Remanufacture of B52 Air Heat Exchanger
ID: FD20302400437Type: Presolicitation
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

AIRCRAFT AIR CONDITIONING, HEATING, AND PRESSURIZING EQUIPMENT (1660)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Air Force Sustainment Center at Tinker AFB, is seeking contractors for the remanufacture of the B-52 Air Heat Exchanger, a critical component for the B-52 aircraft's environmental system. The contractor will be responsible for providing all necessary labor, facilities, equipment, and materials to meet the requirements outlined in the Statement of Work (SOW), ensuring that the remanufactured units meet stringent qualification standards. This procurement is vital for maintaining the operational readiness of the B-52 fleet, with a contract duration of five years, including a three-year base period and a two-year option. Interested vendors must submit a Source Approval Request if not previously qualified, and the solicitation is expected to be issued around July 15, 2025, with responses due by September 2, 2025. For further inquiries, potential offerors can contact 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 CAV AF Reporting Requirements document outlines the responsibilities and reporting protocols for contractors involved in the Contract Depot Maintenance (CDM) process within the Commercial Asset Visibility Air Force (CAV AF) system. It serves as the primary system for tracking government assets at contractor repair facilities and mandates timely reporting of asset status and management. Contractors must ensure accurate records reflecting physical assets, complete daily reporting, and handle incidents such as discrepancies in shipments through established procedures. Key responsibilities include submitting authorization requests, completing cybersecurity training, and accurately reporting the status of Government Furnished Property (GFP). Specific guidelines for managing Nuclear Weapon Related Materiel (NWRM) and handling quality deficiency issues are highlighted. The document emphasizes accountability, requiring the identification of shipping documents and use of official forms for reporting. Non-compliance or systemic data errors may lead to management reviews. Overall, CAV AF aims to maintain high visibility and accountability over government assets through strict adherence to reporting requirements, ensuring efficient inventory management in line with federal standards.
    The document outlines the Commercial Asset Visibility (CAV) Reporting requirements, specifically Data Item Description DI-MGMT-81838, primarily used for tracking government-owned reparable assets through their repair cycle at contractor facilities. Its objective is to establish an automated, web-based inventory management system that allows contractors to log transactions in real-time, thus keeping the CAV database updated. The report specifies the required format and content for transactions, which includes various asset statuses such as receipt, inductions, completions, shipments, and the management of discrepancies and reports. Key functionalities involve printing essential documents and performing item maintenance, ensuring efficient handling of government assets during the repair process. This document serves as a guideline for contractors engaged in asset reporting, ensuring compliance and standardization in inventory management practices within the federal government's framework.
    The Contract Depot Maintenance (CDM) Monthly Production Report outlines essential data requirements for depot-level maintenance contracts. Its purpose is to provide the government with production metrics, status updates, and asset accountability at the contractor’s facility. The document details the report structure, including specific blocks of required data such as contractor information, item identification, quantity management, and production forecasts. The report is to be submitted monthly, detailing specifics such as quantities of reparable items received, inducted, produced, shipped, and condemned. It includes a section for summarizing production forecasts and anticipated issues. The format and content specifications aim to standardize reporting processes and improve oversight of maintenance operations supporting Department of Defense activities. The report serves both as a tool for performance assessment and proactive problem resolution in maintenance activities, emphasizing the importance of accountability and tracking within government contracts.
    The Government Property (GP) Inventory Report, designated as DI-MGMT-80441D, outlines the requirements for contractors to provide a comprehensive inventory of both Government Furnished Property (GFP) and Contractor Acquired Property (CAP) used under Department of Defense contracts. This report facilitates the tracking and reporting of government assets held by contractors and their subcontractors. The document specifies that the inventory must be submitted in an electronic format, such as .xls or .xlsx, and must include essential data fields like contract number, item descriptions, asset identification numbers, quantities, acquisition costs, locations, and property classifications. These details ensure proper management and oversight of governmental assets. This Data Item Description supersedes the previous version (DI-MGMT-80441C) and is applicable to all contracts involving GP, solidifying the structured approach to asset management within federal projects. The report is crucial for ensuring accountability and maintaining the integrity of government property in contractor possession, thereby aligning with broader government standards and RFP processes.
