Advance Control Tester (ACT) II Repair
ID: FA853224R0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8532 AFLCMC WNKAAROBINS AFB, GA, 31098-1670, USA

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT (J049)
Timeline
    Description

    The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking proposals for a five-year contract to repair the Advanced Control Tester II (ACT), a critical device used for testing the Digital Electronic Engine Control (DEEC) of Pratt and Whitney F100 engines utilized in the F-15 and F-16 aircraft. The procurement involves teardown, evaluation, and uniquely negotiated repairs, with the understanding that the USAF lacks the technical data for repairs but can obtain necessary licensing from Collins Aerospace. This acquisition is vital for maintaining the operational readiness of the aircraft systems, and interested vendors must submit their proposals by February 24, 2025, ensuring compliance with the Buy American Act and other relevant regulations. For further inquiries, vendors can contact Alison Amerson at alison.amerson@us.af.mil or Jeanette Jordan at jeanette.jordan.2@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document primarily addresses federal and state initiatives related to funding opportunities, specifically Request for Proposals (RFPs) and grants. It outlines a framework for solicitation requests from federal and local government entities, emphasizing compliance with various regulations and guidelines. Key themes include the importance of funding availability for public projects, the required qualifications of applicants, and the evaluation criteria for proposal submissions. Additionally, the document provides guidance on how to navigate the application process, including timelines and documentation requirements. It underscores the necessity of addressing community needs and promoting economic development through awarded grants. Overall, the file serves as a comprehensive resource for potential applicants looking to engage with government funding processes, encouraging participation and clarity in fulfilling governmental objectives. It reinforces the commitment to transparency and accessibility in the distribution of grants and funding opportunities.
    The document appears to represent corrupted or unreadable data, preventing identification of a clear topic or coherent content. Consequently, no discernible purpose, key ideas, or structure can be extracted from this file. Given the context of government RFPs, federal grants, and state/local RFPs, a typical document would likely outline funding opportunities, project specifications, proposal requirements, and evaluation criteria. However, this specific file does not convey such information due to its illegible state. It is essential to access a correct and intact version of the document to perform a meaningful analysis and summarize its contents.
    The government document outlines a collection of requests for proposals (RFPs) and grant opportunities available at federal, state, and local levels. It emphasizes the importance of these RFPs in securing funding for various projects that enhance public services, infrastructure, and community development. The document serves as a guide for potential applicants, detailing the objectives, eligibility criteria, and application processes associated with the RFPs and grants. Key aspects include the specific sectors targeted for improvement, such as education, public safety, and environmental conservation. By addressing community needs and promoting innovative solutions, the initiatives outlined aim to foster economic growth and improve quality of life for constituents. Overall, this document highlights the essential role of government-funded projects in addressing pressing social issues and encouraging stakeholder participation in the proposal submissions for maximal benefit to the community.
    The document appears to be a corrupted or mixed content file, lacking coherent text related to government RFPs or grants. It seems to contain extraneous characters and segments, making it difficult to identify a main topic or purpose. Without clear content, one cannot extract relevant key ideas or supporting details. Typically, a well-structured government RFP or grant document would include specifics on project objectives, eligibility criteria, application procedures, and funding availability. However, this file does not provide such information or comply with standard formats. In summary, the given file fails to present pertinent details regarding federal or state/local requests for proposals or grants, rendering it ineffective for analysis. A proper document concerning these topics would hinge on clarity, organization, and the inclusion of actionable insights regarding funding opportunities and project expectations.
    The document appears to be a corrupted or encrypted file, which leads to the inability to extract meaningful content pertaining to government RFPs, federal grants, or state and local proposals. Without coherent text, no main topic or supporting details can be identified. The intended purpose, typically to solicit bids or provide grant opportunities, cannot be discerned from the content provided. Thus, any analysis or summary based on the current state of the file is impossible. A further review or unaltered version of the document is necessary to fulfill the request accurately.
