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
    TRANSDUCER,MOTIONAL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the procurement of motion transducers. These instruments are critical for measuring and testing electrical signals, falling under the NAICS code 334515, which pertains to Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals. The motion transducers will play a vital role in various defense applications, ensuring accurate data collection and operational efficiency. Interested vendors can reach out to Matthew Reheil at 215-737-3832 or via email at MATTHEW.REHEIL@DLA.MIL for further details regarding the solicitation process.
    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 transducers for motion measurement. This opportunity focuses on acquiring specialized instruments that are essential for measuring and testing electrical signals, which play a critical role in various defense applications. The selected contractor will be responsible for providing these instruments, classified under the NAICS code 334515 and PSC code 6695, ensuring they meet the stringent requirements of military standards. Interested parties can reach out to Catherine H. Tran via email at UYENCATHERINE.H.TRAN.CIV@US.NAVY.MIL for further details regarding the solicitation process.
    66--TRANSDUCER,MOTIONAL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of motion transducers, classified under the NAICS code 334519 for Other Measuring and Controlling Device Manufacturing. This solicitation is a Total Small Business Set-Aside, aimed at acquiring instruments and laboratory equipment essential for various defense applications. Interested vendors are encouraged to reach out to the buyer via the provided email address, DibbsBSM@dla.mil, for any inquiries regarding the solicitation, which can be accessed through the DLA's online platform. Specific deadlines and funding amounts have not been disclosed in the overview.
    STATOR TUBE,TORQUE,
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the procurement of torque stator tubes specifically designed for the C130 aircraft. This Request for Quotation (RFQ), SPRHA1-25-Q-0549, emphasizes the importance of timely delivery in accordance with the government's Required Delivery Schedule (RDS) and mandates compliance with stringent quality assurance standards, including AS9100, as well as robust supply chain traceability documentation. The procurement is critical for maintaining operational readiness of military aircraft, and interested vendors must adhere to military packaging and marking protocols, with submissions due electronically via the Wide Area WorkFlow (WAWF) system. For further inquiries, Richard Dunlap can be contacted at richard.dunlap.2@us.af.mil or by phone at 385-519-8306.
    66--TRANSDUCER,MOTIONAL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of transducers, specifically motion sensors, under a Combined Synopsis/Solicitation notice. This opportunity is set aside for small businesses, as indicated by the Total Small Business Set-Aside designation (FAR 19.5), and falls under the NAICS code 334519, which pertains to Other Measuring and Controlling Device Manufacturing. The transducers are critical components used in various defense applications, ensuring accurate measurement and control in instrumentation and laboratory equipment. Interested vendors should direct any inquiries to the buyer listed in the solicitation document, accessible via the DLA's DIBBS website, and are encouraged to submit their proposals promptly.
    CYLINDER ASSEMBLY,A
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting proposals for the acquisition of a Cylinder Assembly Actuator, specifically designed for use in F-16 aircraft landing gear operations. This procurement is critical for maintaining the operational readiness and safety of military aircraft, as the actuator plays a vital role in the landing gear mechanism. Interested contractors must adhere to stringent engineering and packaging standards, including compliance with military specifications and quality assurance protocols, with a submission deadline for quotes set for March 11, 2025. For further inquiries, potential bidders can contact Michelle L. Parker at 385-519-8190 or via email at michelle.parker.2@us.af.mil.
    F108 Compressor Inlet Temperature (CIT) Sensor Repair
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is seeking potential vendors for the repair and overhaul of the F108 Compressor Inlet Temperature (CIT) Sensor, with an estimated requirement of 750 units annually. This initiative aims to identify qualified sources capable of managing all aspects of supply chain logistics and providing necessary technical data, while promoting participation from small and disadvantaged businesses, as well as veteran-owned enterprises. The repair of these sensors is critical for maintaining the operational readiness of military aircraft, ensuring safety and performance standards are met. Interested vendors should contact Carrie Brown at carrie.brown.8@us.af.mil or Brock May at brock.may@us.af.mil for further inquiries, noting that this is a Sources Sought notice and not a solicitation for proposals at this stage.
    Miniature Threaded Pressure Transducers
    Buyer not available
    The Department of Defense, specifically the Air Force Test Center at Arnold Air Force Base, is seeking potential vendors to supply Kulite miniature threaded pressure transducers, as outlined in a Sources Sought Notice. The procurement aims to identify both small and large businesses capable of providing these specialized instruments, which are critical for measuring and controlling industrial process variables in various research and testing applications. The transducers are designed for high-frequency performance and can operate in multiple modes, making them essential for precise measurements in demanding environments. Interested vendors are encouraged to submit their company information, including their System for Award Management (SAM) number, to the primary contact, Brogan Fullmer, at brogan.fullmer@us.af.mil, by the specified deadline. This notice serves solely for market research purposes and does not guarantee a contract award.
    Module Kit, Resolver (3D)
    Buyer not available
    The Defense Logistics Agency (DLA) Aviation is seeking proposals for the acquisition of a Module Kit, Resolver, under the purchase request FD2030-24-01628, specifically from Honeywell International, Inc. This procurement involves a maximum quantity of two units classified as a Foreign Military Sales (FMS) requirement, necessitating adherence to stringent quality assurance standards, including ISO 9001:2000, and compliance with military packaging specifications. Proposals must be submitted by 2:00 PM on March 17, 2025, with delivery required by December 21, 2025; interested parties should contact Rhonda Ehrhardt at rhonda.ehrhardt@us.af.mil or call 405-414-4876 for further details.
    Servocyclinder
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is preparing to issue a Request for Proposal (RFP) for the procurement of servocylinders specifically for the F110 system. The RFP is expected to be released on February 14, 2025, with a closing date of March 17, 2025, and it will require the delivery of four units by February 16, 2027, to the designated destination DGRQ00. This procurement is vital for maintaining operational readiness in military applications utilizing the F110 system, and while there are qualification requirements, it is not classified as a critical safety item. Interested parties can reach out to David Todd Isaac at david.isaac.4@us.af.mil or call 405-855-3000 for further information.