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
  1. 1
    Posted Sep 5, 2024, 12:00 AM UTC
  2. 2
    Updated Sep 5, 2024, 12:00 AM UTC
  3. 3
    Due Sep 11, 2024, 7:00 PM UTC
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
Sep 5, 2024, 8:34 PM UTC
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.
Sep 5, 2024, 8:34 PM UTC
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.
Sep 5, 2024, 8:34 PM UTC
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.
Sep 5, 2024, 8:34 PM UTC
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.
Sep 5, 2024, 8:34 PM UTC
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.
Sep 5, 2024, 8:34 PM UTC
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.
Sep 5, 2024, 8:34 PM UTC
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.
Sep 5, 2024, 8:34 PM UTC
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.
Sep 5, 2024, 8:34 PM UTC
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
66--TRANSDUCER,MOTIONAL
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of nine units of the TRANSDUCER, MOTIONAL (NSN 6695016156250). This solicitation is a Combined Synopsis/Solicitation and is set aside for Historically Underutilized Business (HUBZone) concerns, emphasizing the importance of supporting small businesses in the defense sector. The transducer is critical for measuring, displaying, and controlling industrial process variables, which are essential functions in various defense applications. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all inquiries should be directed to the buyer via the email address provided. The deadline for delivery is set for 171 days after the award of the contract.
TRANSDUCER,MOTIONAL
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting offers for the procurement of motion transducers. The contract requires the delivery of specific quantities of these instruments, with a focus on compliance with quality standards such as ISO 9000 or equivalent, and adherence to various federal regulations including the Buy American Act. These transducers are critical for measuring and testing electrical signals, which play a vital role in defense operations and equipment functionality. Interested vendors must submit their proposals electronically to Sabrina Fiocca at SABRINA.FIOCCA@DLA.MIL, with offers due within the specified timeframe, and must ensure they are government-approved sources to be eligible for award consideration.
TRANSDUCER,MOTIONAL
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of a "TRANSDUCER, MOTIONAL" as part of a fixed-price contract. This procurement involves the manufacture and supply of specialized instruments used for measuring and testing electrical signals, which are critical for various defense applications. The selected contractor will be responsible for ensuring compliance with quality assurance standards and packaging requirements, with specific attention to item identification and inspection protocols. Interested vendors should direct inquiries to Quinton Crenshaw at 717-550-3838 or via email at QUINTON.CRENSHAW@DLA.MIL, and must be prepared to submit their quotes along with any required surplus certificates by the specified deadlines.
66--TRANSDUCER,MOTIONAL
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the procurement of a Motion Transducer. This contract requires the manufacturing and supply of the transducer, which must meet specific material and physical requirements, along with compliance to quality assurance standards. The transducer is crucial for various defense applications, emphasizing the importance of reliability and precision in military operations. Interested vendors should contact Kelsey Gring at 717-605-1089 or via email at KELSEY.GRING@NAVY.MIL for further details, and must ensure compliance with all outlined requirements, including supply chain traceability documentation, prior to submission of their bids.
FD2020-21-00183
Buyer not available
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, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking to procure 29 units of a specific transducer (NSN 7H-6695-014747859) for repair or modification purposes. The procurement is characterized by the government's determination that it is uneconomical to acquire the data or rights necessary for purchasing or contracting repair from additional sources, thus limiting the solicitation to a single source under FAR 6.302-1. This transducer is critical for various defense applications, and interested parties are encouraged to submit their capabilities or proposals within 45 days of this notice, with a shorter timeframe of 30 days applicable if an award is made under an existing Basic Ordering Agreement. For further inquiries, potential vendors can contact Nghia V. Truong at (717) 605-3680 or via email at Nghia.Truong@navy.mil.
TRANSDUCER,MOTIONAL
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting bids for the repair of a Transducer, Motional, under a firm-fixed-price contract. The procurement aims to ensure the operational and functional integrity of the transducer, which is critical for measuring and testing electrical signals, with a required repair turnaround time (RTAT) of 200 days. This solicitation emphasizes the importance of timely repairs to maintain equipment readiness and operational efficiency within defense operations. Interested contractors should submit their quotes, including unit price and RTAT, to Eric B. Miller at 717-605-6464 or via email at ERIC.B.MILLER4@NAVY.MIL, with the contract award anticipated to include options for increased quantities.
CONVERTER-TRANSDUCE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the acquisition of a duct-mounted electromechanical assembly known as the Converter-Transduce, identified by solicitation number SPRTA1-25-R-0197. The procurement aims to secure a total of 20 units, with a delivery requirement set for July 5, 2026, and a quantity range of 5 to 30 units. This assembly is critical for monitoring air pressure ratios in F-16 aircraft, underscoring its importance in military applications. Interested vendors should direct inquiries to Michael Hannan at Michael.Hannan.1@us.af.mil, with proposals due by April 14, 2025, and the anticipated award date approximately 90 days following the solicitation issuance.
UMTE - Transmitter
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting proposals for the procurement of six units of the AN/TPT-T1 transmitter, identified by National Stock Number (NSN) 5840-01-508-1032. Contractors are required to adhere to strict packaging, marking, and shipping standards as outlined in the Statement of Work (SOW), which emphasizes compliance with military and hazardous materials regulations. The goods are critical for military operations, necessitating high standards of quality and traceability to ensure operational readiness. Interested parties should direct inquiries to Travis Bodily at travis.bodily@us.af.mil, with proposals expected to meet specified timelines and quality standards as part of the procurement process.
Acuator, Mechanical
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of seven units of the F-100 Resolver Assembly, classified under NSN: 3040-01-478-8903NZ and PN: 4086388. This solicitation, identified as SPRTA125Q0275, emphasizes the critical nature of the item as a Critical Safety Item (CSI), requiring compliance with ISO 9001:2008 quality assurance standards and adherence to military packaging and transportation protocols. The successful vendor will play a vital role in supporting defense logistics and operational readiness, with a delivery deadline set for April 30, 2028, and a pricing response deadline of April 28, 2025. Interested parties can reach out to David Todd Isaac at david.isaac.4@us.af.mil or call 405-855-3000 for further information.