Repair of the E-3 Liquid Quantity Indicator
ID: FA8117-24-R-0025Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8117 AFSC PZABATINKER AFB, OK, 73145-3303, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES (J016)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the E-3 Liquid Quantity Indicator, a critical component used in aircraft operations. The procurement involves major and minor repairs, as well as additional unexpected repair work, with a performance period extending from July 2025 through June 2030, and options for contract extensions. This opportunity is vital for maintaining the operational readiness of the E-3 aircraft, ensuring that essential systems function accurately and reliably. Interested contractors should direct inquiries to Amanda Mathews or Kristen Carter via the provided email addresses, with proposals due in accordance with the solicitation timeline.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Contract Data Requirements List (CDRL) for a government contract (FD20302401677) related to the E-3 Indicator, Liquid Quantity system. It specifies several critical data items, including the Commercial Asset Visibility (CAV) Reporting, Government Property Inventory Report, Acquisition and Sustainment Data Package, Counterfeit Prevention Plan, Production Surge Plan, Bill of Materials for Logistics and Supply Chain Risk Management, Engineering Change Proposal, and Contract Depot Maintenance Monthly Production Report. Each item includes details such as title, authority, frequency of submission, due dates, distribution statements, and contact information for coordination. The document emphasizes submission formats, timelines, and report frequency, primarily focused on ensuring accurate inventory management, government property oversight, and compliance with federal regulations. Key points include the requirement for electronic submissions, specific distribution limits, export control warnings, and necessary destruction notices for sensitive information. Overall, the CDRL serves as a comprehensive guide for contractors to facilitate compliance with government standards and effective communication within the contracting framework.
    The document outlines multiple Data Item Descriptions (DIDs) related to government property management, specifically focusing on tracking, reporting, and managing assets throughout the repair cycle and inventory systems. Key components include the Commercial Asset Visibility (CAV) application for managing reparable assets at contractor facilities, and various reporting structures for Government Property (GP) Inventory, including contractor and government-furnished properties. The reports will incorporate specific data fields and formats, such as electronic compatibility and detailed tracking of asset transactions. Among the DIDs is the Acquisition and Sustainment Data Package (ASDP) Teardown Deficiency Report, aimed at analyzing deficiencies in equipment repairs, and the Counterfeit Prevention Plan, which evaluates contractor measures against counterfeit parts. The Contract Depot Maintenance (CDM) Monthly Production Report is another highlight, intended for monitoring contractor performance and providing insights on production status, asset accountability, and maintenance issues. The outlined requirements establish a structured approach to asset management, ensuring compliance with Department of Defense regulations and facilitating efficient tracking and reporting of government assets within the lifecycle of contracts. The overall purpose is to maintain accountability and transparency in government contracts and asset management.
    The document is a Request for Proposal (RFP) from the Department of the Air Force, focusing on the repair of liquid quantity indicators over multiple contract years. The solicitation, numbered FA8117-24-R-0025, invites qualified contractors to submit offers for major and minor repairs of the indicators, as well as over-and-above work for unexpected repairs. The period of performance spans from July 2025 through June 2030, with options for extensions. Key components of the RFP include detailed requirements for item delivery, including the submission of specific reports and data formats outlined in compliance with government guidelines. The request emphasizes the necessity for quality inspections both at origin and destination, ensuring reliable contractor performance and adherence to contractual obligations. The RFP is open to all businesses, highlighting a focus on small business inclusion through various designations such as Women-Owned and Veteran-Owned Small Businesses. Contractors must meet specific qualifications, and pricing is detailed but requires negotiation for certain segments, such as over-and-above work. The emphasis on compliance with FAR regulations and a structured approach to project specifications indicates the government’s commitment to regulatory adherence and quality control during the contracting process.
    The document pertains to a government procurement file regarding a requisition for non-serialized items, specifically focusing on the E-3 Liquid Quantity Indicator. The attachment, saved as GFP, identifies a contract awarded on August 29, 2024, with the item having a National Stock Number (NSN) of 668001018399 and a CAGE code of 89305. The quantity requested is 20 units, categorized under “Each,” with acquisition costs marked for use as-is. The document outlines essential identifiers, such as the pre-stage identifier (1010278) but lacks detailed delivery terms and notes. This file is part of the federal government's broader efforts to fulfill specific procurement needs through Requests for Proposals (RFPs) associated with federal grants and state/local projects. The overall purpose is to ensure timely acquisition of items necessary for government operations while adhering to procurement procedures.
    The document outlines the requirements for Item Unique Identification (IUID) marking under DFARS 252.211.7003 for a specific item with NSN 6680010183998RK, categorized as an "Indicator, Liquid Quantity." Marking guidance indicates compliance with the latest MIL-STD-130 standards, with details provided by contractor-determined location and method. Contact information is given for the initiator, Mark E. Elden, alongside an organization code. The section on embedded items notes that the item is part of a larger system related to the same NSN, though marking details for this category are not delineated. This document serves to ensure proper identification and traceability of federal property and is relevant for contractors engaged in federal contracts, reflecting the necessary compliance with military identification marking protocols.
