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
    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
    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.
    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.
    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.
    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.
    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
    SKID, TUBE ASSEMBLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of Skid, Tube Assembly for the C/KC-135 Aircraft. This contract, which is a Total Small Business Set-Aside, requires the delivery of 40 units over a six-month term, with a delivery schedule of 406 days after receipt of order. The items are critical application components classified under the NAICS code 336413 and PSC code 1620, emphasizing their importance in aircraft landing gear systems. Interested vendors must submit a written proposal and complete the solicitation available on the DLA Internet Bid Board System (DIBBS) around December 24, 2025, with evaluations based on price, past performance, and other factors. For further inquiries, contact Renee Griffin at renee.griffin@dla.mil or call 445-737-2040.
    FD2030-25-01565
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking suppliers for specific airframe structural components under the contract titled FD2030-25-01565. The procurement involves two National Stock Numbers (NSNs): 1560-01-522-0552FG and 1560-01-522-1614FG, with associated top drawings and revisions dated April 11, 2025, and February 21, 2023, respectively. These components are critical for the maintenance and operation of military aircraft, ensuring their reliability and performance. Interested vendors should refer to the solicitation information for further details and contact Ronald S. Ladd for inquiries once the solicitation is approved and available for quotes.
    AIRCRAFT, STRATOLIFTER, C/KC-135; PANEL, STRUCTURAL, AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of structural panels for the C/KC-135 Stratolifter aircraft. This opportunity is specifically for an Indefinite Quantity Contract with a total ordering period of five years, during which an estimated annual quantity of 10 units is required, with a delivery schedule of 365 days for production. The goods are critical for maintaining the operational capabilities of military aircraft, and the procurement is set aside exclusively for small businesses, emphasizing the government's commitment to supporting small enterprises. Interested vendors must submit their proposals by fax and are encouraged to access the solicitation documents via the DLA Internet Bid Board System, with the issue date anticipated around December 6, 2025. For further inquiries, potential offerors can contact Jenier Mitchell at jenier.mitchell@dla.mil or by phone at 804-659-6388.
    AIRCRAFT EAGLE F-15, SCREW, ACTUATING, ACTUATOR
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of the Aircraft Eagle F-15 Actuating Screw Actuator, identified by NSN 1560-00-298-8901. This opportunity involves an Indefinite Quantity Contract with a duration of five years, requiring an estimated annual quantity of 10 units, with a total delivery schedule of 365 days for production. The actuator is a critical component for the F-15 aircraft, and the procurement is classified as unrestricted, allowing all responsible sources to submit offers. Interested parties should submit their proposals to the provided fax number and can access the solicitation on the DLA Internet Bid Board System, with the issue date expected around November 22, 2026. For further inquiries, contact Jenier Mitchell at jenier.mitchell@dla.mil or by phone at 804-659-6388.
    Remanufacture of F-15 Butterfly Valve
    Dept Of Defense
    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. This five-year firm fixed-price requirements contract involves comprehensive tasks including disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing to restore the valves to a like-new condition, with strict adherence to quality and safety standards. The F-15 Butterfly Valves are critical components for controlling cabin airflow in the aircraft, emphasizing the importance of reliability and performance in military operations. Interested vendors must submit proposals by December 15, 2025, and can direct inquiries to Jessica Vinyard at jessica.vinyard.1@us.af.mil or Matthew Churchwell at matthew.churchwell.2@us.af.mil for further details.
    RETAINER, FAIRING | 19F | F-15
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking qualified small businesses to provide retainers for fairings used in the F-15 aircraft. This procurement involves an indefinite quantity contract (IQC) for a base period of two years, with an estimated annual requirement of 1,040 units, and includes government first article testing. The retainers are critical components manufactured according to specific military standards, and contractors must be certified to access the necessary technical data. Interested parties should prepare for the solicitation, which will be available on or about December 4, 2025, and can contact Ryan Loeffelholz at ryan.loeffelholz@dla.mil or 804-279-1452 for further information.
    F-15/F-16 Constant Speed Drive Consumable Repair Parts
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of consumable repair parts for the F-15 and F-16 aircraft, specifically focusing on Constant Speed Drive components. This acquisition is part of a requirements corporate contract and is intended to support the ongoing maintenance and operational readiness of these military aircraft, with items being sole sourced to Collins Aerospace. Interested suppliers must submit their proposals by December 17, 2025, with delivery expected within 300 days after receipt of order, and should direct inquiries to John Whaley at john.whaley@dla.mil or by phone at 804-279-5213.
    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.
    F118 Front Frame Assembly
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the remanufacture of the F118 Front Frame Assembly, with a focus on restoring components to their original life expectancy. The procurement involves the remanufacture of various National Stock Numbers (NSNs) related to the F118 Front Frame, requiring contractors to provide labor, materials, and facilities for repair, testing, and logistics. This initiative is crucial for maintaining the operational readiness of Air Force aircraft, ensuring safety and performance standards are met. Interested parties must submit their business information and complete a Source Approval Request (SAR) package by December 24, 2025, and can contact Cynthia D Viney or Tara Parker for further details.
    Manufacture of Trailing Edge for the B-1 Aircraft.
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the manufacture of the Trailing Edge for the B-1 aircraft, under a total small business set-aside contract. This procurement involves a three-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract for specific airframe structural components, with a focus on compliance with stringent quality assurance standards and export control regulations. The contract will require the delivery of a total of 75 units over three years, with the first production delivery due by December 1, 2027, and proposals must be submitted by December 15, 2025, at 3:00 PM. Interested parties can reach out to Dana Craun at dana.craun@us.af.mil or by phone at 405-426-9405 for further information.