Remanufacture of the KC135 Gearbox Assembly NSN 1680-00-621-0768
ID: FA811824R0061Type: 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)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of the KC-135 Gearbox Assembly (NSN 1680-00-621-0768) under a total small business set-aside contract. The procurement aims to restore the gearbox assembly to a like-new condition through processes such as disassembly, cleaning, inspection, and reassembly, while adhering to stringent quality control measures and technical specifications outlined in the Statement of Work (SOW). This remanufacturing effort is crucial for maintaining the operational readiness of the KC-135 aircraft, a key asset in military refueling operations. Interested contractors must submit their proposals by February 20, 2025, and can direct inquiries to Nonika Allen at nonika.allen.1@us.af.mil or Morgan Mcgarity at morgan.mcgarity@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Commercial Asset Visibility (CAV) Reporting document outlines a web-based system for tracking government-owned reparable assets at contractor repair facilities. The main purpose of CAV is to facilitate inventory management during the repair cycle and to allow contractors to report transactions in real-time, thereby updating the CAV database automatically. The document specifies the formats and methodologies for processing transactions via the World Wide Web, detailing the types of input required, such as asset receipts, inductions, and shipments, among others. The contractor is responsible for reporting various status changes and generating essential reports, including proof of shipment and inventory labels. This Data Item Description (DID) serves as a guide for contractors to meet the specific data requirements set forth in their contracts. Overall, the CAV Reporting program aims to enhance asset tracking efficiency and accountability within the government procurement framework.
    The Contract Depot Maintenance (CDM) Monthly Production Report is a key reporting tool for the government, designed to provide a comprehensive overview of maintenance production figures at contractor facilities. This report ensures accountability and tracks asset status, performance against schedule, and presents issues requiring resolution. The document outlines specific requirements for the report's format and content, mandating detailed information from the Production Management Specialist and the contractor. It consists of two parts: Part I includes essential data blocks such as contractor details, contract specifics, item identifications, quantities of received reparables, inducted items, production figures, and shipments. Part II indicates whether a production summary is needed based on prior forecasts or anticipated production issues. This reporting structure enables effective communication between contractors and government entities, ensuring transparency in depot-level maintenance contracts. The CDM report fosters oversight and management of resources, critical in maintaining operational readiness within defense contracting. By institutionalizing a consistent reporting format, it supports compliance and performance evaluation in government contracting processes.
    The Government Property (GP) Inventory Report (DI-MGMT-80441D) serves as a standardized framework for contractors to report both Government Furnished Property (GFP) and Contractor Acquired Property (CAP) allocated under Department of Defense (DoD) contracts. This report mandates that contractors provide an electronic inventory detailing specific information about each item, including contract number, identification numbers for agency and contractor assets, item descriptions, manufacturer details, acquisition costs, quantity, and classification of the property. The aim is to maintain proper oversight of government assets while ensuring accurate record-keeping for accountability. This document supersedes the previous version and emphasizes compliance with the prescribed format and content requirements to enhance management and utilization of government property.
    The document is a solicitation (FA8118-24-R-0061) for a five-year, firm-fixed-price requirements contract issued by the Department of the Air Force for the remanufacture of KC135 gearbox assemblies. It includes a base period of three years with an option for an additional two years. The contract is set aside entirely for small businesses, specifically women-owned and service-disabled veteran-owned businesses under the WOSB program. It outlines technical specifications, evaluation standards, and bidding instructions, emphasizing compliance with various federal acquisition regulations. Submission of proposals is required by 20-FEB-2025, with detailed pricing structures for base and option years. Contractors must adhere to stringent quality assurance protocols, including the provision of necessary shipping documentation when assets are sent. The contract emphasizes utilizing U.S. sources for production and aligns with federal compliance standards to ensure fiscal responsibility and integrity within procurement processes, ultimately aiming to bolster the Air Force's operational readiness. The proposal also highlights an emphasis on maintaining cost-effectiveness and compliance with environmental regulations during the manufacturing and remanufacturing processes.
    The document addresses inquiries related to solicitation FA8118-24-R-0061, focusing on the handling of ball screw assemblies in contract line items (CLINs). CLIN 0001 excludes ball screw replacement, whereas CLIN 0002 includes it. If damage occurs to the ball screw under CLIN 0001, the contractor must submit a request for a change to realign the contract to CLIN 0002, allowing for repairs. Vendors are responsible for sourcing necessary parts and materials for asset repairs, with the statement of work provided displaying no specifications related to NADCAP certification. Specific questions raised include the availability of parts kits from the Defense Logistics Agency (DLA), the engagement of the original equipment manufacturer (OEM) for ball screws, and the necessity of NADCAP certifications for locally manufactured components lacking active supply sources. The document's purpose is to clarify contract obligations and vendor responsibilities within the context of federal procurement processes.
