Remanufacture of F-15 Butterfly Valve
ID: FA8118-26-R-0004Type: 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

VALVES, NONPOWERED (4820)

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 seeking qualified small businesses to remanufacture F-15 Butterfly Valves under a total small business set-aside contract. The procurement involves a five-year firm fixed-price contract, which includes a three-year basic period and a two-year option, requiring contractors to restore the valves to a like-new condition through disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing. These valves are critical components for controlling cabin airflow in F-15 aircraft, ensuring operational efficiency and safety. Interested vendors must submit their proposals by January 7, 2026, at 3:00 PM CST, and can direct inquiries to Jessica Vinyard at jessica.vinyard.1@us.af.mil or Matthew Churchwell at matthew.churchwell.2@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The "Commercial Asset Visibility Air Force (CAV AF) Reporting Requirements" document outlines contractor responsibilities and procedures for reporting government-owned assets in contractor repair facilities to the CAV AF system. Key requirements include daily asset record accuracy, assignment of two CAV AF reporters, submission of DD Form 2875, and completion of annual DoD Information Assurance CyberAwareness Challenge training. Contractors must maintain accountability of Government Furnished Property (GFP) in their systems, ensure timely reporting of maintenance transactions, and adhere to specific guidelines for "Not-on-Contract" assets and Nuclear Weapon Related Materiel (NWRM). The document also details proper usage of DD Form 1348-1A for receipt and shipping actions, procedures for system downtime, and disposition instructions for assets at contract closure. Non-compliance or data inaccuracies may lead to Program Management Review, while discrepancies incident to shipment must be reported via WebSDR or manual forms, coordinating with DCMA and the Supply Planner.
    This Contract Data Requirements List (CDRL) outlines the data deliverables required from a contractor for the F-15 Avionics Flow Control Valve system under contract FD20302501643. It details five data items: Commercial Asset Visibility (CAV) Reporting (A001), Contract Depot Maintenance (CDM) Monthly Production Report (A002), Government Property Inventory Report (A003), Production Surge Plan (A004), and Report of Shipping (Item) and Packaging Discrepancy (A005). Each data item specifies the title, authority, contract reference, requiring office, frequency of submission, distribution, and detailed remarks regarding submission procedures, content, and security classifications. The reports cover daily supply/maintenance transactions, monthly production status, annual government property inventories, a plan for increased production during emergencies, and reporting of shipping discrepancies. All reports must be in English and adhere to specific electronic submission methods and distribution statements, including export control warnings and destruction notices for sensitive data. The CDRL serves for basic and all option years of the contract.
    DI-MGMT-80441D, titled 'Government Property (GP) Inventory Report,' outlines the requirements for contractors to report government property in their possession to the Department of Defense (DoD) Service or Agency. This Data Item Description (DID) applies to all contracts involving Government Furnished Property (GFP) or Contractor Acquired Property (CAP). The report, superseding DI-MGMT-80441C, must be submitted electronically in .xls or .xlsx format. It mandates specific content, including contract number, asset identification numbers (both agency and contractor), item description, manufacturer details, National Stock Number (if applicable), quantity, unit of measure, unit acquisition cost, Unique Item Identifier (for GFP), asset location, type and classification of government property, date of last physical inventory, and federal condition code. This DID ensures standardized reporting for GP management across federal contracts.
    The DI-MGMT-80503 Data Item Description (DID) outlines the procedures for contractors to report shipping and packaging discrepancies of government materiel received during defense contracts, utilizing Standard Form 364 (SF 364). This report is crucial for adjusting property and financial inventory records and supporting claims. The document details comprehensive preparation instructions for SF 364, covering format, content, and specific entries for various items such as dates, report numbers, addresses, shipment details, discrepancy quantities, and costs. It provides codes for different types of discrepancies and requested actions, along with space for remarks to clarify issues. The DID emphasizes the importance of accurate reporting for both shipping and packaging discrepancies, including instructions for funding and accounting data for packaging issues. The document also illustrates the SF 364 form, detailing its sections for discrepancy reporting and disposition instructions, ensuring a standardized approach to identifying and resolving logistical issues.
