
    The provided document details a GFP (Government Furnished Property) attachment, likely part of a federal government RFP or grant. It outlines a provisioned item: a Temperature Regulating Valve with NSN 482000931231, CAGE Code 09445, and Part Number 35D10. This item is serially managed, classified as
    This document outlines packaging requirements for federal government procurements, focusing on compliance with MIL-STD 129 Revision R and MIL-STD 2073-1 Revision E, as well as international restrictions on wood packaging material (WPM). The primary concern for WPM is preventing invasive species, such as the pinewood nematode. All WPM must be constructed from debarked, heat-treated wood (56 degrees Celsius or 133 degrees Fahrenheit for 30 minutes) and certified by an ALSC-recognized agency, adhering to "International Standards for Phytosanitary Measures" (ISPM) No. 15. The document details specific packaging instructions for two items (4820DTL25030EGA and 4820009312314GA), including preservation levels, packaging levels, and extensive coded data for packaging attributes. It also specifies additional marking requirements for shipping containers in accordance with MIL-STD-129 and any supplemental instructions from the vendor. The packaging specialist for this document is Richard J. Holmes, dated September 15, 2025.
    This government Performance-Based Work Statement (PWS) outlines the requirements for repairing Temperature Regulating Valves (P/N 35D10) used on TH-1H helicopters, crucial for pilot training and combat search and rescue missions. The repair work must adhere to OEM specifications, with no unauthorized modifications. Key performance objectives include timely delivery of repairs (max one late asset annually), high quality of repair (max one PQDR failure annually), accurate CAV-AF reporting, and timely, quality CDRL deliverables (max one rejection/late submission annually). The contractor is responsible for Government Furnished Property (GFP), reporting any loss or damage in the PIEE system, and conducting annual physical inventories. Technical requirements specify repairs according to Technical Orders and outline a five-year contract period at the contractor's facility. The PWS also details requirements for Contract Data Requirements List (CDRL) submissions, Teardown, Test and Evaluation (TT&E), maintenance records, Item Unique Identification (IUID) marking and reporting, packaging, Commercial Asset Visibility-Air Force (CAV-AF) compliance, counterfeit prevention, and procedures for items deemed Beyond Economical Repair (BER). Additionally, it addresses Supply Chain Risk Management (SCRM), including Continuity of Operations (COOP), Foreign Ownership, Control, or Influence (FOCI) disclosure, and cybersecurity protection. General information covers security requirements (no security clearance typically needed), environmental management, affirmative procurement programs, and safety regulations, including mishap notification and investigation. The contractor must maintain a quality program compliant with ISO 9001:2015 and submit invoices via WAWF.
    Lifecycle
    Similar Opportunities
    16--VAVLE,HOT SIDE TEM, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of the Hot Side Temperature Valve (NSN: 1680-015873824) under a delivery order associated with Honeywell BOA N0038326GA801. The contractor will be responsible for returning the valve to a Ready for Issue (RFI) condition, adhering to specified repair turnaround times and quality standards, including compliance with ISO 9001/SAE AS9100. This procurement is critical for maintaining operational readiness of aircraft systems, and interested contractors should direct inquiries to Shannon K. Fitzgerald at SHANNON.K.FITZGERALD3.CIV@US.NAVY.MIL for further details and submission requirements.
    FMS, QTY 9 , NIIN 013802231
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for the repair of "VALVE, REGULATING, FL" units (NSN: 7R4810013802231, P/N: 3214394-6) on a Firm Fixed Price basis. Contractors are required to meet a Repair Turnaround Time (RTAT) of 82.17 days from the receipt of assets, adhere to specific throughput constraints, and comply with an Induction Expiration Date of 365 days post-award. These valves are critical components for submarine and surface ship operations, necessitating strict compliance with configuration management and mercury-free standards, along with detailed packaging for overseas shipment. Interested contractors should contact Jillian Eder at 771-229-0426 or via email at jillian.a.eder.civ@us.navy.mil for further details and to ensure compliance with all contractual requirements.
    25--VALVE MOD-THRUST RE, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Weapon Systems Support, is seeking contractors for the repair and modification of the Valve Mod-Thrust Re, a critical component in military vehicle operations. The procurement involves restoring aircraft components to a fully serviceable condition in accordance with OEM or FAA-approved data, requiring the contractor to provide all necessary labor, materials, and facilities. This competitive solicitation emphasizes compliance with various federal regulations and standards, including FAR and DFARS, and will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria. Interested parties must submit their offers by the specified deadline and can direct inquiries to Jacob A. Tarini at 215-697-3563 or via email at jacob.a.tarlini.civ@us.navy.mil.
