Remanufacture of B-1B Electro-Mechanical Actuator
ID: FA811824R0066Type: 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

MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS (1680)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of B-1B Electro-Mechanical Actuators under Solicitation FA8118-24-R-0066. This procurement involves a five-year firm-fixed-price requirements contract, which includes a three-year base period and a two-year option, aimed at ensuring the availability of high-quality remanufactured parts critical for military aircraft operations. The selected contractor will be responsible for adhering to stringent quality assurance measures, packaging requirements, and reporting obligations, all while supporting the operational integrity of military systems. Interested vendors, particularly small businesses including Women-Owned and Service-Disabled Veteran-Owned entities, should contact Matthew Churchwell at matthew.churchwell.2@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further details and to ensure compliance with all submission guidelines.

    Files
    Title
    Posted
    The CAV AF Reporting Requirements document outlines the responsibilities and procedures for contractors involved in the Contract Depot Maintenance (CDM) program under the Commercial Asset Visibility Air Force (CAV AF) system. Its primary purpose is to ensure accurate and timely reporting of all government-owned assets at contractor facilities. Key responsibilities include maintaining accurate records of assets, submitting required forms, and completing cybersecurity training. Contractors must submit daily and prompt reports related to maintenance actions, manage government-furnished property, and adhere to specific shipment and inventory control processes. Training for CAV AF reporting is facilitated through contracts with designated points of contact at various Air Force bases, and discrepancies in shipments must be reported through designated channels. The document details procedures for handling various asset categories, including "Not-on-Contract" items, and emphasizes the need for using government-issued forms for shipping. Overall, this document illustrates the stringent requirements placed on contractors to ensure the integrity of the CAV AF system, contributing to effective government asset management and accountability in compliance with federal regulations.
    The document outlines the Contract Data Requirements List (CDRL) for the B-1B Electro-Mechanical Actuator under federal contract FD20302300006. It consists of several data items including Commercial Asset Visibility (CAV) Reporting, a monthly production report, and annual government property inventory report, and a production surge plan. Each data item is detailed with its title, authority, submission frequency, and necessary reports that contractors must submit. Key requirements demand regular submissions of reports, including daily CAV data, monthly production statuses, and annual property inventories, all emphasizing accurate tracking and accountability of inventory and production. Specific directives govern the format and timing for these reports, and the documents must adhere to export control regulations. The main purpose of the CDRL is to ensure the efficiency and accountability of the contractor's operations in support of the Department of Defense requirements, allowing for effective management of government assets and readiness capabilities during fluctuating demand scenarios. The summary emphasizes the structured approach the contract establishes for ongoing reporting and compliance within the framework of federal procurement processes.
    The Government Property (GP) Inventory Report, designated as DI-MGMT-80441D, serves as a vital tool for contractors to report an inventory of Government Furnished Property (GFP) and Contractor Acquired Property (CAP) to the Department of Defense (DoD). This document outlines the report's purpose, applicable to all contracts involving GP, detailing expectations for periodic inventory submissions. It specifies no current reference documents and requires the report to be formatted in .xls or .xlsx. Key content requirements include several data fields, such as contract numbers, asset identification, descriptions, quantities, acquisition cost, and classifications of government property. The report must also cover the last physical inventory date and federal condition codes. Ultimately, this standardized inventory report aims to maintain accountability and tracking for government-owned property within the contracting framework, ensuring effective property management throughout the contracting process.
    The document outlines instructions for verifying the current version of files downloaded from the DLA (Defense Logistics Agency) website, specifically noting the importance of checking the source URL, http://assist.dla.mil, and the date of download, which is February 14, 2019. Although the text does not provide substantive content beyond these instructions, it emphasizes the need for accuracy and currency in managing government-related documents. As part of the federal government’s processes involving RFPs (Requests for Proposals) and grants, ensuring that data used for decision-making is the most current and reliable is critical. The emphasis is on compliance with procedural standards necessary for federal and state/local engagements, underscoring the importance of due diligence in document management within government operations. Ultimately, the file serves as a brief reminder of good practices in maintaining document integrity in governmental projects.
