FA8604 Skid Steel Fabrication F-15 at WPAFB, OH MMHS
ID: FA86025RB018Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8604 AFLCMC PZIWRIGHT PATTERSON AFB, OH, 45433-7228, USA

NAICS

Iron and Steel Mills and Ferroalloy Manufacturing (331110)

PSC

STRUCTURAL SHAPES (9520)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 28, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 7:00 PM UTC
Description

The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), is soliciting proposals for the fabrication of steel structural parts for F-15 skid assemblies at Wright-Patterson Air Force Base (WPAFB) in Ohio. The contract will encompass the cutting and machining of steel components, with a total of twelve skid assemblies required annually over a base year and three option years, from May 2025 to April 2029. This procurement is critical for enhancing military capabilities and operational efficiency, as it allows the Air Force to outsource fabrication tasks while focusing on in-house prototype work. Interested small businesses must submit their proposals by 3:00 PM Eastern Daylight Time on April 14, 2025, to the designated contacts, Samantha Ekberg and Andrew Petersen, via email, ensuring compliance with all specified requirements and regulations.

Point(s) of Contact
Files
Title
Posted
Apr 7, 2025, 2:04 PM UTC
The Performance Work Statement (PWS) outlines the requirements for the Air Force Packaging and Engineering Facility (AFPTEF) to source, cut, and machine steel for twelve skid assemblies in the base year, with options for three additional years at the same quantity. Each skid assembly consists of 74 parts, detailed in the accompanying design documents. The initiative aims to outsource steel fabrication to enhance operational efficiency and allocate resources for prototype work in-house. The contract period spans from April 1, 2025, to March 31, 2029, with delivery to be made to Wright Patterson Air Force Base in Ohio. This project underscores the Air Force's strategic focus on leveraging external resources for improved internal productivity and mission fulfillment.
The document FA8604-25-R-B018 outlines the delivery and assembly specifications for steel pallets required by Wright Patterson Air Force Base (WPAFB). The key points include a delivery deadline of 10 weeks post-contract award, with no partial deliveries allowed. Pallets must weigh under 8,000 lbs and be compatible with a 10K forklift. The bundles can be delivered unassembled but must be organized by part number. There are no Unique Item Identifier (UII) requirements, and a single Wide Area Workflow (WAWF) Market Invoice Report (MIRR) submission is necessary for all 12 pallets. Inspection criteria upon delivery include checking part counts, tolerances, and the absence of rust or machining imperfections. The contract anticipates option year exercises annually between February and April, with consistent quantities required in subsequent years. Finally, the document specifies that no government-furnished materials are provided, and the required finish for the parts is plain steel with mild surface rust permissible at government discretion. Overall, this document serves as a formal request detailing the parameters for the procurement of these steel pallets, ensuring compliance with military standards.
Apr 7, 2025, 2:04 PM UTC
The government file contains engineering drawings related to components for the U.S. Air Force, specifically for a project designated as Prototype 25-03-05, under AFPTEF Project No. 21-P-104. These drawings detail various parts, including steel beams, plates, channels, and tubes essential for military applications, adhering to ASTM A36 specifications. Each drawing features dimensions, material specifications, tolerances, and assembly instructions, complying with ASME standards for engineering drawings. The distribution statement indicates these documents are approved for public release without restrictions. The structured presentation comprises multiple layouts, showing quantities required for parts and specific engineering considerations. This documentation is pivotal for contractors and vendors responding to Requests for Proposals (RFPs) and grants related to defense contracts, ensuring precise alignment with military specifications and standards.
Apr 7, 2025, 2:04 PM UTC
The document outlines a federal contract solicitation focused on the fabrication of F-15 wing skid assemblies, specifically designed for Wright-Patterson Air Force Base (WPAFB), Ohio. The solicitation indicates a need for a contractor capable of cutting and machining steel in accordance with detailed technical specifications outlined in multiple attachments. The contract has a fixed-term performance period with options for extension, covering a span from May 2025 through April 2029, depending on the option exercises. The document specifies the total award amount, invoices submission requirements, and payment terms. It further emphasizes the necessity for compliance with various federal acquisition regulations and clauses, including those pertaining to safety, subcontracting, and the unique identification of delivered items. Key contact details for contract administration and inquiries are provided, reinforcing the role of specific personnel in overseeing compliance and ensuring successful contract execution. This solicitation is part of the government's broader initiative to procure services from Women-Owned Small Businesses (WOSB) and highlights policies promoting small business participation.
