CYLINDER ASSEMBLY,A
ID: SPRHA1-25-Q-0326Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDLA AVIATION AT OGDEN, UTHILL AIR FORCE BASE, UT, 84056-5820, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

AIRCRAFT HYDRAULIC, VACUUM, AND DE-ICING SYSTEM COMPONENTS (1650)
Timeline
    Description

    The Defense Logistics Agency (DLA) is soliciting proposals for the acquisition of a Cylinder Assembly Actuator, specifically designed for use in F-16 aircraft landing gear operations. This procurement is critical for maintaining the operational readiness and safety of military aircraft, as the actuator plays a vital role in the landing gear mechanism. Interested contractors must adhere to stringent engineering and packaging standards, including compliance with military specifications and quality assurance protocols, with a submission deadline for quotes set for March 11, 2025. For further inquiries, potential bidders can contact Michelle L. Parker at 385-519-8190 or via email at michelle.parker.2@us.af.mil.

    Point(s) of Contact
    Michelle L Parker, Phone 385-519-8190, Fax 801-777-5299, Email michelle.parker.2@us.af.mil
    michelle.parker.2@us.af.mil
    Files
    Title
    Posted
    The document outlines Engineering Order No. 21C6174-H, pertaining to an Advanced Engineering Supplemental Order (AESO) for modifications on the hydraulic actuator assembly for the nose gear of the F-16 landing gear. This order has been prepared by Thomas Snyder from the 417 SCMS/GUEA, with approval from Jared Butterfield and authentication by Brad Martin. The changes incorporate authorized deviations and corrections mandated by the Air Force against existing owned drawings. Notably, the actuator assembly has been designated a Critical Safety Item (CSI), necessitating stringent adherence to Critical Safety Processes and Standards. The engineering order supersedes previous versions and specifies that certain drawing notes and requirements are replaced by updated stipulations from related documents. The purpose of this order is to ensure the safety and reliability of the aircraft’s landing gear mechanism, underscoring the government's commitment to maintaining operational readiness and safety standards in military equipment. This document also includes export control warnings under federal law and denotes a robust commitment to maintaining confidentiality and security regarding the shared technical data.
    The document outlines the engineering requirements and specifications for manufacturing landing gear components for the United States Air Force (USAF). It serves as an official reference, detailing technical standards that must be adhered to in production processes including materials, inspections, and markings. Key revisions highlight updates made to pertinent sections, emphasizing the importance of compliance with established protocols and standards. The scope encompasses manufacturing, safety concerns, and deviations requiring approval from USAF engineering authorities. Applicable documents and acronyms are provided for clarity on referenced specifications. Mandatory inspection requirements detailed include Magnetic Particle Inspection and Fluorescent Penetrant Inspection, ensuring quality control measures. Material requirements specify types of steel and aluminum alloys necessary, alongside methods of processing such as heat treatment and finishing standards. Specific attention is given to part marking, ensuring traceability through unique identification marking guidelines. Ultimately, this document serves as a critical tool for contractors involved in the production of landing gear, ensuring that all components meet the required standards for reliability, performance, and safety within military operations. It exemplifies strict adherence to government requirements within the context of defense procurement.
    The document pertains to a contract issued to Lockheed Fort Worth Company concerning the Actuator Assembly for the nose gear retraction, identified by Contract No. F33657-75-C-0310. It includes technical specifications, drawing details, and a parts list, indicating a thorough breakdown of the component's manufacturing and design. The release date is noted as May 2, 1975, with subsequent changes and issues documented, including revisions from the late 1980s to 1996. The Change History section contains a comprehensive list of revisions and their respective release dates, highlighting the documented evolution of the design. The file adopts a classification of "Statement A, Unlimited," suggesting unrestricted dissemination of the information contained within. This contract document is pivotal in the context of federal RFPs and grants as it outlines the collaborative effort between the government and contractors in developing critical military components. The extensive documentation reflects the regulatory and procedural requirements associated with federal acquisitions and their ongoing modifications over time, ensuring that specifications meet evolving standards and requirements.