    This document outlines a request for procurement related to the KC-135 Flap Gearbox Assembly, detailing two specific items needed for the operation of the aircraft. The first item is a standard flap gearbox assembly, with a total quantity of 760 units required at a unit acquisition cost of $4,300 each. The second item is a flap gearbox assembly that includes a ballscrew replacement, with a smaller order of 75 units at the same cost. Both items are essential components for extending and retracting the wing flaps on the KC-135 aircraft, a military refueling aircraft. The document indicates a contract award date of May 7, 2024, signaling an initiation of the procurement process. The information is structured to present item specifications such as National Stock Number (NSN), CAGE Code, part number, and model numbers, important for correct order fulfillment in government contracts. The purpose of this document fits within the broader context of federal requests for proposals and procurement needs within the defense sector, emphasizing the ongoing support and maintenance of military aircraft.
    The Statement of Work (SOW) outlines the requirements for the remanufacture of the KC-135 Flap Gearbox Assembly under the Department of the Air Force's procurement initiative. It specifies essential processes like disassembly, cleaning, inspecting, and reassembling to restore the assembly to a like-new condition, adhering to defined technical orders. Key sections address contractor qualifications, including pre-award surveys, initial production evaluations, and stringent quality control measures. The document mandates full replacement of consumable parts during remanufacture, and outlines the need for an organized parts control program. Expectations for documentation and reporting, safety compliance, and unique item identification are also highlighted. Additionally, the contractor is responsible for managing supply chain risks, ensuring continuity of operations in contingencies, and preventing cybersecurity threats. The structured approach fosters accountability while maintaining operational integrity, ultimately ensuring that USAF equipment meets performance standards. This SOW underscores the U.S. government's commitment to preserving its aerospace assets through stringent remanufacturing practices.
    The Oklahoma U.S. Air Force City Packaging ALC has approved a document relevant to federal government RFPs and grants. While the specific details of the request or project are not provided, the mention of "approved" suggests that the document pertains to a successful bid or grant application involving packaging services or solutions for the Air Force. This approval indicates compliance with federal standards and highlights the government's ongoing commitment to enhancing its operational capabilities through effective partnerships with local and federal entities. The context of this approval likely revolves around securing resources that are crucial for the support and sustainability of Air Force operations, pointing to the significance of collaboration within government contracting processes.
    Lifecycle
    Title
    Type
    Similar Opportunities
    GEARBOX ASSEMBLY, AC
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the procurement of gearbox assemblies for aircraft, specifically for the C-5 landing gear. The contract requires compliance with military standards, including documentation of supply chain traceability and adherence to quality requirements, with a firm-fixed price arrangement for specified quantities. This procurement is critical for maintaining the operational readiness of military aircraft, ensuring safety and reliability in defense operations. Interested contractors should note that the proposal submission deadline has been extended to March 13, 2025, and may contact Kitty Lam at kitty.lam@us.af.mil or 385-519-8181 for further inquiries.
    Aircraft Gearbox Assembly
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of aircraft gearbox assemblies under solicitation number SPRTA1-25-R-0104. This opportunity is designated as a total small business set-aside, encouraging participation from eligible vendors, including Women-Owned Small Businesses and Service-Disabled Veteran-Owned Small Businesses. The contract will be a firm fixed-price agreement for varying quantities of new manufactured gearbox assemblies, with strict adherence to quality assurance standards such as AS9100 and ISO 9001:2015. Interested parties must submit their offers by the extended deadline of March 3, 2025, and can direct inquiries to Michael Hannan at Michael.Hannan.1@us.af.mil or by phone at 405-855-7126.
    NSN2840-01-351-1591_GearboxAccessory_F110_PN9976M50G05_FD2030-25-00890
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking potential suppliers for the procurement of spare parts related to the Gearbox, Accessory D (Part Number 9976M50G05, NSN 2840-01-351-1591PR). This Sources Sought notice aims to gather information on the availability of these items and assess the potential for competitive sourcing, including opportunities for small businesses such as Service-Disabled Veteran-Owned and Women-Owned Small Businesses. The procurement is critical for maintaining operational readiness within the Air Force, and interested vendors are encouraged to submit detailed business information and qualifications to assist in the market research effort. For further inquiries, vendors can contact the primary representative at 421SCMS.Requirements.workflow@us.af.mil.