Apr 7, 2025, 2:04 PM UTC
The Women-Owned Small Business (WOSB) solicitation details a federal procurement for the fabrication of F-15 wing skid assemblies at Wright-Patterson Air Force Base (WPAFB), Ohio. The procurement aims to enhance military capabilities while supporting women-owned businesses. Key components include a requisition number, contract terms, and specific supplies/services descriptions tied to several attachments outlining performance requirements, steel parts, and drawings integral to the project. The contractor is expected to fulfill multiple fabrication tasks from May 2025 to March 2029, with the option for unilateral extension by the government. Inspection and acceptance procedures designate the AFLCMC/EZPAA office for oversight, ensuring compliance with standards. Important clauses incorporated by reference, such as those relating to contracting with women-owned small businesses, emphasize the government's commitment to inclusivity in federal contracting. This document serves not only as a contract initiative but also demonstrates a broader goal of empowering economically disadvantaged groups within the defense contracting sector, setting forth a clear path for collaboration with qualified vendors while adhering to regulatory frameworks and ensuring effective delivery of specialized military components.
Apr 7, 2025, 2:04 PM UTC
The document outlines the required parts and quantities for manufacturing a skid assembly, referenced by RFP FA860425RB018. It lists a comprehensive breakdown of components, including various beams, plates, tubes, and connectors needed for construction. The total quantity and specific notes on certain parts, including chamfer requirements and the fact that some sheets are flat plates without bending, are detailed. Additionally, upon awarding the contract, the government will provide DXF and/or STEP files for all parts to aid in manufacturing. This document serves as a technical specification for potential contractors to understand the necessary items for fulfilling the RFP effectively, ensuring compliance with federal requirements and providing all essential information for the bid process.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Heavy Weight Fairlead Beam Assemblies
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified small businesses for the procurement of 40 Heavy Weight Fairlead Beam Assemblies to enhance aircraft arresting systems at Tyndall Air Force Base in Florida. The assemblies are critical components that direct the purchase tape path and are essential for the operational integrity of the Aircraft Arresting System (AAS). Interested contractors must comply with stringent technical specifications, including passing a First Article Test (FAT) unless previously qualified, and adhere to national standards for fabrication and delivery. Proposals are due by May 2, 2025, with inquiries directed to SSgt Benjamin Spear at benjamin.spear.1@us.af.mil or Matthew Lahr at matthew.lahr.3@us.af.mil, and the contract is set to be awarded based on both price and technical approach evaluations.
F100 220 Rear Turbine Case
Buyer not available
The Department of Defense, specifically the U.S. Air Force, is seeking proposals for the procurement of the F100 220 Rear Turbine Case, a critical component for aircraft engines. This sole source requirement is designated for Barnes Aerospace, Inc., and involves the acquisition of a nickel alloy part that is integral to the Low-pressure Turbine assembly, measuring 24 inches in length and width, 12 inches in height, and weighing 25 pounds. The solicitation, identified as RFP number FA8121-25-R-0021, is set to be issued on May 9, 2025, with a closing date of June 9, 2025, and emphasizes compliance with qualification requirements, as well as the necessity for First Article Testing for newly approved sources. Interested parties should note that funding is not currently available, which may affect the solicitation's status, and can reach out to Ryan Boudreau or William Heckenkemper via email for further inquiries.
F-15 Elastomer Pad (FA8203-25-Q-0003)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of elastomer pads (NSN 1680-01-691-7833) essential for aircraft clamp blocks under solicitation FA8203-25-Q-0003. The contract is set aside for small businesses and emphasizes compliance with the Buy American Act, with a delivery date required by April 28, 2025. These elastomer pads are critical components in maintaining the operational integrity of the F-15 aircraft, reflecting the government's commitment to acquiring high-quality materials for defense applications. Interested contractors should direct inquiries to Justin Mckinley at Justin.mckinley.2@us.af.mil or Nathan Hirschi at nathan.hirschi@us.af.mil, and must adhere to specific qualification and packaging requirements as outlined in the attached documents.
