REMANUFACTURE F110 MOTIONAL TRANSDUCER
ID: FA812224R0023Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8122 AFSC PZAABTINKER AFB, OK, 73145-3303, USA

NAICS

Aircraft Engine and Engine Parts Manufacturing (336412)

PSC

COMBINATION AND MISCELLANEOUS INSTRUMENTS (6695)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of F110 Motional Transducers, with a focus on delivering 42 units of the specified technology. This procurement is critical for maintaining the operational reliability of aircraft systems, as the F110 LVDT (Motional Transducer) plays a vital role in engine performance monitoring. The contract is designated as a sole source opportunity to Ametek (Cage Code: 97424), emphasizing the importance of quality and compliance with stringent federal standards. Interested vendors should direct inquiries to Tara Parker, the Contracting Officer, at tara.parker.4@us.af.mil, and adhere to the submission guidelines outlined in the solicitation documents.

    Point(s) of Contact
    Tara Parker (Contracting Officer)
    tara.parker.4@us.af.mil
    Files
    Title
    Posted
    The CAVAF Reporting Requirements document outlines the responsibilities and guidelines for contractors engaged with the Commercial Asset Visibility Air Force (CAV AF) system concerning Government-owned assets at repair facilities. It mandates daily reporting of asset status, emphasizes the need for accuracy and timeliness in maintenance transactions, and establishes various training and access protocols for contractors. The contractors are required to complete initial training and cybersecurity awareness, along with submitting necessary forms, including the DD Form 2875 for system access. The document specifies protocols for handling various asset categories, including “Not-on-Contract” items and Nuclear Weapon Related Material (NWRM). It further delineates shipping and reporting actions, including the use of DD Form 1348-1A for shipments and proper procedures for reporting discrepancies in shipments. Contractors must maintain systematic reporting to avoid data inaccuracies that could trigger program reviews. Overall, the document serves as a crucial framework for ensuring accountability and compliance in asset management within the federal contractor environment.
    The document outlines the Contract Data Requirements List (CDRL) associated with Contract Number FD20302102621 for the F110 Transducer, Motional system. It details several data items required from the contractor, including Commercial Asset Visibility (CAV) Reporting, Contract Depot Maintenance Monthly Production Reports, and Government Property Inventory Reports. Each data item specifies the submission frequency, distribution requirements, and authorities governing the documentation. Key points include requirements for timely reporting of maintenance transactions and inventory status, with an emphasis on accurate data management and compliance with contract specifications. Specific distribution statements and destruction notices indicate that this document is critical and handles sensitive technical data, subject to export restrictions. The intent is to ensure the Department of Defense and relevant contractors maintain accountability over assets and implement proper procedures for tracking, reporting discrepancies, and preventing counterfeit issues. Overall, the document serves as a structured guide to enforce reporting compliance and oversight in government contracts related to defense acquisitions and maintainability.
    The Government Property (GP) Inventory Report outlines the requirements for contractors to provide an inventory listing of Government Furnished Property (GFP) and Contractor Acquired Property (CAP) in their possession under Department of Defense (DoD) contracts. This document serves as a standard guideline for contracts involving GP, detailing the required format and content for inventory reporting. The report mandates electronic submission in .xls or .xlsx format and specifies necessary data fields, including contract number, asset identification numbers, item descriptions, quantities, and condition codes. It replaces the previous version, DI-MGMT-80441C, and ensures accurate record-keeping of government property, thus facilitating better management and accountability of assets during contract execution. Compliance with these reporting requirements is essential for contractors working with the DoD, underscoring the importance of maintaining accurate inventory for effective property management.
    The document emphasizes the importance of verifying the current version of specific materials sourced from the Defense Logistics Agency (DLA) at the provided link, which is noted multiple times throughout. It points to a repetitive reminder that the downloaded materials, dated August 20, 2020, should be confirmed for accuracy before use, signaling a focus on the relevance and currency of the information within government RFPs, grants, and proposals at various levels. The implicit message is one of caution, ensuring that entities engaging with these documents use the most up-to-date versions to maintain compliance and effectiveness in their applications or submissions. This highlights the larger context in which prospective contractors or organizations must operate, underlining the significance of staying informed about revisions that could affect their endeavors in federal and local government engagements.
    The Commercial Asset Visibility (CAV) Reporting system, as outlined in the Data Item Description DI-MGMT-81838, is designed to provide a web-based, automated method for tracking government-owned reparable assets as they progress through the repair cycle at contractor facilities. Its primary function is to enable comprehensive inventory management while assets are held by commercial repair vendors. The system facilitates real-time transaction reporting via the World Wide Web, allowing contractors to update the CAV database immediately. The specification details the format and content requirements necessary for contractor submissions, which include various asset tracking transactions such as receipt, inductions, shipments, and reporting of discrepancies. Each transaction must adhere to the methodologies outlined in the Contract Statement of Work. Overall, this document serves as a guideline for contractors involved in the repair and tracking of government assets, ensuring precise and efficient management of reparables throughout their lifecycle.