    The Commercial Asset Visibility (CAV) Reporting document outlines the requirements for an automated web-based system to track government-owned reparable assets during the repair cycle at contractor facilities. The CAV system serves as an inventory management tool that allows contractors to report transactions in real-time, ensuring seamless updates to the CAV database. Key requirements include the format and processes for online transactions, as defined in the Contract Statement of Work. Specific transaction types that contractors must report encompass receipt of assets, inductions, items awaiting parts, completions, shipments, and various reporting obligations such as discrepancies and inventory labels. This document serves as a Data Item Description (DID) providing the necessary format and content instructions for generated data products. The CAV system enhances efficiency and accountability in managing government assets, reflecting imperative guidelines for contractors engaged in federal operations. Overall, this reporting framework facilitates transparent tracking of valuable government property while enabling comprehensive data access for commercial repair vendors.
    The Contract Depot Maintenance (CDM) Monthly Production Report serves as a crucial deliverable for depot-level maintenance contracts, providing the government with essential data on maintenance production metrics. The report outlines key information including monthly maintenance figures, asset status at contractor facilities, performance against scheduled timelines, and unresolved issues. It mandates data from the Production Management Specialist (PMS) and includes multiple sections detailing contractor and asset specifics, report date, and item identifications. The report's structure comprises two main parts: Part I collects formatted data concerning the maintenance program, contractor information, and a breakdown of asset statuses, such as quantities of items received, in work, awaiting parts, and shipped. Part II presents a production summary, triggered by discrepancies in reported forecasts or anticipated production issues. Additionally, the report must be submitted within 10 business days after the month's end, ensuring timely oversight and accountability in depot maintenance operations. This document emphasizes the government's systematic approach to monitoring contractor performance and inventory management within military logistics.
    The document outlines a Solicitation for the remanufacture of B1-B Electro-Mechanical Actuators by the Department of the Air Force (Solicitation FA8118-24-R-0066). It details a 5-year requirements contract with a three-year base period and a two-year option, emphasizing a firm-fixed-price structure. Offerors are encouraged to compete for this acquisition, which is set aside for small businesses, including various classifications such as Women-Owned and Service-Disabled Veteran-Owned. Key components of the solicitation include an outline of the required supplies, eligibility criteria for contractors, and pertinent specifications for performance and quality assurance. Potential bidders must adhere to specific guidelines, including a pre-award evaluation, submission of a Source Approval Request for new vendors, and compliance with the Buy American Act. The document stipulates performance deliverables, including packing, preservation, and extensive documentation, such as the Commercial Asset Visibility Reporting. The objective is to secure capable vendors that can provide high-quality remanufactured parts while ensuring all necessary standards and regulations are met, ultimately supporting the operational integrity of military aircraft systems.
    The document outlines a government requisition for an electro-mechanical actuator, referred to as the B1-B model, which is essential for operating valves controlling hydraulically operated speed brakes. The requisition identifies the item as a non-serialized component with a quantity of eight units, each priced at $281,147.56. The contract was awarded on September 6, 2024, with a specified delivery period of 45 calendar days post-approval. This request reflects ongoing governmental procurement processes, emphasizing the need for specialized equipment to support operational capabilities in relevant federal and possibly defense-related contexts. Such requests highlight the government’s commitment to maintaining the functionality and safety of its hydraulic systems through precise item specifications and structured procurement timelines.
    The document outlines packaging requirements associated with Purchase Instrument Number FD20302300006-00, emphasizing compliance with international standards for wood packaging material (WPM) to prevent the introduction of invasive species like the pinewood nematode. It mandates that all wooden packaging be constructed using debarked wood that has been heat-treated to specific temperatures. Certification by an accredited agency is necessary, referencing the "International Standards for Phytosanitary Measures" (ISPM) No. 15. Additional packaging and marking guidelines include adherence to MIL-STD-2073-1 for military packaging practices and MIL-STD-129 for shipping and storage markings. Shipping containers must meet specific marking criteria, which may include additional information like OEM details. The document is signed by Aaron D. Mallory and highlights the importance of these requirements in ensuring safe and compliant shipping practices.