    The Production Surge Plan (DI-MGMT-80969) outlines a contractor's ability to rapidly increase and sustain production during peacetime. This plan is crucial for federal government RFPs and contracts requiring surge capability for critical items. It details the maximum sustainable production rate, including a monthly buildup schedule, and considers subcontractor capabilities. The plan requires lists of subcontracted and non-subcontracted items, identifying nomenclature, part numbers, lead times, and critical components. It also mandates a list of government contracts with surge provisions, detailing contract numbers, items, and assigned Defense Priorities Systems. Furthermore, the plan assesses the impact of surging on other government contracts and commercial business, identifies additional skilled labor requirements, lists strategic materials, precious metals, and potential substitutes, and suggests tooling and equipment to enhance surge capability and reduce lead times.
    DI-MGMT-81838 describes the Commercial Asset Visibility (CAV) Reporting system, a web-based application designed to track government-owned reparable assets within contractor repair facilities. Its main purpose is to provide an inventory management system for these assets. The document outlines the format and content requirements for contractors using the CAV system, specifying various transactions, status code changes, and report types. These include reporting asset receipts, inductions, items awaiting parts, completions, shipments, and beyond economic repair items. Contractors are also required to generate specific reports and perform item maintenance tasks. The system facilitates automated reporting, updating the CAV database, and provides commercial repair vendors access to their data for status and activity reports.
    The DI-PSSS-81995A "CONTRACT DEPOT MAINTENANCE (CDM) MONTHLY PRODUCTION REPORT" outlines the required format and content for contractors to report monthly maintenance production figures to the government. This Data Item Description (DID) is applicable to any depot-level maintenance contract and supersedes DI-PSSS-81995. The report details asset status and accountability, performance to schedule, anticipated production, and unresolved problems. It includes information provided by both the Production Management Specialist (PMS) and the contractor, covering identification details, contract specifics, and various quantities such as reparables received, on hand, inducted, awaiting parts, produced, serviceables on hand and shipped, condemned items, and a next-month production forecast. A production summary is required under specific conditions, such as missed forecasts or anticipated problems, ensuring comprehensive oversight of maintenance operations.
    This government solicitation, FA8118-26-R-0004, issued by the Department of the Air Force, is a total small business set-aside for the remanufacture of F-15 Butterfly Valves. The contract is a 5-year (three-year basic and two-year option period) firm fixed-price requirements type, with offers due by December 15, 2025, at 12:00 PM. Key requirements include a NAICS code of 336413 with a 1,250-employee size standard, and a mandatory SPRS assessment score of at least 110, or a compliance plan if the score is lower. The contract emphasizes that all work and associated costs, excluding approved missing parts, must be included in the unit price. Funding is contingent upon availability, with no legal liability until funds are made available. It also outlines detailed clauses for inspection, acceptance, delivery, contract administration, and various federal and defense acquisition regulations, including those concerning cybersecurity, supply chain security, and prohibitions on certain foreign-made equipment and services.
    Amendment FA8118-26-R-0004-0001 modifies solicitation FA811826R0004, issued by the Department of the Air Force, AFSC PZABB. The primary purpose of this amendment is to extend the deadline for offer submissions. The new due date for offers is January 7, 2026, at 3:00 PM CST, a change from the previous deadline of December 15, 2025, at 12:00 PM CST. This document specifies that all other terms and conditions of the original solicitation remain unchanged and in full effect.
    This GFP Attachment details a contract award for 250 butterfly valves, each costing $1900.00, with a delivery date of April 3, 2025. These valves are designed to control cabin airflow by maintaining a predetermined pressure between external upstream pressure and cabin pressure. The attachment specifies the item's name, NSN, CAGE Code, part number, and model number. This document is likely part of a federal procurement process, outlining the acquisition of essential components for a government project or system.