    The document titled "Counterfeit Prevention Plan" (DI-MISC-81832) outlines the essential components required for contractors to develop a plan aimed at preventing and addressing counterfeit parts within their supply chains. This plan is vital for procurement activities, focusing on effective vendor qualifications, monitoring supply integrity, and ensuring compliance with original equipment manufacturers (OEM) while addressing exceptions systematically. Key elements included in the plan are procurement procedures, internal processes for managing non-OEM materials, monitoring supply chains through random sampling, and training programs for inspectors. The document also stipulates a detailed notification procedure for addressing suspect components and mandates extensive documentation to support investigations of counterfeit claims. This structured approach ensures that all levels of subcontractors adhere to equivalent requirements, highlighting a proactive stance in maintaining evidence and regulatory compliance. This initiative reflects broader government efforts to mitigate counterfeit risks in procurement to ensure national security and safety through stringent oversight and quality assurance.
    The Acquisition and Sustainment Data Package (ASDP) Teardown Deficiency Report (DI-PSSS-81534B) provides a structured approach for addressing deficiencies in government property maintenance and repair. Applicable when contractors maintain custodial records or when detailed analyses are necessary, this report supersedes a previous version and establishes the formatting and content requirements for documentation. The report must be in a text-searchable format, with any models used embedded in their native formats. It outlines various categories of failures to be analyzed, including workmanship issues, material failures, technical deficiencies, and improper handling. Each deficiency must be explored regarding its cause, corrective actions, and recommendations to prevent recurrence, ensuring that the findings can be integrated into Product Lifecycle Management (PLM) solutions. By providing a standard framework for analyzing and documenting deficiencies, this report aims to improve the quality and reliability of government-owned equipment, ensuring compliance with specifications while facilitating better maintenance practices. The overarching goal is to enhance the sustainment of assets and mitigate future risks associated with equipment failures.
    The Contract Depot Maintenance (CDM) Monthly Production Report provides essential data regarding maintenance production figures, asset status, accountability at contractor facilities, performance metrics, and unresolved issues. It is a key deliverable under depot-level maintenance contracts, aimed at enabling the government to monitor contractor performance. The report, prepared by the Production Management Specialist (PMS), includes specific data fields categorized into two sections: Part I and Part II. Part I encompasses the contractor’s basic information, item identification, contract details, and maintenance production data, such as quantities received, inducted into repair, awaiting parts, and shipped. Part II contains a production summary, required when discrepancies arise in production forecasts or anticipated problems are expected. The format mandates compliance with specific data requirements and timely submission within ten business days following the reporting month. This structured reporting is critical for ensuring efficient contract management, accountability, and transparency in federal maintenance operations. Overall, the CDM monthly report supports effective oversight of contractor performance related to government maintenance contracts.
    The document is a Standard Form 33 for solicitation FA8122-24-R-0023 issued by the Department of the Air Force, detailing a contract for the remanufacture of F110 Motional Transducers. It outlines the solicitation process, including submission guidelines, inspection and acceptance procedures, and various contract clauses. The main requirement is for the contractor to deliver 42 units of a specific transducer, adhering to specified quality standards and reporting requirements. The document includes detailed contract clauses and requirements aimed at ensuring compliance with federal guidelines, including standards for small businesses and environmental considerations. There are specified actions related to invoicing and payment processing using the Wide Area Workflow system. Overall, this solicitation underscores the Air Force's commitment to maintaining equipment reliability while providing clear guidelines for vendors interested in supplying necessary technology.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    FD2020-21-00183
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE, DEPT OF THE AIR FORCE is seeking a procurement for a Transducer, Motional (Part : 40-575). This item, classified under the industry of Combination and Miscellaneous Instruments, has the National Stock Number (NSN) 6695-01-009-8092LE. Transducers are typically used to convert one form of energy into another, in this case, converting motion into an electrical signal. The procurement is being conducted by the FA8221 AFNWC PZBB office.
    66--TRANSDUCER,MOTIONAL
    Active
    Dept Of Defense