    The document pertains to federal and state grant applications and Requests for Proposals (RFPs) relevant to various governmental projects. It outlines the criteria, guidelines, and processes involved in securing funding and project proposals aimed at addressing specific community needs. The emphasis is on compliance with both federal regulations and local requirements, ensuring that applicants meet various standards for safety, effectiveness, and community benefit. Key points include the importance of detailing project objectives, budgets, timelines, and expected outcomes to enhance eligibility for funding. It also highlights the necessity for thorough documentation and adherence to deadlines, as well as considerations for addressing social and environmental impacts. The structure of the document suggests a systematic approach to proposal submission, evaluation, and reporting, indicating that successful applicants will not only fulfill project goals but also contribute to long-term enhancement of community infrastructure. Overall, this document serves as a comprehensive guide for potential applicants, aiming to facilitate effective participation in government-sponsored programs designed to promote public welfare through various funded initiatives.
    The file appears to be heavily corrupted or encoded, presenting a range of nonsensical characters and fragmented data that obscures its actual contents. As a result, the analysis is limited, and no discernible main topic or clear information can be extracted regarding federal RFPs, federal grants, or state and local RFPs. The document lacks a coherent structure, and the data in its current form does not provide any context or valuable insights. This situation may necessitate recovery procedures to access any potentially meaningful content within the original document. The intent behind this government file remains unclear, as the corrupted nature of its content hinders reliable analysis or summary. Further examination or a different version of the file may be needed to fulfill the analytical requirements appropriately.
    The document appears to contain encrypted or corrupted data, making it impossible to extract coherent information or determine its main topic, key ideas, and structure. Due to the presence of unreadable characters and fragmented segments, there is no clear summary that can be provided based on the current content. This impedes any analysis regarding the context of government RFPs, federal grants, or local initiatives typically associated with such documents. Effective processing and analysis cannot occur until access to a valid, uncorrupted version of the file is achieved.
    The document is a solicitation for a government contract (FA8532-24-R-0001) issued by the Air Force Life Cycle Management Center for commercial products and services. It specifies a due date for offers on February 24, 2025, and outlines the structure of the proposal, detailing required qualifications such as previous experience with similar systems and licensing agreements with Collins Aerospace for technical data. The evaluation criteria include past performance, technical capability, and pricing. The proposal must include a teardown/evaluation price and hourly repair rates for future quotes. A variety of clauses and regulations relevant to military contracting are referenced, including provisions for small business participation and regulations concerning cybersecurity and procurement restrictions related to specific countries. The document emphasizes compliance with government standards and identification of the offeror’s capability to manage technical risks effectively, ultimately aiming to ensure quality and reliability in service delivery for the Air Force.
    The document outlines a solicitation for government-furnished property related to a custodial procurement process, specifically regarding the purchase of Advance Control Tester II units under a Department of Defense (DoD) contract. It is titled “Consolidated GFP Attachment Version 2.0,” and indicates that Jeanette Jordan is the government contracting officer responsible for the solicitation. The contract number is detailed in the format required by the Federal Acquisition Regulation (FAR), and it specifies that the requisitioned property is both non-serially and serially managed. The quantity of testers requested is four, categorized under specific identifiers such as line number, item description, and manufacturer codes. Additionally, the document emphasizes compliance with procurement standards by mandating certain item details for requisition submissions. The attachment is dated March 6, 2024, signifying its relevancy within the timeline of federal contracts and proposals. Overall, it serves as a formal request for vendors to supply specific equipment for government use, ensuring adherence to required specifications and procurement procedures.
    The document appears to contain various sections related to federal and state procurement and grant opportunities, detailing application guidelines, program requirements, and funding objectives. It emphasizes the importance of aligning proposals with the government's strategic goals, providing clear instructions on eligibility, compliance, and the evaluation criteria for submissions. Key topics include the necessity for applicants to demonstrate how their proposals address community needs, innovate solutions, and leverage partnerships. Supporting details highlight timelines for application submissions, budgetary requirements, and stipulations regarding the use of funds once awarded. The document outlines the review process, ensuring fairness and transparency in assessing proposals. Overall, the document functions as a comprehensive guide for potential applicants, aiming to facilitate the submission of competitive proposals that meet federal and state priorities. By clarifying expectations and procedures, it seeks to encourage effective utilization of resources, enhance service delivery, and foster community engagement through targeted funding initiatives.