    The Statement of Work (SOW) under PR Number FD20302400437 focuses on the remanufacture of the B-52 Heat Exchanger for the Department of the Air Force. It outlines responsibilities, quality assurance requirements, and specific processes for remanufacturing the end items to like-new condition. Key sections include general information about pre-award surveys, production evaluations, required tooling and equipment, and safety protocols. The work involves disassembly, cleaning, inspection, testing, and reassembly in accordance with technical orders and standards. The contractor must maintain rigorous quality controls, including an established quality program, reporting of discrepancies, and adherence to parts control procedures. Safety and health compliance, along with requirements for item unique identification, are emphasized throughout. Furthermore, the document details supply chain risk management strategies, including addressing foreign influence and cybersecurity concerns. It requires contractors to have plans to continue operations amid disruptions and ensures transparency and accountability in subcontractor engagements. Overall, this SOW serves as a comprehensive guideline to ensure the effective and safe remanufacture of critical military components.
    Lifecycle
    Title
    Type
    Similar Opportunities
    SPE4A722R0753 – 1660 - PARTS KIT,REGULATOR / AIRCRAFT, STRATOFORTRESS B-52
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for a parts kit specifically designed for the regulator of the Stratofortress B-52 aircraft. This procurement is critical for maintaining the operational readiness and efficiency of the aircraft, which relies on advanced air conditioning, heating, and pressurizing equipment. Interested vendors can reach out to Rekisha Burton at rekisha.burton@dla.mil or call 804-773-9818 for further details, while secondary contact Latrice Brown can be reached at latrice.brown@dla.mil or 804-279-1365. The place of performance for this contract is located in Virginia, with the zip code 23237.
    PRESSURE BELLOWS / 04F, B-52 STRATOFORTRESS AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for an indefinite quantity contract (IQC) for pressure bellows used in the B-52 Stratofortress aircraft. The procurement involves an estimated annual quantity of 80 units of the pressure bellows, specifically manufactured by Transdigm Inc. under part number 114535, with a delivery timeline of 235 days after the date of order. This contract is crucial for maintaining the operational readiness of the B-52 aircraft, which plays a significant role in national defense. Interested vendors can access the solicitation on the DLA Internet Bid Board System (DIBBS) around November 18, 2025, and should direct inquiries to Gladys Brown at gladys.brown@dla.mil or call 445-737-4113 for further information.
    New Manufacture: B-52 COMPRESSOR UNIT, ROT / NSN 4310-01-711-1684FG
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of new manufactured Compressor Units, Rotors (NSN: 4310-01-711-1684 FG) as outlined in solicitation SPRTA126R1820. The procurement aims to acquire an estimated 75 units, with delivery phased at 15 units per month from January to May 2027, highlighting the importance of these components in supporting military aircraft operations. Interested vendors must adhere to specific requirements, including Unique Item Identification for items over $5,000 and submission of inspection reports via Wide Area WorkFlow, with proposals due by January 5, 2026, at 3:00 PM. For further inquiries, potential bidders can contact Kevin Howe at kevin.howe.1@us.af.mil.
    LONGERON | 04F | B-52
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking qualified contractors for an indefinite quantity contract (IQC) for the procurement of LONGERON components for the B-52 aircraft. This contract is set aside for small businesses and will cover a base period of five years, with an estimated annual quantity of 40 units, requiring delivery within 250 days after receipt of order. The LONGERON components are critical airframe structural components, and the procurement necessitates contractors to be certified by the Department of Defense to access unclassified data. Interested parties should contact Ryan Loeffelholz at ryan.loeffelholz@dla.mil or call 804-279-1452, with the solicitation expected to be available on or about December 18, 2025, via the DLA Internet Bid Board System (DIBBS).
    Remanufacture of B-1B Electro-Mechanical Actuator.