    The document outlines the packaging requirements under purchase instrument number FD20302401677-00, specifying compliance with military and international standards for wood packaging materials (WPM). It emphasizes the need for materials to be sourced from debarked wood, heat-treated to specific temperatures to prevent the spread of invasive species, particularly the pinewood nematode. The requirements include certification by an accredited agency and adherence to the International Standards for Phytosanitary Measures No. 15. Additional instructions specify that packaging must comply with military standards (MIL-STD-2073-1 for packaging and MIL-STD-129 for marking). Furthermore, shipping containers require specific markings, which may include serial numbers and manufacturer details. The document is finalized by a packaging specialist with contact details and dates for clarity. Overall, it underscores the importance of stringent packaging protocols in managed shipments to ensure both regulatory compliance and ecological safety.
    The Performance Work Statement (PWS) prepared by the Department of the Air Force outlines the requirements for the repair of Liquid Quantity Indicators at Tinker Air Force Base. It details the contractor's responsibilities, including possessing the necessary technical data, tools, and repair capabilities to ensure quality service delivery. Key elements include pre-award survey requirements, quality assurance protocols (aligned with ISO 9001:2015), and specific work processes such as disassembly, inspection, and reassembly of end-items. Contractors must report on equipment obsolescence and manage defects through detailed documentation. The PWS also emphasizes the contractor's role in adhering to strict safety, environmental, and quality standards, including requirements related to counterfeit prevention and the handling of precious metals. The delivery schedule is critical, with a focus on timely and serviceable asset delivery. Additionally, the document specifies the evaluation of contractor performance against set objectives to ensure accountability and continuous improvement. This PWS serves as a comprehensive guideline for federal contracts in the context of repair operations, aligning with government procurement processes.
    The document provides detailed transportation data for a federal procurement solicitation, initiated on May 14, 2024. It outlines shipping terms and regulations, specifically specifying the F.O.B. (Free On Board) terms as F.O.B. Destination, which is deemed suitable for this acquisition. The document highlights necessary transportation provisions, including FAR citations relevant to marking shipments and freight classification. It emphasizes the importance of contacting the Defense Contract Management Agency (DCMA) Transportation for shipping instructions before moving any freight, with instructions provided for requesting access to the DCMA Shipment Instruction Request eTool. The procurement includes multiple line items, with specific National Stock Numbers (NSNs) and designated shipping addresses, demonstrating that the items are to be sent to a particular DoDAAC location. The document concludes with contact information for Glenn A. Carter from the 406 SCMS, emphasizing communication and procedural compliance. Overall, this government file serves as a procurement guide for transportation instructions and compliance within federal contracting, ensuring that all parties understand their responsibilities in accordance with transportation regulations and contract terms.
    This document is the Wage Determination No. 2015-4137 from the U.S. Department of Labor, outlining the minimum wage rates and fringe benefits applicable to contracts under the Service Contract Act as of July 22, 2024. It specifies the minimum hourly wage requirements based on various Executive Orders: $17.20 for contracts awarded after January 30, 2022, and $12.90 for contracts awarded between January 1, 2015, and January 29, 2022, unless a higher wage is specified. The determination covers specific cities in various Vermont counties, detailing wage rates for numerous occupations, including administrative, automotive, food service, health, and technical roles, among others. Additionally, it includes essential benefits such as health and welfare contributions, paid sick leave under Executive Order 13706, and vacation entitlements, among others. Compliance with regulations related to job classifications and wage rates is also emphasized, detailing a process for contractors to request classification for unlisted jobs. This document serves as a vital reference for federal contractors, ensuring adherence to labor laws while helping to protect workers' rights in service contracts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Repair of C-130 Fuel Quantity Indicators
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force, is seeking contractors capable of repairing C-130 fuel quantity indicators, with a focus on comprehensive logistics and supply chain management. The procurement involves the repair, testing, preservation, and packaging of various part numbers, with estimated requirements totaling 22 units for each of the four options across multiple part numbers, including NSNs 6680-01-350-8048 and 6680-01-350-8049. This initiative is critical for maintaining operational readiness and safety of the C-130 aircraft fleet. Interested parties are encouraged to submit their qualifications and capabilities to the primary contact at 422.SCMS.AFMC.RFI@us.af.mil or the secondary contact, Amanda Mathews, at amanda.mathews.2@us.af.mil, as part of the Sources Sought notice, which is currently open for responses.
    Repair of the F-15 Enhanced Engine Monitor Display (EEMD)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure repair services for the F-15 Enhanced Engine Monitor Display (EEMD) through a sole-source contract with Parker-Hannifin Corporation. The contract will be structured as a Firm Fixed Price Requirements contract, consisting of a Basic Ordering Period of 12 months and four additional 12-month Ordering Periods, with a total estimated quantity of 240 units over the contract duration. The EEMD is critical for the operational readiness of the F-15 aircraft, and the government requires delivery within 30 calendar days after receipt of funded delivery orders. Interested parties may contact Contract Specialist Lauren Mitchell at lauren.mitchell.6@us.af.mil for further inquiries, with the solicitation expected to be issued on October 2, 2024, and responses due by November 1, 2024.