    The document provides a detailed description of a "VALVE, BUTTERFLY" with NSN 4820012329856TP, CAGE 59364, and reference number 3214572-2-1. This item is designed for the F-15 aircraft and is critical for controlling cabin airflow by maintaining a predetermined pressure between external upstream pressure and cabin pressure. Key specifications include dimensions (9.2" L x 6.55" W x 8.96" H) and weight (9.2 lbs), although a legacy description indicates 3.5 lbs. The valve is constructed from aluminum, steel, aluminum alloy, CRES, and silicon. The document also details various codes such as Criticality Code (X), Demilitarization Code (D), and Security Code (7), and notes that it contains no helium or precious metals. This information appears to be part of an inventory or procurement catalog, likely for government supply chain management or an RFP related to aerospace components.
    The document is an Item Unique Identification (IUID) Checklist, specifically addressing DFARS 252.211.7003, which outlines requirements for marking items with unique identifiers. The primary item requiring IUID marking is a "VALVE, BUTTERFLY" with NSN 4820012329856TP, Version 2. Marking is to be performed according to MIL-STD-130, with the contractor determining the location and method. Additionally, the checklist details requirements for embedded items under Section (c)(1)(iii), indicating that an unspecified item is embedded within the NSN 4820012329856TP. This checklist ensures compliance with federal acquisition regulations regarding the traceability and identification of government property.
    The Department of the Air Force's 848th Supply Chain Management Group has issued a memorandum establishing Qualification Requirements (QR) for numerous managed items, specifically those classified as Critical Safety and Critical Application Items. This QR, identified as RQR-848, is a crucial component for repair/remanufacture processes and is set to expire in June 20. The memorandum clarifies that this document acts as a placeholder within the PRPS system for QR activity on the National Item Identification Number (NIIN) or Purchase Instrument Line Item (PILI) checklist, replacing individual Justification for Qualification Requirements/Qualification Requirements (JQR/QR) uploads. The master documents, RQR-848 and the Master Item List, are not tied to a single item, streamlining the qualification process for a broad range of critical items.
    This document outlines packaging requirements for federal government procurement, focusing on compliance with MIL-STD 129 Revision R and MIL-STD 2073-1 Revision E. A key emphasis is placed on the United Nations-implemented restrictions on Wood Packaging Material (WPM) to prevent the spread of invasive species like the pinewood nematode. All WPM, including pallets, boxes, and crates, must be constructed from debarked, heat-treated wood (56 degrees Celsius or 133 degrees Fahrenheit for 30 minutes) and certified by an American Lumber Standards Committee (ALSC) recognized agency, as per International Standards for Phytosanitary Measures (ISPM) No. 15. The document details specific packaging instructions for various items, with some requiring
    This document outlines recommended quality assurance provisions and special inspection requirements for a federal contract, specifically for National Stock Number 4820012329856TP. The point of inspection and acceptance is at the destination. Key contract quality requirements include Certificate of Conformance, Contract Responsibility for Inspection, and Standard Inspection, with Commercial Item Inspection marked as applicable. Higher-level contract quality requirements, such as AS9100, ISO 9001:2015, or equivalent quality systems, are acceptable and are to be used in addition to standard inspection. Compliance can be demonstrated by certification or third-party audit findings. The document also includes a statement regarding ozone-depleting substances, affirming that the requirement does not necessitate their use. These provisions are valid for five years from the date of establishment, with technical authority coordination required for any downgrades. A quality pre-award survey is recommended for new sources.
    This government Statement of Work (SOW) outlines the requirements for the remanufacture of F-15 Valves (Part Number: 3214572-2-1, NSN: 4820-01-232-9856) for the Department of the Air Force. The work involves disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing to return the end item to a like-new condition. Key requirements include Pre-Award Surveys, Initial Production Evaluations, detailed reporting, and adherence to specific quality, safety, and identification standards (IUID). The contractor must establish parts control, comply with technical orders, and address obsolescence through authorized sourcing or reverse engineering. Additionally, the SOW mandates a robust Supply Chain Risk Management (SCRM) plan covering Continuity of Operations, Foreign Influence, and Cybersecurity, applicable to both the prime contractor and subcontractors. Consumable parts listed in Section 5 must be replaced 100% with new parts. All work is subject to government approval for deviations, over and above costs, and condemnation requests, ensuring strict adherence to contractual and technical specifications.
