Repair of Aircraft Pitot-Static Tube
ID: FD20302401980Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8117 AFSC PZABATINKER AFB, OK, 73145-3303, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES (J016)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of KC-135 Pitot-Static Tubes, with the contract to be executed at Tinker Air Force Base in Oklahoma. This procurement involves a firm-fixed-price acquisition for repair services, emphasizing compliance with federal regulations and quality assurance standards, including ISO 9001:2015. The total anticipated award amount for this contract is $7,665,629, reflecting the government's commitment to maintaining operational readiness of critical defense equipment. Interested contractors should direct their responses to the primary contact at 422.SCMS.AFMC.RFI@us.af.mil, with additional inquiries directed to Amy Schmitz at amy.schmitz.1@us.af.mil or by phone at 405-736-5668.

    Point(s) of Contact
    Files
    Title
    Posted
    The government document outlines the Contract Data Requirements List (CDRL) for the repair of the Rate of Flow Transmitter T-38 under contract number FA8117-25-R-0012. It specifies various data item descriptions (DIDs) necessary for maintaining commercial asset visibility and ensuring government property accountability. Key data items include yearly reports on Government Property Inventory, Acquisition and Sustainment Data Packages, Counterfeit Prevention Plans, and monthly production reports for contract depot maintenance. Each report has defined submission timelines and specific content requirements, such as inventory tracking, teardown deficiency analyses, and counterfeit risk management procedures. The document emphasizes adherence to guidelines regarding the reporting formats, frequencies, and the importance of timely updates for effective asset management and compliance with government standards. This CDRL facilitates oversight of contractor performance and provides structured communication channels for critical operational data related to the KC-135 aircraft and associated systems.
    This document is a solicitation from the Department of the Air Force for the repair of Pitot-Static Tubes, with the requisition number FD20302401980. It outlines a firm-fixed-price acquisition for the repair services across multiple line items, with specific details on quantity, delivery timelines, and inspection protocols. The project includes standard inspections and acceptance processes and emphasizes that deliveries will be made to Tinker AFB, Oklahoma. Additionally, it contains specific clauses related to contract terms, compliance with federal regulations, and requirements for unique item identification. The solicitation is designed to engage contractors in providing necessary repair services, ensuring conformity with detailed governmental standards while also highlighting preferences for small business participation. The total anticipated award amount is $7,665,629. This request underscores the government's broader commitment to maintaining operational readiness through essential repairs and quality assurance in defense equipment management, further enhancing industry engagement in governmental contracts.
    The document outlines packaging requirements for military shipments under Purchase Instrument Number FD20302401980-00. It emphasizes compliance with international regulations regarding wood packaging material (WPM), particularly to prevent the spread of invasive species like the pinewood nematode. All wooden materials used in shipping must be made from debarked wood and heat-treated to specific temperatures for pest control. Certification from an accredited agency is mandatory. Additionally, military packaging standards (MIL-STD-2073-1 and MIL-STD-129) dictate the packaging, preservation, and marking protocols for items. Specific items and their coded data are listed, alongside detailed packaging instructions. The organization responsible for these requirements is identified, and contact information for the packaging specialist is provided. Overall, ensuring the integrity of military shipments while adhering to global forestry standards is the document's primary purpose.
    The Performance Work Statement (PWS) outlines the requirements for the repair of Pitot Static Tubes by the Department of the Air Force at Tinker Air Force Base. It delineates the contractor's responsibilities, which include possessing necessary repair capabilities, ensuring quality assurance, and maintaining compliance with various standards, including ISO 9001:2015. Key components include Initial Production Evaluation (IPE) requirements, a rigorous quality program, supply chain risk management, and cybersecurity protocols. The contractor must manage issues of foreign influence, obsolescence, counterfeit prevention, and specific safety standards. Furthermore, detailed requirements for reporting, inspection, and delivery schedules guide contractor performance, emphasizing the importance of meeting serviceability metrics and maintaining communication with government representatives. Delivery timelines will prioritize military operational needs. The structure of the document is methodical, providing a comprehensive framework for successful contract execution while ensuring the highest safety and quality standards. Overall, this PWS reinforces the Air Force's commitment to reliable supply chain management and service delivery through strict compliance and oversight.
    The document outlines a federal transportation solicitation, identified by Purchase Instrument Number FD20302401980-00, initiated on February 11, 2025. It specifies various details relevant for tracking and procuring supplies, including transportation provisions, funding information, and multiple shipping instructions. The primary shipment destination is the DLA Distribution Depot at Tinker AFB in Oklahoma, with items categorized by National Stock Numbers (NSNs) reflecting different line item numbers from 0001 to 0005. Each line item denotes specific requisition and shipping details, all marked for "ACCOUNT 09." Dorothy A. Langford, from the 406 SCMS organization, provided contact information and a signature, which confirms the document's legitimacy. The solicitation underscores the interconnected logistics of securing transportation for government procurement while adhering to detailed federal guidelines. The structured breakdown of transportation data, funding streams, and designated shipping points illustrates a systematic approach to federal contracting and funding accountability, pivotal in the context of government RFPs and grant management.
