Repair of Valves, Linear Direct, NSN 4810-01-326-0862, P/N 1886-280 and NSN 4810-01-326-0863, P/N 1886-290
ID: FA812224Q0005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8122 AFSC PZAABTINKER AFB, OK, 73145-3303, USA

NAICS

Aircraft Engine and Engine Parts Manufacturing (336412)

PSC

MISCELLANEOUS ENGINE ACCESSORIES, AIRCRAFT (2995)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the remanufacture of F110 Linear Direct Valves, identified by NSNs 4810-01-326-0862 and 4810-01-326-0863, with part numbers 1886-280 and 1886-290. The procurement aims to restore these critical safety items to their original life expectancy, requiring contractors to provide all necessary labor, equipment, and materials while adhering to stringent quality and compliance standards. This opportunity is particularly significant as these valves play a vital role in aviation safety and performance. Interested contractors must submit their proposals by October 8, 2024, at 4:00 PM CST, and can direct inquiries to Brandi Bridgett at brandi.bridgett@us.af.mil or Tara Parker at tara.parker.4@us.af.mil. The estimated contract value ranges between $50,000 and $250,000.

    Point(s) of Contact
    Brandi Bridgett (Contract Specialist)
    brandi.bridgett@us.af.mil
    Tara Parker (Contracting Officer)
    tara.parker.4@us.af.mil
    Files
    Title
    Posted
    The Air Force seeks to implement robust Commercial Asset Visibility (CAV AF) for enhanced management of its assets. This solicitation outlines detailed CAV AF reporting requirements for contractors providing depot maintenance services. The primary objective is to ensure accurate and timely reporting on the status and movement of government-owned assets within contractor facilities, including those undergoing repair or stored at Inventory Control Points (ICPs). Contractors must maintain accurate records, perform daily updates, and adhere to strict reporting timelines to align physical asset balances with CAV AF. Access to the CAV AF system is PKI-enabled and comes with training provisions. Notably, contractors are prohibited from inducing end items at risk without explicit contract provisions. The RFP also contains specific instructions for "Not-on-Contract" and contract-related receipt transactions, emphasizing the use of appropriate forms and timely resolution of discrepancies. Additionally, contractors must adhere to strict guidelines for handling Nuclear Weapon Related Materiel (NWRM) and inducting items with missing components. The RFP mandates that contractors follow general information and training procedures outlined for initial and follow-up CAV AF familiarization. Key dates and timelines are included, focusing on prompt contractor action for efficient asset management.
    The Data Item Description (DID) titled "Government Property Inventory Report" outlines the requirements for contractors to provide an inventory of government property in their possession. This applies to properties furnished by the government as well as those acquired or provided by contractors during contract execution. The report, in a specified electronic format, must include detailed information such as contract numbers, asset identification, item descriptions, and locations. Contractors must follow this DID for all contracts involving government property.
    The procured item is accessible via the provided URL. It is recommended to check the source website to ensure that the downloaded file is the current version before use. This file might undergo frequent updates, and a newer edition could be available on the official source.
    The Data Item Description (DID) focuses on managing government-owned reparable assets throughout the repair cycle at commercial vendor facilities. The objective is to implement an automated web-based system, namely the Commercial Asset Visibility (CAV) application, for real-time tracking and reporting. This system will capture and process a comprehensive range of transactions, from asset receipt to completion and shipment, automatically updating a central database. CAV aims to revolutionize inventory management by facilitating instant access to repair data, status reports, and activity updates. Vendors will utilize the CAV platform to submit the specified reports, including those on discrepancies, maintenance, and shipment proof, thus ensuring efficient communication and management of repair operations. The DID serves as a critical guide for contractors, outlining the specific content and format requirements for these reporting tasks.