    This document pertains to the Lockheed Fort Worth Company's origination contract, specifically related to the actuator assembly for the nose gear retraction system of military aircraft. Identified by contract number F33657-75-C-0310 and drawing title DWG PL 16VH203, the document includes critical details such as release dates, interpretations, and distribution codes for the technical drawings. It underscores the importance of compliance with export control regulations. Additionally, a section dedicated to the change history details revisions and updates to the drawing through various Engineering Change Notices (ECNs) dating from initial designs in 1975 to the most recent issuances in 1999. The document is structured to provide the reader with a comprehensive view of technical specifications and historical changes, which are essential for maintaining the integrity and functionality of defense-related equipment. Overall, this file serves as an essential reference within the context of federal contracts and military equipment development, ensuring adherence to regulations and specifications crucial for defense operations.
    This document outlines the specifications and history of the Actuator Assembly for the Nose Gear Retract, originating from Lockheed Fort Worth Company under contract F33657-75-C-0310. It includes a parts list and a detailed change history, showing amendments to the drawing since its creation on May 2, 1975. The drawing, identified as type 10 with distribution code A1, highlights an unlimited statement concerning its availability and sharing. The change history section captures various revisions (indicated by codes) and their release dates, reflecting the evolution and updates to the original design. Each entry provides insights into the document's status throughout its lifespan, documenting incorporation status and relevant engineering change notices (ECNs). Overall, the document serves as a critical reference for engineers and contractors involved in ongoing and future projects relating to the actuator assembly, emphasizing the importance of adhering to updated specifications in government RFPs and contracts, ensuring regulatory compliance and operational reliability.
    The document pertains to a government contract related to the Actuator Assembly for the nose gear retract system, identified as drawing title F33657-75-C-0310, originated by Lockheed Fort Worth Company. Released on May 2, 1975, it contains a detailed parts list and changes related to the design over the years, specifically addressing revisions and updates to the engineering documentation. The document also stresses export control regulations, indicating that the equipment is sensitive and governed by Department of Defense guidelines. It provides a change history table that outlines multiple revisions and their statuses, with the latest changes dated from the late 1990s to 2014. The inclusion of the statement regarding DOD contractors signifies the document's importance in the context of defense contracts and compliance. As part of federal RFPs, this document signifies the ongoing commitment to maintaining and improving the technical specifications required for military equipment, ensuring the safety and operational effectiveness of critical defense systems.
    This government file outlines engineering data requirements and packaging standards for the Actuator Assembly, NLG (NSN: 1650-01-417-9655) utilized in F-16 landing gear. It details qualifications that suppliers must meet to become approved sources for this assembly, including prequalification processes, testing capabilities, and compliance with government standards. Essential specifications include adherence to military packaging standards (MIL-STD), safety data for hazardous materials, and provisions for reusable containers. The document also elaborates on requirements for packaging hazardous materials as per federal regulations, ensuring all products comply with testing and inspection protocols. Contractors must demonstrate their manufacturing capabilities and establish a qualification plan, with costs estimated at $86,000 and a completion timeline of 365 days. The file emphasizes that successful qualification does not guarantee contract award. Overall, it serves as a directive for contractors engaged with the Department of Defense to comply with stringent engineering and packaging standards in the production of military components.
    The document outlines specifications and revisions for various technical drawings related to components like the "Actuator Assy-Hyd, Nose Gear Retract" and "Fitting End, Male, Lip Seal," primarily from the HAFB (Hill Air Force Base) context. It describes the revision history across different versions, including document types such as PDF and JPDF, and details related to design modifications with specific dates and revision codes. The relationships among drawings, such as related drawings and unique identifiers, are also documented, suggesting interconnectedness between various components and systems. Overall, the document serves as a structured record within a government procurement context, likely associated with federal RFPs or grants, by ensuring that all revisions and essential technical details are clearly accounted for in support of manufacturing or improvement activities in military equipment systems. The emphasis on revision tracking and compliance signifies quality control and operational integrity within defense contracting processes.
    The document is a compilation of technical drawings and specifications related to various components of aircraft systems, specifically focusing on the nose gear retraction actuator assembly and fitting end designs. Each entry provides the drawing number, title, document type, and revision details, along with associated information such as file format and location codes. The primary purpose of this file is to facilitate access to engineering documentation necessary for maintenance and modifications of military aircraft systems. Additionally, it outlines relationships among different drawings, indicating their interconnectedness in the broader context of aircraft design and engineering. The file is structured with distinct segments for each image or document related to specific components, accompanied by metadata that supports identification and usage. The maintenance and design teams at Hill Air Force Base (HAFB) rely on the specificity of this data to ensure compliance with engineering standards and operational readiness. This document ultimately underscores the importance of precise technical documentation in managing complex aerospace projects within government frameworks.