    Repair: Circuit Card Assembly
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Circuit Card Assemblies, a critical component for aircraft operations. The procurement aims to engage contractors capable of providing the necessary materials and labor to perform repairs while adhering to stringent government standards and quality assurance protocols. These assemblies are vital for various aircraft functionalities, underscoring their importance in maintaining operational readiness within the defense sector. Interested contractors should reach out to Cory Wilson at cory.wilson.1@us.af.mil or Tanner Mullins at tanner.mullins.1@us.af.mil for further details, with the contract expected to span multiple option years, commencing from April 27, 2025.
    APY-1/2 (Radar on E-3 AWACS)
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is soliciting proposals for the repair of the AN/APY-1/2 Waveguide Switch avionics component, critical for the E-3 Airborne Warning and Control System. The contractor will be responsible for depot repair services, ensuring compliance with quality standards and managing Product Quality Deficiency Reports (PQDR) while maintaining strict turnaround times of 10 days for Mission Incapable (MICAP) and 8 days for Surge repairs. This procurement is vital for sustaining the operational availability and reliability of essential defense systems. Interested vendors should contact Michael D. Turk at michael.turk.6@us.af.mil or 478-320-0766 for further details, with proposals due in accordance with the outlined timelines in the Request for Quotation (RFQ) FA8539-24-Q-0004.
    Repair of Display Unit, Flight
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Flight Display Units under Solicitation Number FA8117-24-R-0014. The contractor will be responsible for disassembling, analyzing, troubleshooting, repairing, and testing the display units, ensuring they meet all operational specifications and are returned in a serviceable condition. This procurement is critical for maintaining the functionality of military aircraft systems, as the display units play a vital role in flight operations. Interested contractors should contact Cory Wilson at cory.wilson.1@us.af.mil or Tanner Mullins at tanner.mullins.1@us.af.mil for further details, with proposals due by May 31, 2024, following the recent amendment to the solicitation.
    Repair of the A-10 RDTU/UDTU
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the A-10 Redesigned Data Transfer Unit (RDTU) and associated components. The procurement includes a comprehensive scope of work that requires contractors to develop production surge plans, counterfeit prevention strategies, and various reporting requirements related to government property and maintenance activities. These units are critical for ensuring the operational efficiency of military aircraft systems, emphasizing the importance of compliance with stringent military standards and cybersecurity measures. Interested vendors must submit their proposals by October 16, 2024, and can direct inquiries to primary contact Darin Rector at daren.rector@us.af.mil or secondary contact Hunter Doney at hunter.doney@us.af.mil.
    Repair of Vertical Situational Display Unit (VSDU) & Fully Integrated Data Link (FIDL)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Vertical Situational Display Units (VSDU) and Fully Integrated Data Links (FIDL) as part of contract FA8117-24-R-0003. The procurement aims to ensure the operational readiness of critical military aviation systems by requiring contractors to deliver quality serviceable products while adhering to stringent quality assurance protocols, cybersecurity measures, and supply chain risk management practices. This solicitation is vital for maintaining the functionality of B-1 aircraft components, with a focus on timely delivery and compliance with established standards. Interested vendors must submit their proposals by the extended deadline of July 1, 2024, and can contact Michael Shand at michael.shand@us.af.mil or David Herrig at david.herrig.1@us.af.mil for further information.
    C-5 Tension Regulator, Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of C-5 Tension Regulators under solicitation FA8538-24-Q-0005. This procurement involves a firm fixed-price requirements contract with a one-year basic ordering period and four additional one-year ordering periods, aimed at ensuring the operational readiness of critical aircraft components. The tension regulators are essential for maintaining consistent cable tension in flight control systems, underscoring their importance to aviation safety and mission capability. Interested parties must submit their proposals by September 23, 2024, at 4:00 PM EST, and are encouraged to contact Jacob Kline or Phillip Russell via email for any inquiries regarding the solicitation.
    C-135 REGULATOR, FREQUENCY
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the repair of the C-135 Regulator, Frequency, part number 745114, through a presolicitation notice. The procurement involves an estimated annual repair of six units over a five-year period, along with additional repair categories such as "No Fault Found" and "Over and Above" repairs, essential for providing a stable frequency reference signal for the C-135 aircraft. This specialized component is critical for the aircraft's operational capabilities, and the eligible contractor for this procurement is Hamilton Sundstrand Corporation. Interested parties should note that the solicitation will be issued electronically on beta.sam.gov, with proposals due by October 1, 2024, and are encouraged to register in the System for Award Management for potential subcontracting opportunities.
    N00383-24-Q-510N
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting quotations for the repair and modification of government-owned materials, specifically focusing on the restoration of a "Ground Refuel Panel." The procurement requires contractors to manage the receipt, inspection, and repair of these items, ensuring compliance with military specifications and strict adherence to guidelines regarding inspection provisions, handling of government property, and documentation requirements. This initiative is crucial for maintaining operational readiness and efficiency of military assets, emphasizing quality assurance and configuration management throughout the repair process. Interested parties can contact Amanda M. Sweeney at (215) 697-2198 or via email at AMANDA.SWEENEY@NAVY.MIL for further details.