    The focus of this procurement is on developing a robust Counterfeit Prevention Plan to enhance the integrity of the supply chain. The plan must encompass rigorous procurement practices, monitoring procedures, and quality assurance measures. Contractors will be responsible for crafting a comprehensive plan that ensures the procurement of authentic parts and materials primarily from original equipment manufacturers (OEMs) or their authorized distributors. The plan should also outline exception procedures for situations where OEM sources are unavailable. An essential aspect is the monitoring and auditing of supply chains, including random testing and surveillance, to mitigate the risk of counterfeit products. The government seeks a robust system for identifying and managing suspect items, with a specific notification procedure. This involves quarantining suspicious products, securing documentation, and collaborating with OEMs to verify counterfeit status. Training and certification programs for inspectors are also mandated. Contractors must detail subcontracting requirements, including flow-down provisions to ensure compliance throughout the supply chain. The plan should include self-audit mechanisms and provision for on-site audits to verify the effectiveness of counterfeit prevention measures. This comprehensive approach aims to safeguard against counterfeit parts and maintain the integrity of government procurements. Key dates and evaluation criteria are not explicitly mentioned in the file, and hence cannot be provided. However, the content of the file implies a focused effort by the government to combat counterfeit parts in the supply chain, indicating a high priority on the matter.
    The Acquisition and Sustainment Data Package (ASDP) Deficiency Report (DR) Data Item Description seeks to streamline the reporting of deficiencies in government-furnished materials within the realm of acquisition and repair contracts. It mandates a specific format for contractors to provide detailed deficiency identification information. This includes a text searchable format with specified content tables that capture key details such as the deficiency description, date of discovery, and associated stock and nomenclature numbers. The report aims to facilitate the government's identification of corrective actions and ensure effective tracking and tracing of the reported deficiencies. Contractors are tasked with maintaining records of the reported issues, with the potential for warranty-related considerations. The reported deficiencies are intended to aid the government in resolving them in accordance with the relevant technical order.
    The primary objective of this procurement is to obtain contract depot maintenance services, encompassing comprehensive monthly production reports. These reports are essential for monitoring and managing depot-level maintenance activities. The focus is on providing detailed information about maintenance production figures, asset status, performance against schedules, and unresolved issues. The DID specifies a structured format for these reports, which must include sections such as item identification, contract details, quantities, and production statistics. Part I of the report requires information on received and inducted items, quantities produced, and assets on hand, while Part II is a summary that highlights any deviations from previous forecasts or anticipated production issues. Contractors are expected to submit these reports within ten business days of the previous month's end, ensuring timely updates on maintenance progress. The evaluation of proposals will likely prioritize factors such as accuracy, timeliness, and compliance with the specified format and content requirements. Overall, this procurement seeks to establish a comprehensive and efficient system for monitoring contract depot maintenance services, with a strong emphasis on transparency and accountability in monthly reporting.
    The procurement objective of Contract FD20302400335 is to obtain various data reporting services and submissions from the contractor MOOG. The focus is on obtaining timely and accurate data for the Direct Linear Valve system. The first required data item, Commercial Asset Visibility (CAV) Reporting (A001), mandates daily submissions within 24 hours of a supply or maintenance transaction. This includes End Item transactional data, with the first submission due within 24 hours after contract award. The second data requirement, Contract Depot Maintenance (CDM) Monthly Production Report (A002), obligates the contractor to provide a monthly status report within five business days of the previous month's end. This report details maintenance actions and production outcomes, including information on on-hand balances and repair locations. Data Item A003, Acquisition and Sustainment Data Package (ASDP) Deficiency Report (DR), requires the contractor to submit a report whenever a material or quality deficiency occurs, using the SF 368 form or an equivalent. Item A004, Report of Shipping and Packaging Discrepancy (SF-364), mandates the contractor to use the WEBSDR system for electronic submissions upon discovering shipping discrepancies. The SF-364 must include specific details and be submitted within 48 hours of receiving the inventory. Data Item A005, the Counterfeit Prevention Plan (CPP), requires a submission in PDF format within 90 days of the contract's award. The plan itself must adhere to the guidelines outlined in Data Item Description (DID) DI-MISC-81832. The final data requirement, Government Property (GP) Inventory Report (A006), mandates an annual submission within seven days of the request or reporting period's end. This report reflects the contractor's Internal Property Control System data, providing an up-to-date inventory. All reports are to be submitted to the Contracting Officer or their designated representative, with specific instructions regarding distribution and export control warnings outlined in the contract. The contract's key dates include submission deadlines, with the first submissions for A001 and A002 due within 24 hours of the contract award.
    The Department of the Air Force issues an amendment extending the proposal due date for the solicitation of offers. The original solicitation, FA812224Q0005, sought unspecified goods or services, and the extension provides additional time for potential contractors to submit their offers. The new deadline is firmly set on June 6th, 2024, at 4:00 PM CST. All other terms and conditions of the solicitation remain unaltered. This information is conveyed through the amendment, FA8122-24-Q-0005-0001.