F-5 Aftermarket Parts
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking contractors to procure aftermarket parts for the F-5 E/F aircraft, with a focus on supporting Foreign Military Sales (FMS) initiatives. The procurement involves unclassified spare parts, which must be sourced from existing stock, ensuring that no new parts are manufactured, and all items meet specified condition codes along with rigorous inspection and documentation requirements. This initiative is critical for maintaining the operational readiness and safety of defense operations, emphasizing compliance with military standards and environmental regulations. Interested parties should submit their proposals through the PIEE Solicitation Module by May 6, 2025, at 3:00 PM MDT, and can contact Danielle Stiff at danielle.stiff.1@us.af.mil or 1-801-777-8416 for further information.
AIRCRAFT, F-5, FREEDOM FIGHTER, QUADRANT ASSEMBLY
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is soliciting proposals for the procurement of the F-5 Freedom Fighter Quadrant Assembly, identified by NSN 2995-011214809. This contract, set aside for small businesses, requires the delivery of three units within a production schedule of 365 days, with specific government testing and configuration control requirements applicable. The F-5 assembly is classified as a Critical Safety Item for the Air Force, emphasizing its importance in maintaining operational safety and readiness. Interested vendors must submit their proposals to Jenier Mitchell via email at jenier.mitchell@dla.mil, with the solicitation expected to be issued around April 11, 2025, and evaluated based on price and past performance.
F100-PW-220 Sprayring Manifold Assemblies
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul of F100-PW-220 Sprayring Manifold Assemblies, with the aim of establishing a reliable source for these critical components to enhance operational capabilities for the USAF and its international allies. This procurement will be structured as a firm-fixed-price contract with ten subsequent ordering periods, where price will be the sole evaluated factor for award, favoring the lowest total evaluated price while ensuring compliance with specified requirements. The solicitation due date has been extended to May 30, 2025, and interested contractors are encouraged to adhere to the outlined administrative processes, including invoicing and reporting via the Wide Area Workflow (WAWF). For further inquiries, potential bidders can contact Savannah Mincey at savannah.mincey@us.af.mil or William Heckenkemper at william.heckenkemper@us.af.mil.
F-16 Wing Assemblies
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the procurement of F-16 wing assemblies, specifically identified by several National Stock Numbers (NSNs). The contract requires the delivery of various wing assembly components, with a total quantity of 30 units across different NSNs, and emphasizes compliance with military specifications and standards throughout the manufacturing process. These components are critical for maintaining the operational readiness and structural integrity of the F-16 aircraft, which plays a vital role in national defense. Interested contractors must submit their proposals by the extended deadline of April 30, 2025, and can direct inquiries to Dennis Bouy at dennis.bouy@us.af.mil for further information.
F100-PW-220 Sprayring Manifold Assemblies
Buyer not available
The Department of Defense, specifically the U.S. Air Force, is seeking proposals for the overhaul of F100-PW-220 Sprayring Manifold Assemblies, with a focus on competitive pricing as the primary evaluation factor. This procurement is crucial for maintaining the operational readiness of aircraft engines, as these assemblies are integral components of the engine fuel system. The response deadline for proposals has been extended to April 30, 2025, and interested parties should direct inquiries to William Heckenkemper or Savannah Mincey via their respective emails. Compliance with the Statement of Work and accurate pricing submissions are essential for consideration in this contract opportunity.
REMANUFACTURE OF F15 SERVOCYLINDER NSN: 1650-01-008-7314
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of F-15 servocylinders, identified by NSN: 1650-01-008-7314. This procurement aims to support the maintenance and operational readiness of critical aircraft components, with a focus on ensuring compliance with military standards and quality assurance protocols. The contract will be structured as a firm-fixed-price, indefinite delivery indefinite quantity (IDIQ) agreement, with a five-year ordering period and quantities ranging from 5 to 40 units. Interested contractors should contact Aczavius Smith at aczavius.smith@us.af.mil or Morgan Mcgarity at morgan.mcgarity@us.af.mil for further details, with the contract award anticipated on March 1, 2024.
F108 Stage 1 Fan Blade Repair 005-010 (please respond by 24 February 2025 at 4:00 PM CST)
Buyer not available
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.