    This government file, identified by purchase instrument number FD20302501643-00, outlines transportation data and provisions for a procurement. It specifies F.O.B. (Free On Board) terms as "Origin," with a date initiated of April 25, 2025. Key transportation provisions include F.O.B. Origin, Freight Classification Description, and Marking of Shipments. Vendors are explicitly instructed to contact DCMA Transportation via the SIR eTool System prior to shipment for instructions, particularly for F.O.B. Origin, Foreign Military Sales (FMS), and F.O.B. Destination OCONUS/Export movements to ensure compliance and avoid frustrated freight. The document details transportation funds information, including various account codes and funding lines. It also lists three specific line items with their respective NSN/Pseudo NSNs, purchase instrument line item numbers, and ship-to remarks (SW3211, IAW Statement of Work, IAW CDRLs). Contact information for Glenn A. Carter from 406 SCMS / GULAA is provided for transportation-related inquiries.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    New Manufacture F15/Valve, Solenoid
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the sole source acquisition of 198 F-15 Solenoid Valves from Meggit North Hollywood, Inc. This procurement is critical for the F-15 aircraft's fuel tank pressurization system, requiring compliance with specific delivery timelines, including an initial delivery of 50 units by May 31, 2026, and the final 48 units by August 31, 2026. Interested contractors must adhere to cybersecurity requirements and submit their offers electronically by January 7, 2026, with funding contingent on fiscal year 2026 availability. For further inquiries, potential bidders can contact Matthew Churchwell at matthew.churchwell.2@us.af.mil or by phone at 405-739-4809.
    VALVE, BUTTERFLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of 22 new manufactured butterfly valves (NSN: 4810-01-548-6045 YQ) intended for Foreign Military Sales (FMS Case: TW-D-KDW). The contract will be a firm fixed-price agreement, with a delivery requirement set for November 1, 2025, and proposals are due by December 26, 2025. These butterfly valves are critical components in various military applications, necessitating compliance with quality assurance standards such as AS9100 or ISO 9001:2008, as well as adherence to the Buy American Act. Interested contractors should utilize the Wide Area WorkFlow (WAWF) system for electronic submissions and can direct inquiries to James Maynard at james.maynard.6@us.af.mil or by phone at 730-321-2262.
    SEAT, SHUTOFF VALVE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of shutoff valves for the F-15EX aircraft. This solicitation involves an Indefinite Quantity Contract for the supply of 120 units over a five-year base period, with a delivery schedule of 205 days after receipt of order. The shutoff valves are critical components used in aircraft hydraulic systems, underscoring their importance in maintaining operational readiness and safety. Interested suppliers must submit a written proposal and complete the solicitation available on the DLA Internet Bid Board System (DIBBS) by the issue date of December 22, 2025. For further inquiries, contact Renee Griffin at renee.griffin@dla.mil or call 445-737-2040.
    F-15E Radar Modernization Program (RMP) Non-Radar Depot Activation - F-15E/EX Primary Pressure Regulator and Shutoff Valve (PPRSV) PN 3215986-1-1
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking information from potential sources to support the depot activation and sustainment capability for the F-15E/EX Primary Pressure Regulator and Shutoff Valve (PPRSV), part number 3215986-1-1. This opportunity involves delivering technical orders, necessary spares, engineering support, and training for USAF technicians, ensuring depot readiness and compliance with cybersecurity regulations. The selected contractor will play a crucial role in maintaining and overhauling vital aircraft components, with the contract anticipated to commence in Fiscal Year 2027. Interested parties must submit their capability statements electronically by 4 PM EST on January 30, 2026, to Valerie Neff at valerie.neff@us.af.mil.