    Dept Of Defense
    The Department of Defense, through the United States Air Force, is seeking contractors for the remanufacture of B-1B Electro-Mechanical Actuators, which are critical components for aircraft yaw trim functionality. The procurement involves a firm-fixed-price, 5-year requirements contract that includes a 3-year basic period and a 2-year option, with an estimated annual requirement of 12 units. This initiative is vital for maintaining the operational readiness and safety of the B-1B aircraft fleet. Interested parties should note that the solicitation is expected to be released around December 31, 2025, and must direct inquiries to Jessica Vinyard or M. Ryan Churchwell via the provided email addresses. Offerors are required to comply with qualification requirements and submit a DD Form 2345 for technical data access.
    BULKHEAD, AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of bulkheads for B-52 aircraft, specifically under the National Stock Number (NSN) 1560-01-192-5395. This opportunity is a total small business set-aside, aimed at acquiring 200 units over a six-month contract term, with a delivery schedule of 350 days after receipt of order. The bulkheads are critical components for aircraft structure, emphasizing the importance of quality and compliance with export control regulations. Interested vendors must submit their proposals by the solicitation issue date, expected around December 5, 2025, and can contact Renee Griffin at renee.griffin@dla.mil or 445-737-2040 for further information.
    F108 Stage 1 Fan Blade Repair 005-010 (please respond by 24 February 2025 at 4:00 PM CST)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the finishing repairs of the F-108/CFM 56-2A/B Stage 1 Fan Blade, with a focus on parts associated with NSN 2840-01-196-6053PN. The procurement will be executed through a Firm-Fixed-Price Blanket Purchase Agreement, and interested parties are encouraged to demonstrate their capabilities, experience, and qualifications related to the repair process by submitting documentation by February 24, 2025. This opportunity is critical for maintaining the operational readiness of aerospace components, and potential contractors must comply with established technical and quality assurance standards as outlined in the associated Repair Data List and Repair Qualification Requirements. For further inquiries, interested businesses can contact Jaqueline Hughes at jaqueline.hughes@us.af.mil or Bridgette Miles at bridgette.miles@us.af.mil.
    Repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is issuing a solicitation for the repair of the B-2 Data Entry Panel, NSN: 5895-01-527-7727FW, under a firm-fixed price indefinite-delivery requirements contract. The procurement involves comprehensive repair services, including minor and major repairs, as well as handling units deemed Beyond Economically Repairable (BER) and Beyond Physical Repair (BPR). This equipment is critical for monitoring and controlling avionics systems in the B-2 aircraft, ensuring operational readiness and safety. Interested contractors must submit their proposals by January 8, 2026, and can direct inquiries to Morgan Wallar Larsen at morgan.wallarlarsen@us.af.mil or Lance Culver at jimmy.culver@us.af.mil.
    B451 Chiller Circuit Repairs
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B451 chiller circuit/compressor 2 at Offutt Air Force Base in Nebraska. The project entails troubleshooting and repairing the chiller, which includes a full refrigerant recharge, replacement of oil filters, and conducting associated maintenance checks, with a focus on restoring full functionality to the chiller's second circuit. This procurement is particularly significant as it ensures the operational efficiency of critical cooling systems, with a total estimated contract value of $19 million and a performance period from January 12, 2026, to May 1, 2026. Interested small businesses must submit their proposals by January 5, 2026, and can direct inquiries to A1C Hunter Hendrix at hunter.hendrix.1@us.af.mil or 402-294-5206.
    Overhaul of B-1 Electro-Mechanical Actuator NSN 1680015097158RK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting offers for the overhaul of B-1 Electro-Mechanical Actuators (NSN 1680015097158RK) under Solicitation Number FA8118-26-R-0002. This procurement involves a five-year, firm-fixed-price requirements contract, which includes a three-year basic period from 2025 to 2028 and two one-year option periods extending to 2030. The overhaul of these critical components is essential for maintaining the operational readiness and performance of the B-1 aircraft, which plays a vital role in national defense. Interested contractors must submit their proposals by the extended deadline of January 7, 2026, at 1:00 PM, and can direct inquiries to Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further information.