    The Department of the Air Force issues this amendment to extend the proposal deadline for Solicitation No. FA812224Q0005. The original due date of June 6, 2024, is pushed back to July 10, 2024, at 4:00 PM CST. This change provides an extension of 35 days for prospective contractors to submit their offers. All other terms and conditions of the solicitation remain unchanged. Offerors are required to acknowledge receipt of this amendment, and those wishing to change their already submitted offers can do so before the new deadline. This amendment is signed by both the contractor and the contracting officer.
    The Department of the Air Force issues this amendment to extend the proposal deadline for Solicitation No. FA812224Q0005. The primary objective of the solicitation remains unclear within this file, though this amendment seeks to adjust the timeline for receiving offers. Initially set for June 10th, 2024, the new due date is now August 5th, 2024, at 4:00 PM CST. Offerors are required to acknowledge receipt of this amendment before the proposal deadline.
    The Department of the Air Force seeks quotes for the remanufacture of F110 Linear Direct Valves, a critical safety item used in the aviation sector. The primary objective is to obtain remanufactured valves that adhere to specified technical standards. Two valve types are required, with NSN and P/N numbers provided. The contractor must furnish all necessary labor, equipment, and materials for the remanufacturing process, ensuring that condemned units are not counted as production. The requested quantity is 14 EA for one valve type and 9 EA for the other, with deliveries scheduled every 30 days. The estimated value is between $50,000 and $250,000, and quotes are due by April 4, 2024. Contractors must comply with enumerated FAR and DFARS clauses, including those related to quality assurance, cybersecurity, and whistleblower rights. Key evaluation criteria for quotes include compliance with qualification requirements and delivery timelines.
    The Department of the Air Force issues this amendment to extend the proposal deadline for Solicitation No. FA812224Q0005. The original due date of August 5th, 2024 is pushed to August 12th, 2024 at 4:00 pm CST. This change provides potential offerors additional time to submit their proposals. All other terms and conditions of the solicitation remain unchanged. Offerors must acknowledge receipt of this amendment and are permitted to resubmit their proposals in light of this extension.
    The document is an amendment to the solicitation FA8122-24-Q-0005 for the Department of the Air Force. It officially extends the proposal submission deadline from August 12, 2024, to September 6, 2024, at 4:00 PM CST. The amendment requires bidders to acknowledge the amendment receipt to ensure their proposals are considered. The amendment is issued under the authority specified in the Federal Acquisition Regulation (FAR) and maintains all previously established terms and conditions, which remain in effect unless specified changes are made. The document emphasizes the importance of timely acknowledgment and submission of proposals, with instructions on how to communicate changes or confirmations related to the submission deadline. This amendment reflects the government's commitment to a transparent and accessible bidding process for contractors involved in Air Force projects.
    This document is an amendment/modification to a solicitation issued by the Department of the Air Force. Specifically, it pertains to solicitation number FA812224Q0005, with modification number FA8122-24-Q-0005-0006. The primary purpose of this amendment is to extend the deadline for proposal submissions from September 6, 2024, to September 10, 2024, at 4:00 PM CST. The amendment requires offerors to acknowledge receipt of this change and provides instructions for doing so. While the specific contractor information is not included, the document is processed by Brandi Bridgett and needs to be signed by the contracting officer on behalf of the United States. All other terms and conditions outlined in the original solicitation remain unchanged and continue to be in effect. This amendment reflects standard practices in government RFPs, ensuring all potential contractors are given adequate time to prepare and submit their proposals while maintaining procedural compliance.
    The document outlines an amendment to a solicitation/modification of a contract identified as FA8122-24-Q-0005-0007, issued by the Department of the Air Force. The main purpose of this amendment is to extend the proposal submission deadline from September 10, 2024, to October 8, 2024, at 4:00 PM CST. The amendment provides critical instructions for contractors regarding the acknowledgment of the amendment and the required submission procedures. It emphasizes the importance of adhering to the new deadline, as failure to acknowledge receipt prior to the specified date may result in the rejection of offers. All other terms and conditions of the original solicitation remain unchanged and in full effect, ensuring contractors are aware of their obligations. This document serves to facilitate the procurement process by providing necessary updates to potential bidders.