    The "Register of Wage Determinations Under the Service Contract Act" issued by the U.S. Department of Labor outlines minimum wage and fringe benefit requirements for contractors engaged in federal service contracts. It specifies that contracts initiated after January 30, 2022, must pay at least $17.75 per hour as mandated by Executive Order 14026, whereas contracts awarded between 2015 and 2022 must meet a minimum of $13.30 per hour unless a higher wage rate applies. The document also lists detailed wage rates for various occupations across several sectors, emphasizing required fringe benefits, including health and welfare, paid leave, vacation, and holiday provisions. The report is structured to provide a comprehensive overview of wage determinations, occupation titles, minimum wage rates, and associated legal obligations under relevant executive orders. Overall, the document serves to ensure compliance with federal labor standards in contracts, thus protecting workers' rights and promoting fair wages within the context of government contracts at federal, state, and local levels.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    CONTROL TUBE ASSEMB | 05F | C/KC 135
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of Control Tube Assemblies for the C/KC 135 aircraft. This opportunity is a 100% small business set-aside for an indefinite quantity contract (IQC) with a base period of five years, requiring an estimated annual quantity of 80 units, to be delivered 250 days after receipt of order. The Control Tube Assembly is critical for aircraft operations and maintenance, and interested contractors must be certified by the Department of Defense to access the necessary technical data. The solicitation is expected to be issued on or about December 9, 2025, and interested parties can find further details on the DLA Internet Bid Board System (DIBBS) or contact Ryan Loeffelholz at ryan.loeffelholz@dla.mil or 804-279-1452 for more information.
    Repair of KC-135 Attitude Indicator
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a sole-source contract for the repair of KC-135 Attitude Indicators from L3 Aviation Products, Inc., the Original Equipment Manufacturer (OEM). This procurement is critical as L3 Aviation Products is the only known source with the necessary capabilities and expertise to perform the repairs, which are essential for maintaining the operational readiness of the KC-135 fleet. The estimated contract value is $9,575,234, with a one-year basic agreement and four one-year options, and the contracting officer will ensure fair pricing through thorough cost analysis. Interested parties can reach out to Kristen Carter at kristen.carter@us.af.mil or call 405-739-9444 for further information.
    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.
    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.
    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.
    Remanufacture of F110 Transducer
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting market research through a Sources Sought Synopsis (SSS) to identify potential sources for the remanufacture of the F110 Transducer (P/N: 8524-0102, NSN: 6695-01-363-3031) at Tinker Air Force Base in Oklahoma. The procurement requires contractors to provide all necessary labor, materials, facilities, and equipment for the repair, testing, preservation, and packaging of the transducer, ensuring it is returned to the government in like-new condition. This effort is crucial for maintaining operational readiness and support for aircraft systems, and the government is open to all business types, including small business classifications, to foster competition. Interested parties must submit a Source Approval Request (SAR) package, including company details and business size classification, to the designated contacts by the specified deadline, as no contract will be awarded based on this market research.
    Opportunity Details
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of KC-135 and C-130 Vertical Indicators, specifically the "INDICATOR, VERTICAL" items with National Stock Numbers (NSN) 6610-01-527-2395 and 6610-01-433-2219. This procurement is crucial for maintaining the operational readiness of military aircraft, ensuring that critical flight instruments are functioning correctly. The solicitation has been amended to extend the proposal due date to December 16, 2025, at 3:00 PM Central Standard Time, with the contract period running from September 20, 2026, to September 19, 2033. Interested parties can reach out to Nathan R. Sholund at nathan.sholund@us.af.mil or Gregory Howard at gregory.howard.9@us.af.mil for further information.
    F-100 Tube Assembly, Metal
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of F-100 Tube Assembly, Metal, designated as a Critical Safety Item. The requirement includes a total of 12 units, with an estimated Request for Proposal (RFP) issue date of September 5, 2025, and a close date of October 6, 2025, for delivery by December 31, 2026. This assembly is crucial for aircraft engine operations, and the government intends to negotiate with a limited number of sources, primarily RTX Corporation, due to the specialized nature of the item. Interested parties should direct inquiries to Jeremy Bryant at jeremy.bryant@us.af.mil or call 405-855-7112, and all proposals submitted within 45 days will be considered.
    F16_AN_APG68_ElectronTube_5960011538780_PN_585R224H01_3
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified sources for the procurement of Electron Tubes (Part Numbers 585R224H01 and 585R224H03) used in the F-16 AN/APG-68 Radar Dual Mode Transmitter. Interested offerors must meet stringent qualification requirements, including the ability to repair, inspect, and test the items in compliance with government standards, as well as provide a complete data package and a qualification test plan. This procurement is critical for maintaining the operational readiness of the F-16 radar systems, and potential contractors should be prepared for a qualification process estimated to take 180 days, with associated costs around $4,500. For further inquiries, interested parties can contact Tracey Beringer at tracey.beringer@us.af.mil or by phone at 7772211.
    KC-46 Pneumatic Starter
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the KC-46 Pneumatic Starter project, which involves updates to existing Air Turbine Starter (ATS) test stands at Hill Air Force Base in Utah. The procurement aims to engage an Original Equipment Manufacturer (OEM) to develop and integrate new software and hardware necessary for testing the KC-46 ATS, including the creation of test templates and installation of required hardware. This initiative is crucial for ensuring the operational readiness and compatibility of the KC-46 aircraft's pneumatic starter systems. Interested parties, particularly Women-Owned Small Businesses, should refer to solicitation FA822826Q0004 and contact Hayden Thurston at hayden.thurston@us.afmil or Costadena Bournakis at costadena.bournakis@us.af.mil for further details, with a performance period set from January 5, 2026, to January 5, 2027.