    16--VALVE, PRESSURE REG, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of pressure regulation valves. The procurement aims to establish a firm fixed-price contract for the overhaul, repair, testing, and inspection of these critical components, ensuring they are returned to a Ready for Issue (RFI) condition in accordance with specified military standards. These valves are essential for maintaining operational readiness in various aircraft systems, highlighting their importance in defense operations. Interested contractors should direct inquiries to Sophia Noel at 215-697-4313 or via email at SOPHIA.J.NOEL.CIV@US.NAVY.MIL, with proposals expected to adhere to the outlined requirements and conditions.
    17--VALVE,SERVO,AIRCRAF, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of aircraft servo valves under the title "17--VALVE, SERVO, AIRCRAFT, IN REPAIR/MODIFICATION OF." The procurement requires contractors to perform comprehensive repair, testing, and inspection of the specified valves, ensuring compliance with established technical specifications and repair manuals, with a critical emphasis on quality and safety due to the items' role in shipboard systems for aircraft operations. Interested contractors must adhere to a repair turnaround time of 180 days and provide detailed documentation of their processes, with the contract's induction expiration date set at 365 days post-award. For further inquiries, potential bidders can contact Brian Emde at 215-697-4313 or via email at BRIAN.J.EMDE.CIV@US.NAVY.MIL.
    16--VALVE,LNDGR ISOLTN,, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of the Valve, Landgr Isolation (NSN: 1680-01-571-0122). The contractor will be responsible for ensuring that the valve is returned to a Ready for Issue (RFI) condition, adhering to strict quality control and inspection standards as outlined in the Statement of Work. This procurement is critical for maintaining operational readiness and reliability of aircraft systems, emphasizing the importance of high-quality repairs in defense operations. Interested contractors should contact Kimberly Flores at 215-697-6549 or via email at KIMBERLY.FLORES12.CIV@US.NAVY.MIL for further details, with a required repair turnaround time of 90 days post-receipt of the asset.
    16--PRSOV VALVE,BLEED, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of the PRSOV Valve, Bleed, under a federal contract. The procurement aims to ensure the efficient repair and testing of these aircraft components, which are critical for maintaining operational readiness in military aviation. The contractor will be responsible for providing all necessary facilities, labor, materials, and parts to return the items to a Ready for Issue (RFI) condition, adhering to strict quality and inspection standards. Interested parties can contact Jillian A. Eder at 215-697-6490 or via email at jillian.a.eder.civ@us.navy.mil for further details, with a required repair turnaround time of 146 days after receipt of the asset.
    16--VALVE ASSEMBLY,ENVI
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of 30 units of a Valve Assembly (NSN 7R-1660-015854984-P8, REF NR 396608-1). This contract requires that the items be commercial/nondevelopmental/off-the-shelf products, necessitating Government source approval or the ability to provide FAA-Certified parts with an FAA Form 8130-3 Airworthiness Approval Tag prior to contract award. The items are critical for aircraft air conditioning, heating, and pressurizing systems, and only sources previously approved or compliant with FAA requirements will be solicited. Interested parties must submit their proposals, including necessary documentation, by the specified deadline, and can contact Christian M. Markle at (215) 697-6679 or via email at CHRISTIAN.M.MARKLE.CIV@US.NAVY.MIL for further information.
    FD20302600008 - Remanufacture of KC-135 Valves & Pumps; NSN: 2915-01-452-5123RK, 2915-01-452-5126RK, 2915-01-527-8152RK, 2915-01-510-1161RK
    Buyer not available
    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.
    Synopsis for FMS Repair Solicitation N0038326QD052
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support, is seeking proposals for the repair of a fluid regulating valve (NIIN 013177769, PN 123SCEC5020-17) in support of Foreign Military Sales (FMS) to Japan. The procurement is specifically for the repair of this flight-critical item, which currently has Honeywell International Inc. as the sole known source with full repair capabilities. Interested vendors must submit a capability statement and comply with the U.S. Navy's source approval requirements, as the government will not consider offers that do not meet the necessary documentation criteria. For inquiries, potential bidders can contact Shannon K. Fitzgerald at (215) 697-3638 or via email at Shannon.K.Fitzgerald3.CIV@US.NAVY.MIL.