    The document outlines Special Packaging Instructions (SPI) for the actuator, electro-mechanical item identified by part number R1487M2-1 and national stock number 1680-01-149-3166. It specifies preservation and serviceable methods according to MIL-STD-2073, detailing both serviceable and unserviceable handling procedures. Key points include requirements for packaging using ASTM standards and reusable containers to ensure item integrity during transport. The document enumerates various cushioning materials and structural dimensions necessary for effective protection. Additionally, the packaging marks must include specific indicators such as "arrows up" for orientation. The instructions emphasize adherence to military and ASTM standards, noting specific materials and construction methods for the packaging process. Overall, it serves to ensure that the actuator is preserved correctly and safely transported according to federal specifications, reflecting governmental efforts in maintaining stringent packaging standards for military equipment.
    The document is a Statement of Work (SOW) for the remanufacture of the B-1B Electro-mechanical Actuator by the Department of the Air Force, detailing responsibilities and requirements for the contractor. Major sections include definitions, pre-award evaluations, reporting obligations, quality assurance measures, and specific work requirements. Highlights encompass a mandated Pre-Award Survey (PAS) to assess contractor capabilities, Initial Production Evaluation (IPE) to inspect units, and the necessity to replace certain components during remanufacturing. The contractor must develop comprehensive supply chain risk management and cybersecurity plans to mitigate potential disruptions. Furthermore, the document emphasizes adherence to various technical orders and forms, ensuring traceability and accountability throughout the remanufacture process. The overarching goal is to restore military equipment to a ready-to-use state while maintaining high standards of quality, safety, and regulatory compliance.
    The document outlines procurement details for transportation data related to federal solicitations, specifically under Purchase Instrument FD20302300006-00. Initiated on January 3, 2024, it highlights transportation provisions and clauses, such as F.O.B. (Free on Board) terms and regulations pertinent to shipments. The primary focus is on logistics and shipping instructions, emphasizing the importance of contacting the Defense Contract Management Agency (DCMA) for approval before moving any freight. The document provides various shipping codes, designated addresses, and account codes for funding and routing purposes. It also lists specific items to be shipped, complete with associated NSN (National Stock Number) details. The contact person for this procurement is Glenn A. Carter from the 406 SCMS / GULAA office. The document serves to inform vendors about compliance requirements and procedures necessary for efficient transportation within defense contracting.
    Lifecycle
    Title
    Type
    Similar Opportunities
    LINEAR ACTUATOR PISTON ROD / 04F, B-52 STRATOFORTRESS AIRCRAFT
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of Linear Actuator Piston Rods for the B-52 Stratofortress aircraft. This opportunity is set aside for Women-Owned Small Businesses (WOSB) and requires that parts be manufactured in accordance with specific military drawings and standards, with an estimated annual quantity of 52 units over a five-year indefinite quantity contract. The procurement includes first article testing, with delivery timelines of 120 days after approval, and requires contractors to be certified to access unclassified data. Interested parties can direct inquiries to Gladys Brown at gladys.brown@dla.mil, and the solicitation will be available on the DLA Internet Bid Board System around September 13, 2024.
    Overhaul of B-1 Hydraulic Motors
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Sustainment Center at Tinker Air Force Base, is seeking qualified vendors for the overhaul of B-1 Hydraulic Motors, specifically NSN 1650-01-148-1836 and 1650-01-148-5099. The procurement involves a firm fixed-price, one-year requirements contract, which includes disassembly, cleaning, inspection, assembly, testing, preservation, and packaging to restore the hydraulic motors to a like-new condition. This opportunity is critical for maintaining the operational readiness of the B-1 aircraft, and the government is particularly interested in gauging small business interest for potential set-asides. Interested vendors must express their interest by selecting the “Add Me to Interested Vendors” button by the closing date of this notice, with an estimated solicitation date in October 2024 and a closing date in November 2024. For further inquiries, vendors can contact Dessie Breslin at dessie.breslin@us.af.mil or David O'Rourke at david.orourke@us.af.mil.
    ACTUATOR,ELECTRO-ME
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of electro-mechanical actuators for the F-16 aircraft, specifically NSN: 1680-012540470, Part Number: 16VM005-2. This solicitation is for a definite quantity contract of 111 units, with a delivery schedule of 365 days after receipt of order, and includes requirements for configuration control and critical application items. Interested vendors must submit their proposals in writing, with the solicitation issue date set for September 4, 2024, and can access the solicitation documents via the DLA Internet Bid Board System. For further inquiries, potential offerors may contact Cindy Hunt at (804) 971-7217 or via email at cindy.hunt@dla.mil.