    The document outlines various aspects related to government Requests for Proposals (RFPs), federal grants, and state and local RFPs. It emphasizes the importance of compliance with federal regulations and guidelines in submitting proposals for funding and support. Key topics include the application processes, eligibility criteria, and necessary documentation required for successful proposals. The structure presents a coherent flow of information, discussing prerequisites such as project objectives, budgeting constraints, and timelines that applicants must adhere to. Furthermore, the document underscores the need for transparency and accountability in financial dealings while managing grants. It also touches on the significance of community engagement and the alignment of projects with governmental priorities. Overall, the purpose of the document is to facilitate understanding and streamline the submission of proposals for potential funding, ensuring adherence to relevant regulations and strategic objectives within the framework of government initiatives.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    REPAIR SERVICES JTE PROGRAM
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Repair Services JTE Program, focusing on the teardown, testing, and evaluation of motor controllers. Contractors are required to meet stringent military standards for inspection, testing, and potential repair of the specified equipment, ensuring compliance with quality assurance protocols and timely deliverables. This procurement is critical for maintaining the operational efficiency and reliability of defense equipment, with a bid submission deadline set for March 12, 2025. Interested parties can contact John Prather at john.prather.3@us.af.mil or by phone at 801-586-3463 for further details.
    F-16 C-D Dual Mode Transmitter Protection and Control Assembly 5998-01-265-1040 762R370G01
    Buyer not available
    Sources Sought DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking a company to repair the F-16 C-D Dual Mode Transmitter Protection and Control Assembly (NSN: 5998-01-265-1040, P/N: 762R370G01). This assembly is used for the application of the F-16 C/D Dual Mode Transmitter. The repair is categorized as Expendability, Recoverability, Reparability (ERRC) Code T. Interested companies must go through a source approval process. The qualification document and additional repair data can be obtained by contacting AFLCMC/EZGTP SO-E (Public Sales Office). The approximate issue date for this notice is July 10, 2023. The place of performance for this procurement is Tinker AFB, OK, USA. For more information, contact Tracey Beringer at tracey.beringer@us.af.mil or 8017772211.
    F-16 FIXTURE ASSEMBLY TEST
    Buyer not available
    The Defense Logistics Agency, under the Department of Defense, is soliciting proposals for the F-16 Fixture Assembly Test, specifically for the manufacturing of five units of NSN: 4920015375649WF. This procurement is aimed at acquiring precision turned products essential for the maintenance and repair of F-16 aircraft, highlighting the importance of quality assurance and compliance with military standards in the defense sector. Contractors are required to adhere to strict delivery schedules, packaging, and marking protocols, with proposals due by February 24, 2025, following an amendment to the original solicitation. Interested parties should contact Kody Quayle at kody.quayle@us.af.mil for further details and to ensure their proposals are considered.
    2840, Remanufacture F100-220 Combustion Chamber
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of the F100-220 combustion chamber under solicitation FA8121-25-R-0002. This procurement aims to restore critical military aviation components to a serviceable condition, ensuring operational readiness and compliance with stringent quality assurance standards, including ISO 9001-2015. The contract will span five years with five one-year ordering periods, allowing for a maximum of 1,025 units to be procured, and requires adherence to specific shipping and documentation protocols. Interested contractors must submit their proposals by February 20, 2025, at 3:00 PM Central Time, and can direct inquiries to Ronald A(Tony) Redus at ronald.redus@us.af.mil or Jacob Stephens at jacob.stephens.5@us.af.mil.