    SPE4A725R0198– 1680 - GEARBOX ASSEMBLY,AI/ AIRCRAFT, F-16
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 134 units of Gearbox Assembly, AI, specifically for the F-16 aircraft. This procurement is classified under the NAICS code 336413 and involves a firm fixed-price contract, with the solicitation expected to be issued as other than full and open competition. The Gearbox Assembly is critical for the operational readiness of the F-16, ensuring its performance and reliability in various missions. Interested vendors should note that the solicitation will be available on or around February 18, 2025, via the DLA Internet Bid Board System (DIBBS), and are encouraged to contact Madeline Mackie at madeline.mackie@dla.mil or Robert Winchester at Robert.Winchester@dla.mil for further inquiries.
    Remanufacture of KC-135 Flutter Dampener
    Buyer not available
    The Department of Defense, through the Air Force Sustainment Center at Tinker AFB, is seeking proposals for the remanufacture of the KC-135 Flutter Dampener under a firm fixed-price contract. The procurement involves remanufacturing three units annually for three years, with an option for an additional two years to produce 25 more units, adhering to stringent qualification requirements to ensure part quality. This specialized manufacturing service is crucial for maintaining the operational readiness of the KC-135 aircraft, which plays a vital role in air refueling missions. Interested parties should note that a solicitation is expected to be issued around March 12, 2025, with proposals due by April 14, 2025. For further inquiries, potential offerors can contact Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil.
    16--NOSE GEARBOX
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking procurement for the Nose Gearbox, classified under the PSC code 1650, which pertains to aircraft hydraulic, vacuum, and de-icing system components. This presolicitation opportunity aims to fulfill the critical requirements for maintaining and supporting naval aircraft operations, ensuring their reliability and performance. The Nose Gearbox is essential for the functionality of aircraft landing gear systems, highlighting its importance in aviation safety and operational readiness. Interested vendors can reach out to Megan N. McGinley at (215) 697-6625 or via email at MEGAN.N.MCGINLEY.CIV@US.NAVY.MIL for further details and to express their interest in this opportunity.
    Remanufacture/Re-core of the C-130 HX NSN: 1660-01-150-9084/PN 191390-2-2 and F-15 HX NSN:1660-00-273-8669/PN 189320-3-1
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the remanufacture and re-core of C-130 and F-15 heat exchangers, identified by NSNs 1660-01-150-9084 and 1660-00-273-8669, respectively. The procurement aims to restore these critical aerospace components to "like-new" condition through a comprehensive remanufacturing process that includes disassembly, cleaning, inspection, and testing, adhering to applicable technical orders and quality assurance measures. This initiative is vital for maintaining the operational readiness of military aircraft, ensuring that they meet stringent performance and safety standards. Interested small businesses must submit their proposals by March 10, 2025, with a firm fixed-price contract anticipated over a five-year period, including a three-year basic term and a two-year optional extension. For further inquiries, potential bidders can contact Morgan Mcgarity at morgan.mcgarity@us.af.mil.
    16--LOWER GEARBOX
    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 a lower gearbox, classified under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. This solicitation aims to acquire essential components that are critical for the operational readiness and maintenance of naval aircraft systems. The goods sought are vital for ensuring the reliability and performance of aircraft, thereby supporting the Navy's mission. Interested vendors can reach out to Christopher Campellone at 215-697-2530 or via email at CHRISTOPHER.CAMPELLONE.CIV@US.NAVY.MIL for further details regarding the solicitation process.
    NSN 1660-00-868-6591, OVERHAUL CONVERTER KIT, WSDC: 04F, AIRCRAFT, STRATOFORTRESS B52
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the overhaul of the Converter Kit, NSN 1660-00-868-6591, specifically for the B-52 Stratofortress aircraft. This procurement is aimed at ensuring the operational readiness and reliability of critical aircraft components, which play a vital role in the performance and safety of military operations. The opportunity is set aside for small businesses under the SBA guidelines, with the relevant NAICS code being 336413, focusing on Other Aircraft Parts and Auxiliary Equipment Manufacturing. Interested vendors can reach out to Tatjana Klemmer at Tatjana.Vaughan@dla.mil or call 804-279-2727 for further details regarding the submission process and timelines.
    Overhaul of Gearboxes
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking proposals for the overhaul of gearboxes used in the MH-60T aircraft, under solicitation number 70Z03824RJ0000012. The procurement aims to ensure operational readiness by requiring contractors to perform extensive inspections, testing, and overhauls of various gearbox components, including major and minor repairs, to deliver gearboxes in a "Ready for Issue" (RFI) condition for approximately 51 aircraft. This initiative is critical for maintaining the functionality and safety of USCG aviation operations, with contractors expected to adhere to stringent federal regulations and quality standards throughout the process. Interested vendors should contact Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil for further details, as the contract's total value and specific pricing will be determined based on submitted proposals.