    The document comprises various design drawings and specifications related to actuator assemblies and fitting components, primarily for aircraft systems such as the nose gear retract. Each entry includes technical details like drawing numbers, revisions, document types, and associated metadata pertinent to the design's specifications. Numerous references to related drawings and their connections within the context of aircraft systems are noted, indicating interdependencies in aerospace engineering. Specific updates are tracked by their revision history, revealing a commitment to accuracy and compliance with military and technical standards. The documentation structure emphasizes the systematic cataloging of engineering technical drawings, essential for quality control and project management within the framework of government contracts, grants, and procurement processes specific to aviation and defense industries. This compilation fosters thorough documentation practices, ensuring that each component adheres to regulatory demands while advancing aerospace development projects.
    The document contains a federal invitation for proposals (RFP) pertaining to a specific government contract. The RFP outlines the project's objectives, eligibility requirements, and submission guidelines for interested parties. Key elements of the proposal include a detailed scope of work, budgetary constraints, and timelines for project completion. It emphasizes the importance of adhering to federal regulations and local standards, ensuring that all submitted proposals demonstrate a commitment to quality and compliance. The RFP serves as a formal request for qualified contractors to submit their proposals for evaluation, creating a competitive selection process aimed at ensuring accountability and effectiveness in government spending. Additionally, the document highlights the evaluation criteria that will be used to assess submissions, ensuring transparency in how proposals will be judged. Overall, this RFP seeks to engage various stakeholders in contributing to a governmental initiative, emphasizing collaboration and adherence to regulatory frameworks.
    The document is a Request for Quotation (RFQ) SPRHA1-25-Q-0326 issued by the Defense Logistics Agency (DLA) for the acquisition of a Cylinder Assembly Actuator used in F-16 aircraft landing gear operations. It specifies that this RFQ is not a small business set-aside and outlines key contact information, including the buyer Michelle L. Parker. Quotes must be submitted by March 11, 2025, and delivery requirements are based on a government's Required Delivery Schedule (RDS) to improve on-time delivery. Items include a First Article Test and Production Article, with associated inspection, acceptance, and quality assurance stipulations. It mandates contractors to provide supply chain traceability documentation and comply with specific military packaging and marking standards. The document emphasizes the importance of inspection and quality standards, including AS9100, and requires adherence to various federal regulations pertinent to defense procurement. This RFQ reflects the federal government's commitment to ensuring timely and quality delivery of critical defense components while adhering to necessary compliance and contractual obligations.
    Lifecycle
    Title
    Type
    CYLINDER ASSEMBLY,A
    Currently viewing
    Solicitation
    Similar Opportunities
    F-16 Cylinder Assembly
    Buyer not available
    The Defense Logistics Agency (DLA) Aviation is seeking qualified vendors to provide three units of the F-16 Cylinder Assembly, specifically identified by NSN 1650-01-417-8523. Interested contractors must meet stringent Manufacturing Qualification Requirements, which include submitting a qualification package, preparing a qualification test plan, and undergoing a comprehensive evaluation process, with testing costs estimated at $1,250,000 and a completion timeline of approximately 365 days. This procurement is critical for maintaining the operational readiness of the F-16 aircraft, underscoring the importance of quality and reliability in defense manufacturing. Quotations are due by March 3, 2025, and interested parties should contact Travis Bodily at travis.bodily@us.af.mil for further information.
    CYLINDER ASSEMBLY, ACTUATING, LINEAR
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the acquisition of a Linear Actuating Cylinder Assembly under solicitation number SPRTA1-25-R-0107. This procurement aims to secure 26 units of the cylinder assembly, which is critical for operating the locking mechanism of the T-38 aircraft's main landing gear, with specific requirements for first article testing and compliance with export control regulations. The solicitation emphasizes participation from small businesses, including women-owned and service-disabled veteran-owned entities, and outlines strict guidelines for quality assurance and delivery timelines, with proposals due by March 3, 2025. Interested contractors should contact Michael Hannan at Michael.Hannan.1@us.af.mil for further details and clarification.
    B-2 Cylinder Assembly
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of B-2 Cylinder Assemblies, specifically designed to activate the main landing gear doors of aircraft. The solicitation requests a 20% reduction in cost and a 25% reduction in production lead time for a total quantity of eight units, which are made from aluminum/alloy materials. This procurement is critical for maintaining the operational readiness of military aircraft, with a delivery deadline set for August 12, 2025. Interested vendors should submit their capability statements or proposals to Dana Craun at dana.craun@us.af.mil or call 405-426-9405, as electronic procedures will be utilized for this solicitation.