    The procurement objective of this government request is to acquire a significant number of linear valves for a project titled the F110 Linear Valves Program. The focus is on two specific types of valves: the VALVE, LINEAR, D IRECT 4810013260863 and the VALVE, LINEAR, D IRECT 4810013260862. The agency seeks a total of 9 and 14 units of these respective valves, emphasizing a clear quantity requirement. These valves are described with their NSN (National Stock Number) and CAGE Code for precise identification. The solicitation period begins on January 8, 2024, indicating the timeframe within which vendors can respond with proposals. The evaluation of these proposals will likely prioritize factors such as price and compliance with the specified valve types and quantities. This information forms the core of the procurement objective, providing a detailed insight into the core requirements of the government entity.
    The government seeks to procure specialized packaging services and materials for military applications, outlined in the MIL-STD 2073-1 and MIL-STD 129 standards. The focus is on ensuring the delivery of debarked wood-based packaging materials, including pallets, containers, and crates, constructed to prevent the spread of invasive species like the pinewood nematode. These packaging solutions are aimed at protecting sensitive military items during shipping and storage. The packaging must adhere to strict requirements, incorporating heat-treated wood, certification by accredited agencies, and additional markings exceeding civilian standards. This is to ensure the integrity and safety of the packaged items. Two specific item numbers, 4810013260862PR and 4810013260863PR, are mentioned, indicating the precise items being procured. The packaging specialist, Richard R. Davis, is identified as the contact person for vendors.
    The government seeks a contractor to remanufacture linear valves, aiming to restore them close to their original life expectancy. The focus is on two National Stock Numbers (NSNs): 4810-01-326-0862PR and 4810-01-326-0863PR. The contractor must have a FAA-approved facility and capabilities for these specific NSNs, following OEM guidelines. The job involves receiving, disassembling, inspecting, and remanufacturing the valves, ensuring quality and compliance with Air Force standards. Detailed reporting, documentation, and timely delivery are critical. The contractor must also manage subcontractors and vendors effectively and adhere to safety and security protocols. This information is intended for a contractor audience, outlining the meticulous scope and requirements for the remanufacturing process, with emphasis on quality control and governmental regulations.
    The government seeks to procure and transport specific items to the DLA Distribution Depot Oklahoma, Tinker AFB. The objective is to purchase three distinct items, identified by NSN/Pseudo NSN numbers: 4810013260862PR, 4810013260863PR, and 4810DTH240086PR. These items require transportation services with F.O.B. destination terms, specifying that the vendor is responsible for delivering the goods to the designated location. The transportation provisions include adhering to FAR citations for F.O.B. origin and freight classification descriptions. Vendors are instructed to contact DCMA Transportation for shipping instructions prior to shipment. Critical dates include a submission deadline of 24 January 2024, as indicated in the file's header. The evaluation of proposals will likely focus on the affordability and suitability of the proposed transportation services for the specified items' delivery.
    Similar Opportunities
    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.
    VALVE, SOLENOID
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting bids for a solenoid valve, specifically NSN 4810-01-099-6392, with procurement restricted to qualified sources such as Lockheed Martin and Honeywell. Contractors interested in participating must submit a qualification package to demonstrate their manufacturing capabilities, adhering to the stringent requirements outlined in the Manufacturing Qualification Requirements document, which includes a qualification test plan and a pre-contract award qualification article. This solenoid valve is critical for the F-16 aircraft's Emergency Power Unit, emphasizing the importance of compliance with military standards for packaging, labeling, and documentation as detailed in the associated Statement of Work and RFQ. Interested parties should contact Scottina Malia at scottina.malia@us.af.mil for further information, with bids due by September 21, 2024, and delivery expected by March 30, 2026.
    4810‐01‐073‐3810 (24‐Q‐0983)
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting quotes for the procurement of a regulating valve (NSN: 4810-01-073-3810) specifically for the F-16 emergency power unit. The contract requires the delivery of three units, with strict adherence to military packaging and marking standards, as outlined in the Request for Quotation (RFQ) and Statement of Work (SOW) documents. Compliance with quality assurance standards and supply chain traceability is essential, reflecting the importance of these components in maintaining operational readiness and safety in military applications. Interested contractors must submit their quotes by September 27, 2024, and can direct inquiries to Johnny Wakefield at johnny.wakefield.2@us.af.mil or by phone at 385-519-8310.