    Noun_Valve, Linear, Direct_Application_F-15_NSN_4810-01-220-3996_Part_Number_MC11219-3
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of a linear valve, specifically NSN 4810-01-220-3996, part number MC11219-3. The contract aims to acquire three units of this valve, which is critical for controlling landing gear and landing gear door functions, with a request for a 20% reduction in cost and a 25% reduction in production lead time. This procurement is essential for maintaining operational readiness and ensuring the functionality of aircraft systems. Interested vendors should submit their capability statements or proposals by the specified deadline, with delivery expected on or before July 25, 2027, to Hill Air Force Base, Utah. For further inquiries, contact Logan Hurtz at logan.hurtz@us.af.mil or Dana Craun at dana.craun@us.af.mil.
    F-15E Radar Modernization Program (RMP) Non-Radar Depot Activation – F-15E Liquid Coolant System - Pump (PN UA544602-4)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking capabilities packages from qualified firms to support the depot activation and sustainment of the F-15E Liquid Coolant System Pump (part number UA544602-4). The procurement aims to identify sources capable of delivering technical orders, engineering support, necessary spare parts, and training for USAF technicians, ensuring compliance with cybersecurity regulations and effective management of Government-Furnished Property. This initiative is critical for maintaining the operational readiness of the F-15E aircraft, with responses due by 4 PM EST on January 16, 2026, to Valerie Neff at valerie.neff@us.af.mil. Interested firms must provide detailed documentation of their capabilities, including business information and relevant experience, as part of their submission.
    SPE4A726R0200
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for a firm fixed-price contract to procure a quantity of 612 parts kits for valve overhaul, identified by NSN: 1660-004422007 and part number: 9776122-10. This procurement is a total small business set-aside, emphasizing the importance of supporting small enterprises in the defense supply chain. The delivery of the production units is expected within 395 days, with the FOB at destination and inspection and acceptance at origin. Interested vendors can access the solicitation on or around December 10, 2025, via the DLA Internet Bid Board System (DIBBS), and should direct inquiries to Xuan Thanh Phan at xuan.phan@dla.mil or Robert Winchester at robert.winchester@dla.mil.
    VALVE, BUTTERFLY
    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 butterfly valves under a federal contract. The procurement requires adherence to various quality assurance and inspection standards, including MIL-I-45208 and specific cybersecurity maturity model certification levels, ensuring that the valves meet stringent military specifications. These valves are critical components used in various naval applications, emphasizing the importance of reliability and compliance in their manufacturing. Interested vendors should direct inquiries to Danny O'Neal at 564-230-3808 or via email at DANNY.L.ONEAL8.CIV@US.NAVY.MIL, with proposals expected to remain valid for 60 days post-quotation submission.
    Remanufacture of the F-15 Pitch/Roll Channel Assemblies & Pitch Trim Controller
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of F-15 Pitch/Roll Channel Assemblies and Pitch Trim Controllers, with a focus on returning these components to like-new condition. The procurement involves comprehensive tasks such as disassembly, cleaning, inspection, maintenance, re-assembly, testing, and adherence to technical orders and OEM specifications, addressing challenges like obsolescence and requiring a robust Supply Chain Risk Management plan. This contract is critical for maintaining the operational integrity of the F-15 aircraft, ensuring that essential components function effectively in support of military operations. Interested contractors should contact Alan Tran at alan.tran.1@us.af.mil or Morgan Mcgarity at morgan.mcgarity@us.af.mil for further details, with the contract set aside for 8(a) sole source and performance expected in S Coffeyville, Oklahoma.
    New Manufacture: KC 135 Gate Valve; NSN 4810-00-713-3144RK
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of 78 new manufactured gate valves (NSN: 4810-00-713-3144 RK, P/N: 132215-3). This Request for Proposal (RFP) seeks firm fixed-price offers, with potential adjustments in quantity ranging from 39 to 117 units, and requires Unique Item Identification (UID) for all delivered items. These valves are critical components for various defense applications, emphasizing the importance of compliance with federal and defense acquisition regulations, including environmental standards and restrictions on foreign-made components. Interested contractors should direct inquiries to the contracting officer, Kevin Howe, at kevin.howe.1@us.af.mil, and are reminded that the solicitation was issued on December 4, 2025.