    The Defense Logistics Agency, specifically DLA Aviation at Philadelphia, PA, is seeking quotes for the procurement of 11 units of the TRANSDUCER, MOTIONAL (NSN 6695013029724). This solicitation is part of a Request for Quotation (RFQ) process, and all responsible sources are encouraged to submit their quotes electronically, as hard copies will not be provided. The transducer is a critical component used in various defense applications, highlighting its importance in maintaining operational readiness. Interested vendors should direct any questions to the buyer via email at DibbsBSM@dla.mil, and quotes must be submitted within 169 days after the award date.
    66--TRANSDUCER,MOTIONAL
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of four units of the TRANSDUCER, MOTIONAL (NSN 6695017219517). This solicitation is a Total Small Business Set-Aside, aimed at acquiring instruments essential for measuring and controlling industrial process variables, which play a critical role in various defense applications. Interested vendors must submit their quotes electronically, as hard copies of the solicitation will not be available, and the deadline for delivery is set for 148 days after order approval. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.
    66--TRANSDUCER,MOTIONAL
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 90 units of the TRANSDUCER, MOTIONAL (NSN 6695016769900). This solicitation is part of a combined synopsis/solicitation process, aimed at acquiring essential measuring and controlling devices that play a critical role in various defense applications. Interested vendors are encouraged to submit their quotes electronically, with all submissions being considered if received in a timely manner. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil, and quotes must be delivered to DLA Dist San Joaquin within 127 days after the award date.
    66--TRANSDUCER,MOTIONAL
    Active
    Dept Of Defense
    The Defense Logistics Agency, specifically DLA Aviation at Philadelphia, PA, is seeking quotes for the procurement of 10 units of the TRANSDUCER, MOTIONAL (NSN 6695014684951). This solicitation is part of a combined synopsis/solicitation and aims to fulfill the need for precise measuring and controlling devices, which are critical for various defense applications. Interested vendors are required to submit their quotes electronically, as hard copies will not be provided, and all responsible sources may participate in this procurement process. For inquiries, potential bidders can contact the buyer via email at DibbsBSM@dla.mil, with delivery expected to DLA Distribution Red River within 171 days after order placement.
    66--TRANSDUCER,MOTIONAL
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of three units of the TRANSDUCER, MOTIONAL (NSN 6695016186654). This solicitation is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to fulfill the need for instruments used in measuring, displaying, and controlling industrial process variables. The selected vendor will be required to deliver the items to DLA Distribution within 171 days after order, with quotes to be submitted electronically as hard copies are not available. Interested parties should direct any inquiries to the buyer via email at DibbsBSM@dla.mil, and the solicitation details can be accessed through the DLA's DIBBS website.
    Remanufacture of B-1B Electro-Mechanical Actuator
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of B-1B Electro-Mechanical Actuators under Solicitation FA8118-24-R-0066. This procurement involves a five-year firm-fixed-price requirements contract, which includes a three-year base period and a two-year option, aimed at ensuring the availability of high-quality remanufactured parts critical for military aircraft operations. The selected contractor will be responsible for adhering to stringent quality assurance measures, packaging requirements, and reporting obligations, all while supporting the operational integrity of military systems. Interested vendors, particularly small businesses including Women-Owned and Service-Disabled Veteran-Owned entities, should contact Matthew Churchwell at matthew.churchwell.2@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further details and to ensure compliance with all submission guidelines.
    SPRTA1-24-R-0242 (NSN: 2915-00-616-5726)
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the procurement of 13 actuator electromec units, identified by NSN 2915-00-616-5726 and part number 179307. These components are critical for aircraft and missile fuel systems, underscoring their importance in maintaining operational readiness and safety in military aviation. Interested vendors should direct inquiries to Alson Dacalio at alson.dacalio@us.af.mil or call 405-739-8448 for further details regarding the solicitation process.
    TRANSDUCER ASSEMBLY
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of a transducer assembly. This contract requires compliance with various quality assurance provisions and standards, including MIL-STD-130 for markings and MIL-STD-2073 for packaging. The transducer assembly is critical for applications in search, detection, navigation, guidance, and aeronautical systems, underscoring its importance in defense operations. Interested vendors should direct inquiries to Patrick Horan at 215-697-0275 or via email at PATRICK.J.HORAN1@NAVY.MIL, with proposals evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria.
    J85 Engine T5-5 Amplifier
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and upgrade of the J85-5 Digital Temperature Control Amplifier (DTCA) used in T-38 aircraft. The procurement includes comprehensive services such as testing, reporting, and adherence to military standards, with a strong emphasis on quality management systems compliant with ISO standards. The DTCA is critical for maintaining the operational integrity of the aircraft, ensuring that all units are returned to a serviceable condition. Interested contractors should contact Robert Hudson at robert.hudson.22@us.af.mil or William Loftis at william.loftis@us.af.mil for further details, with the solicitation number FA8122-24-R-0020 indicating the formal nature of this opportunity.