    Remanufacture of KC-135 Valve Assembly and F-16 Regulating Valve
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Sustainment Center, is soliciting proposals for the remanufacture of KC-135 valve assemblies and F-16 regulating valves under a firm fixed price requirements contract. This procurement aims to restore these critical aircraft components to a like-new condition, ensuring operational readiness and compliance with stringent military specifications over a five-year period, which includes a three-year basic contract and an optional two-year extension. The selected contractor will be responsible for all aspects of the remanufacturing process, including material provision, labor, and adherence to quality assurance standards, with a focus on maintaining the integrity of government property throughout the project. Interested small businesses must submit their proposals by October 8, 2024, and can direct inquiries to Dessie Breslin at dessie.breslin@us.af.mil or David O'Rourke at david.orourke@us.af.mil for further details.
    16--ACTUATOR,ELECTRO-ME
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of electro-mechanical actuators. The contract will require compliance with various quality and delivery standards, including unique identification and valuation, as well as adherence to the Buy American Act and other regulatory requirements. These actuators are critical components used in various aircraft systems, underscoring their importance in maintaining operational readiness and safety. Interested vendors can reach out to Elise Anzini at 215-697-3967 or via email at ELISE.ANZINI@NAVY.MIL for further details regarding the solicitation process.
    16--ACTUATOR,ELECTRO-ME, IN REPAIR/MODIFICATION OF
    Active
    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 electro-mechanical actuators. The procurement aims to establish a contract for the inspection, testing, and repair of these components to ensure they are returned to a Ready for Issue (RFI) condition, adhering to strict turnaround times and quality standards. These actuators are critical for various aircraft operations, and their reliable performance is essential for maintaining operational readiness. Interested contractors should contact Jena Visconto at 215-697-2910 or via email at JENA.VISCONTO@NAVY.MIL for further details, with the expectation that all contractual documents will be issued electronically.
    2835-01-459-6815 (24-R-0746)
    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 nine units of Gearbox, Accessory D, under solicitation SPRHA124R0746. This procurement is critical for supporting the F-15 aircraft and aims to establish a firm price agreement for 120 days following the acceptance of offers, with an emphasis on compliance with the Buy American Act and sourcing from approved manufacturers. Interested contractors must adhere to stringent quality assurance standards, military packaging and marking requirements, and are encouraged to participate in the procurement process, which is open to all businesses but particularly targets small and disadvantaged enterprises. Proposals are due by October 4, 2024, and interested parties can contact Johnny Wakefield at johnny.wakefield.2@us.af.mil or by phone at 385-519-8310 for further information.
    SPRTA1-24-R-0242 (NSN: 2915-00-616-5726)
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the procurement of 13 actuator electromec units, identified by NSN 2915-00-616-5726 and part number 179307. These components are critical for aircraft and missile fuel systems, underscoring their importance in maintaining operational readiness and safety in military aviation. Interested vendors should direct inquiries to Alson Dacalio at alson.dacalio@us.af.mil or call 405-739-8448 for further details regarding the solicitation process.
    ACTUATOR,ELECTRO-ME
    Active
    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 Electro-Mechanical Actuators. This contract requires the manufacture of these actuators in compliance with stringent quality standards, including ISO 9001, and mandates government source inspection prior to acceptance. The actuators are critical components used in various naval applications, emphasizing the importance of reliability and adherence to specifications due to their deployment on submarines and surface ships. Interested vendors must provide proof of being an authorized distributor of the original manufacturer's items and can direct inquiries to Ashley Betlock at 717-605-1028 or via email at ASHLEY.BETLOCK@NAVY.MIL. The solicitation encourages accelerated delivery and is set to be awarded bilaterally, with specific deadlines outlined in the contract documentation.
    17--ACTUATOR ASSEMBLY
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of Actuator Assemblies, specifically NSN 1720010100362. The requirement includes multiple line items with varying quantities and delivery timelines, all directed to DLA Distribution San Diego, with delivery dates ranging from 90 to 500 days after order. These actuator assemblies are critical components used in aerospace applications, emphasizing their importance in maintaining operational readiness. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.