    Cylinder Assembly, Actuating
    Buyer not available
    The Defense Logistics Agency (DLA) Land Warren is soliciting offers for the procurement of two cylinder assemblies, specifically the Actuating Cylinder Assembly, under contract number SPRDL1-25-Q-0059. The requirement includes two units for each specified line item, with a delivery timeline of 120 days post-award, emphasizing compliance with various standards and regulations, including military packaging and supply chain traceability. These assemblies are critical components in fluid power systems, underscoring their importance in defense logistics and operations. Interested vendors should submit their quotes electronically to Stacy M. Johnson at stacy.m.johnson@dla.mil by the specified deadline, ensuring adherence to all outlined criteria and documentation requirements.
    C-130 CYLINDER ASSEMBLY
    Buyer not available
    The Defense Logistics Agency, under the Department of Defense, is soliciting quotations for the procurement of a Cylinder Assembly, identified by National Stock Number 1650-00-620-7514, through Request for Quotation SPRTA1-25-Q-0052. Interested contractors are required to submit their quotations by February 24, 2025, with delivery terms set for F.O.B. Origin by July 29, 2025, ensuring compliance with federal regulations including the Buy American Act and proper invoicing procedures. This procurement is crucial for maintaining military aircraft operational readiness, and it is not set aside for small businesses. For further inquiries, interested parties can contact Lori Lumsden at lori.lumsden.1@us.af.mil or by phone at 405-855-3559.
    F-16 ACTUATOR
    Buyer not available
    Combined Synopsis/Solicitation DEPT OF DEFENSE DEFENSE LOGISTICS AGENCY is seeking F-16 ACTUATOR. This item is typically used for miscellaneous aircraft accessories and components. The estimated quantity is 2 EACH, with an estimated delivery schedule of December 25, 2024. The procurement is not expected to be set-aside for small businesses. Interested parties may submit a capability statement, proposal, or quotation within 15 days of this notice.
    16--CYLINDER,ACTUATING,
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for the procurement of actuating cylinders, as outlined in the Combined Synopsis/Solicitation. The primary objective of this procurement is to acquire fluid power valve and hose fitting manufacturing components, specifically categorized under aerospace craft components and accessories. These components are critical for various defense applications, ensuring operational efficiency and reliability in military equipment. Interested vendors should direct their inquiries to the buyer listed in the solicitation document, available through the DLA's website, and are encouraged to submit their proposals in accordance with the specified guidelines.
    ACTUATOR, ELECTRO-MECHANICAL; NSN 1680-00-822-0170
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of an electro-mechanical actuator, identified by NSN 1680-00-822-0170. This component is crucial for various aircraft applications, ensuring operational efficiency and reliability in military operations. Interested vendors must submit their proposals by the deadline of February 24, 2025, and can direct inquiries to Asaycia Clayton at asaycia.clayton.1@us.af.mil for further information regarding the solicitation.
    F-16 Valve, Linear Direct
    Buyer not available
    The Defense Logistics Agency (DLA) Aviation is soliciting proposals for a firm fixed-price contract to procure five linear direct valves (NSN: 4810001045672HS, PN: 2660017M1) for the Department of Defense. The procurement aims to ensure compliance with stringent quality assurance standards (AS 9100) and the Buy American Act, with a required delivery date set for June 2025. These valves are critical components in military aircraft operations, emphasizing the importance of reliability and adherence to military specifications. Interested vendors must submit their proposals by February 18, 2025, and can direct inquiries to Lori Lumsden at lori.lumsden.1@us.af.mil or call 405-734-0370 for further information.
    ACTUATOR, E-M AIRCRAFT
    Buyer not available
    The Defense Logistics Agency (DLA) is conducting market research to identify potential suppliers for the procurement of an Actuator, E-M Aircraft, as part of its efforts to support the Department of Defense. The requirement includes the manufacture of 94 units of the specified actuator, which is critical for aircraft operations, and encompasses all aspects of production, including procurement of component parts, inspection, testing, and logistics management. Interested parties are invited to submit their capability statements by 3 PM EST on February 14, 2025, to Sharon Hall at Sharon.Hall@dla.mil, as this opportunity may lead to a contract award based on the responses received. Please note that this is a presolicitation notice and not a request for proposals; no funds are available for the preparation of responses.