    VALVE,LINEAR,DIRECT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the manufacture of a linear direct valve. This procurement requires compliance with specific quality standards and documentation, including MIL-STD-130 for item identification and ISO 9001 for quality management systems. The valves are critical components intended for use in submarines and surface ships, emphasizing the importance of quality and safety in their production. Interested contractors must submit their proposals by September 27, 2024, and can direct inquiries to Taylor Fasching at TAYLOR.FASCHING@NAVY.MIL or by phone at 717-605-4323.
    Remanufacture of E-3/E-8 Solenoid Valve, NSN: 4810-01-083-4164RK
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Sustainment Center, is seeking proposals for the remanufacture of E-3/E-8 Solenoid Valves, identified by NSN: 4810-01-083-4164RK. The procurement involves providing all necessary labor, facilities, equipment, and materials to restore unserviceable valves to a like-new condition, including disassembly, cleaning, inspection, assembly, testing, preservation, and packaging. These solenoid valves play a critical role in fuel management systems, ensuring operational readiness for the Air Force. Interested small businesses must submit their proposals by September 30, 2024, with the contract anticipated to be awarded shortly thereafter. For further inquiries, potential offerors can contact Chelsie Hannah at chelsie.hannah@us.af.mil or Morgan Mcgarity at morgan.mcgarity@us.af.mil.
    Remanufacture of F-15 Fuel Valve NSN 2915-01-140-5874RK, PN 2780499-102
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the remanufacture of the F-15 fuel valve, NSN 2915-01-140-5874RK, PN 2780499-102. The procurement involves comprehensive services including disassembly, inspection, cleaning, reassembly, and testing to restore the fuel valve to a like-new condition, adhering to strict technical orders and quality assurance protocols. This remanufacturing process is crucial for maintaining the operational readiness and safety of the F-15 aircraft, which is a vital asset for national defense. Interested vendors are encouraged to contact Mayona Presley at mayona.presley@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further details, as this is a Sources Sought notice with no current solicitation or contract commitment.
    VALVE,LINEAR,DIRECT
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of linear direct valves. This contract requires the manufacture of these valves in compliance with stringent quality and inspection standards, as they are critical components used in submarines and surface ships, necessitating that they be free from mercury contamination. Interested vendors must submit their proposals by September 18, 2024, and are encouraged to deliver products ahead of schedule; all inquiries should be directed to Taylor Fasching at TAYLOR.FASCHING@NAVY.MIL or by phone at 717-605-4323.
    29--VALVE,VENT,REFUEL
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of 9 units of a flight-critical valve, part number 2030144-101, under the presolicitation notice for NSN 7R-2915-015252326-RQ. Due to the critical nature of this component, which is essential for aircraft and missile fuel systems, the procurement requires government source approval prior to contract award, and only previously approved sources will be considered for this solicitation. Interested vendors must submit detailed technical data and source approval documentation with their proposals, as offers lacking this information will not be evaluated. Proposals must be submitted within 45 days of the notice, and interested parties can contact Patrick J. Kilkenny at (215) 697-2560 or via email at PATRICK.J.KILKENNY2.CIV@US.NAVY.MIL for further information.
    Valve, Linear, Directional Control
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is conducting a Sources Sought notice for the procurement of spare parts, specifically a Valve, Linear, Directional Control, associated with NSN 4810-00-735-8304HS and part number H60G0396. This initiative aims to identify potential manufacturers for these items, assess market competitiveness, and explore the feasibility of a Small Business Set-Aside. The valves are critical components in various aircraft systems, underscoring the importance of reliable supply sources for military operations. Interested vendors are encouraged to submit their business information to the designated Air Force contacts at 423.SCMS.AFMC.RFI@us.af.mil, noting that this is an informational request with no current solicitation or financial commitments involved.
    Spare Buy (Supply) for the B-52 Pilot Valve
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotations for the procurement of 63 B-52 Pilot Valves, identified by NSN: 1660-00-949-9895. This procurement is critical for maintaining the operational readiness of military aircraft, ensuring that essential components are available for effective performance. Interested vendors must complete a Source Approval Request (SAR) package to be considered, with quotations due by September 25, 2024. For further inquiries, vendors can contact David O'Rourke at david.orourke@us.af.mil or Shirley V. Harmon at Shirley.Harmon.1@us.af.mil.