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 soliciting proposals for the remanufacture of F-15 Butterfly Valves under a total small business set-aside contract. This five-year firm fixed-price requirements contract includes a three-year basic period and a two-year option period, requiring contractors to restore the valves to a like-new condition through disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing. The valves are critical components for controlling cabin airflow in F-15 aircraft, emphasizing the importance of quality and compliance with stringent technical and safety standards. Proposals are due by December 15, 2025, and interested vendors should contact Cliff Morgan at clifford.morgan.8@us.af.mil or Amy Gil at amy.gil@us.af.mil for further information.

    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.
    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.
    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.
    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 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.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    New Manufacture F15/Valve, Solenoid
    Buyer not available
    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
    Buyer not available
    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.
    Noun_Valve, Linear, Direct_Application_F-15_NSN_4810-01-220-3996_Part_Number_MC11219-3
    Buyer not available
    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.
    FD20302600008 - Remanufacture of KC-135 Valves & Pumps; NSN: 2915-01-452-5123RK, 2915-01-452-5126RK, 2915-01-527-8152RK, 2915-01-510-1161RK
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the remanufacture of KC-135 valves and pumps under a five-year Firm Fixed Price Requirements Type Contract. This procurement involves the disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing of various fuel system components to restore them to like-new condition, ensuring the operational readiness of critical aircraft systems. The anticipated contract will likely be awarded as a sole source to ITT Aerospace Controls, emphasizing the importance of these components in maintaining aircraft performance and safety. Interested parties can reach out to Morgan Mcgarity at morgan.mcgarity@us.af.mil or Shirley V. Harmon at Shirley.Harmon.1@us.af.mil for further details, with the total acquisition cost estimated at $1,846,309.05 and specific delivery timelines outlined in the associated documents.
    Remanufacture of the F-15 Pitch/Roll Channel Assemblies & Pitch Trim Controller
    Buyer not available
    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.
    VALVE, BUTTERFLY
    Buyer not available
    The Defense Logistics Agency (DLA) Aviation at Oklahoma City is seeking quotations for the procurement of Butterfly Valves, specifically under Request for Quotation (RFQ) SPRTA1-26-Q-0042. The procurement requires a total of 7 units, with a minimum order of 2 and a maximum of 11, and these valves are critical for engine starting applications, operating effectively in extreme temperatures ranging from -65°F to +300°F. Interested vendors must comply with various federal acquisition regulations, including Unique Item Identification (IUID) and cybersecurity standards, with a closing date for submissions set for December 8, 2025, and expected delivery by February 21, 2030. For further inquiries, vendors can contact Brent Weilmuenster at brent.weilmuenster@us.af.mil or by phone at 385-591-2959.
    New Manufacture: KC 135 Gate Valve; NSN 4810-00-713-3144RK
    Buyer not available
    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.
    VALVE,BUTTERFLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of butterfly valves, classified under the NAICS code 332919 for Other Metal Valve and Pipe Fitting Manufacturing. The contract will encompass the manufacture and supply of these valves, which are critical components used in various military applications to control fluid flow. Interested vendors are required to comply with specific inspection and acceptance criteria, and must submit their proposals electronically, ensuring adherence to the outlined contractual obligations. For further inquiries, potential bidders can contact Ryan Brennan at 445-737-9728 or via email at RYAN.BRENNAN@DLA.MIL.
    SPE4A726R0200
    Buyer not available
    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.
    Remanufacture of Flap Drive Angle Gearbox Assembly
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for the remanufacture of Flap Drive Angle Gearbox Assemblies for the KC-135 aircraft. Contractors are required to provide all necessary materials, labor, and expertise to restore the gearbox assemblies to a like-new condition, including disassembly, cleaning, inspection, re-assembly, and testing, while adhering to strict quality control and reporting requirements. This procurement is critical for maintaining the operational readiness of the KC-135 fleet, which relies on these assemblies for effective flap operation. Interested small businesses must submit a Source Approval Request (SAR) and are encouraged to contact Cliff Morgan or Amy Gil for further details, with proposals due by December 15, 2025, at 12:00 PM.