    Amendment 0002 - Control Unit, Supervisor, NSN: 2995015195438NZ (new manufacture)
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the procurement of Control Units, Supervisor for the F100-PW-220 engine, as part of a Foreign Military Sales (FMS) initiative. This opportunity involves a one-time purchase of 22 units, with a focus on compliance with stringent quality assurance standards and the requirement for sources to be qualified prior to contract award. The solicitation has been extended, with proposals now due by February 26, 2025, at 12:00 PM CST, and interested parties are encouraged to submit their proposals via email to the designated contacts, Daren Harmon and Ms. Kawika Tse Ah Lo. For further inquiries regarding the Source Approval Request process, potential bidders can reach out to the AFSC Small Business Office.
    Flight Data Recorder
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of KC-135 Flight Data Recorders under solicitation number FA8117-25-R-0007. Contractors are required to demonstrate their capabilities in providing high-quality repair services that comply with ISO 9001:2015 standards, including adherence to stringent counterfeit prevention measures and effective supply chain risk management. The Flight Data Recorders are critical components for military operations, ensuring the reliability and safety of aircraft systems. Proposals are due by March 13, 2025, and interested parties can contact Tanner Mullins at tanner.mullins.1@us.af.mil or Sheila M. Thee at sheila.thee@us.af.mil for further information.
    Repair of NSNs 4140015986406 and 4140015696113 for JTE Program
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of two National Stock Numbers (NSNs): 4140015986406 and 4140015696113, as part of the JTE Program. The procurement involves the evaluation and repair of cooling fans, with detailed requirements outlined in the Request for Quotation (RFQ) FA8250-25-Q-0257, which includes multiple contract line items and mandates adherence to quality assurance standards and federal regulations. These components are critical for maintaining operational efficiency within military applications, ensuring that essential equipment remains serviceable and compliant with established specifications. Interested contractors must submit their proposals by March 21, 2025, and can direct inquiries to Logan Drake or John Prather via the provided email addresses.
    Remanufacture of Electro-Mechanical Actuator NSN: 1680-01-289-2958RK PN: Y56A
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of B-1B Electro-Mechanical Actuators, identified by NSN 1680-01-289-2958RK and part number Y56A. This procurement involves a five-year firm-fixed price Requirements type contract, which includes a three-year basic ordering period and a two-year option, aimed at restoring the actuators to like-new condition while adhering to stringent quality standards and regulatory requirements. The actuators are critical components for aircraft rudder positioning, enhancing aviation safety and operational effectiveness. Interested small businesses are encouraged to submit proposals, with the contract award anticipated on May 7, 2024. For further inquiries, Matthew Churchwell can be contacted at matthew.churchwell.2@us.af.mil or by phone at 405-582-4184.
    Repair of B-1B Rate of Flow Transmitter
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of the B-1B Rate of Flow Transmitter under solicitation number FA8117-25-R-0005. The procurement aims to secure comprehensive repair services, including inspections and data reporting, to ensure the operational readiness of this critical aircraft component, with a focus on quality control and compliance with military standards. This opportunity is open to various business types, including small and veteran-owned entities, and requires submissions by March 10, 2025. Interested contractors can reach out to primary contact Relijah Sherman at relijah.sherman@us.af.mil or secondary contact David Herrig at david.herrig.1@us.af.mil for further information.
    Repair of NSN 5996-00-572-1617
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the amplifier subassembly identified by National Stock Number (NSN) 5996-00-572-1617, which is critical for the AN/TPS-75 weapon system. The procurement involves comprehensive inspection, testing, and restoration services, categorized into three phases: Test, Teardown, and Evaluation (TT&E); TT&E and Minor Repair; and TT&E and Major Repair, with a focus on maintaining performance standards equivalent to new items. This amplifier subassembly plays a vital role in aerial surveillance operations, underscoring its importance to military capabilities. Interested contractors should contact Tracy Powell at tracy.powell.5@us.af.mil or call 801-777-6355 for further details, with proposals expected to adhere to stringent quality assurance and packaging standards as outlined in the solicitation documents.