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
  1. 1
    Posted Jan 22, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 22, 2025, 12:00 AM UTC
  3. 3
    Due Feb 24, 2025, 9:00 PM UTC
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
Jan 22, 2025, 11:09 PM UTC
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.
Jan 22, 2025, 11:09 PM UTC
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.
Jan 22, 2025, 11:09 PM UTC
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.
Jan 22, 2025, 11:09 PM UTC
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.
Jan 22, 2025, 11:09 PM UTC
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.
Jan 22, 2025, 11:09 PM UTC
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.
Jan 22, 2025, 11:09 PM UTC
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.
Jan 22, 2025, 11:09 PM UTC
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.
Jan 22, 2025, 11:09 PM UTC
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.
Jan 22, 2025, 11:09 PM UTC
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.
Jan 22, 2025, 11:09 PM UTC
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.
Jan 22, 2025, 11:09 PM UTC
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 of NSN: 5895-01-309-3076 ZR Display Module Assembly
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the Display Module Assembly (NSN: 5895-01-309-3076 ZR), with a focus on Test, Teardown, and Evaluation (TT&E) as well as minor and major repair services. Contractors are required to furnish all necessary facilities, parts, materials, and services to inspect and restore the assembly to a serviceable condition, adhering to strict quality control and compliance standards. This assembly is critical for military operations, and the procurement aims to ensure operational readiness and reliability of the equipment. Interested vendors must submit their proposals by May 1, 2025, and can contact Cydnee Simpson at cydnee.simpson@us.af.mil for further information regarding the solicitation.
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.
Remanufacture of F100-220 6th-12th Stage Stators and 4th - 5th Stage Shrouds
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of F100-220 6th-12th Stage Stators and 4th-5th Stage Shrouds, critical components for aircraft engines. The procurement aims to restore these components to a like-new condition, adhering to strict quality control measures and compliance with ISO 9001 standards, while also addressing supply chain risk management and cybersecurity protocols. This initiative is vital for maintaining the operational readiness of military aircraft, ensuring that the Air Force can effectively support its missions. Interested contractors must submit their qualifications and proposals by the specified deadlines, and for inquiries, they can contact Jacob Stephens at jacob.stephens.5@us.af.mil or by phone at 405-739-5390.
Re-manufacture of B-1B Electro-Mechanical Actuator
Buyer not available
The Department of Defense, through the Air Force Sustainment Center at Tinker Air Force Base, is soliciting proposals for the re-manufacture of the B-1B Electro-Mechanical Actuator. The contractor will be responsible for providing all necessary labor, facilities, equipment, and materials to restore the actuator to a like-new condition, which includes disassembly, cleaning, inspection, maintenance, reassembly, testing, and finishing actions. This actuator is critical for operating valves that control the hydraulically operated speed brakes of the B-1B aircraft, emphasizing the importance of maintaining operational capabilities for the Air Force. Interested vendors must submit a Source Approval Request if they have not been previously qualified, and all inquiries should be directed to Cliff Morgan or Matthew Tonay via email. The contract is structured as a firm fixed price requirements contract for a total duration of five years, with a three-year basic period and a two-year option, and requires delivery of units every 45 days to the designated shipping location.
F100-PW-220 Sprayring Manifold Assemblies
Buyer not available
The Department of Defense, specifically the U.S. Air Force, is seeking proposals for the overhaul of F100-PW-220 Sprayring Manifold Assemblies, with a focus on competitive pricing as the primary evaluation factor. This procurement is crucial for maintaining the operational readiness of aircraft engines, as these assemblies are integral components of the engine fuel system. The response deadline for proposals has been extended to April 30, 2025, and interested parties should direct inquiries to William Heckenkemper or Savannah Mincey via their respective emails. Compliance with the Statement of Work and accurate pricing submissions are essential for consideration in this contract opportunity.
Repair of F-15 LCS Pump NSN: 1650016214034RK
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of F-15 LCS Pumps, identified by NSN: 1650016214034RK. This procurement aims to establish a five-year contract, which includes a three-year basic period and a two-year option, focusing on ensuring the operational readiness of critical military equipment. The selected contractor will be responsible for adhering to stringent quality control measures, reporting requirements, and compliance with environmental regulations, with a proposal deadline set for May 14, 2025. Interested parties can reach out to Kacie Cram at Kacie.cram@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further inquiries regarding this opportunity.
Multi-Function Display and Signal Data Processor aka Engine Data Concentrator Unit
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking a contractor to repair the Multi-Function Display and Signal Data Processor, also known as the Engine Data Concentrator Unit, for the TH-1H Helicopter program. The contract will involve the repair of critical electronic components, with an estimated requirement of 20 units of the Multi-Function Display and 15 units of the Signal Data Processor each year, under a sole source arrangement with Astronautics Corporation of America. This procurement is vital for maintaining the operational capabilities of the TH-1H helicopter, which is essential for training USAF pilots in combat scenarios. Interested parties should direct inquiries to William D. Martin at william.martin.12@us.af.mil, with the anticipated contract award date set for September 2025.
F-16 CONTROLLER, START, NSN: 2925-01-436-7325RK, PN: AY7707382-1
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of 47 units of the F-16 Controller, Start (NSN: 2925-01-436-7325RK, PN: AY7707382-1), which is critical for isolating and analyzing engine start faults in aircraft. This solicitation is a sole source acquisition, emphasizing compliance with military packaging and marking standards, including adherence to the "Buy American Act" and specific transportation instructions. The selected contractor will be responsible for ensuring that all items meet stringent quality assurance and inspection requirements, with a submission deadline set for April 28, 2025. Interested parties can reach out to John Nolan at john.nolan.8@us.af.mil or 405-855-3542 for further details regarding the solicitation process.
Common Armament Tester for Fighter (CAT-F)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is preparing to issue a Request for Proposal (RFP) for the Common Armament Tester for Fighters (CAT-F) project, aimed at designing, developing, manufacturing, and sustaining testing equipment for the F-16, F-15, and A-10 aircraft platforms. This procurement is critical for ensuring effective maintenance capabilities, as the CAT-F will be used to test Preload, Clean Wing, and Fault Isolation Requirements at both Organizational (O-Level) and Intermediate (I-Level) Maintenance levels. The acquisition will follow a Full and Open Competitive Acquisition process, with an anticipated RFP issue date in the third quarter of FY25 and a response deadline of 45 days thereafter. Interested parties can direct inquiries to Oya Harrison at oya.harrison.1@us.af.mil or Alexis Davis at alexis.davis.13@us.af.mil, with the project expected to include a mix of pricing arrangements and a delivery schedule for prototypes beginning 12 months after order placement.
F108 Stage 1 Fan Blade Repair 005-010 (please respond by 24 February 2025 at 4:00 PM CST)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the finishing repairs of the F-108/CFM 56-2A/B Stage 1 Fan Blade, with a focus on parts associated with NSN 2840-01-196-6053PN. The procurement will be executed through a Firm-Fixed-Price Blanket Purchase Agreement, and interested parties are encouraged to demonstrate their capabilities, experience, and qualifications related to the repair process by submitting documentation by February 24, 2025. This opportunity is critical for maintaining the operational readiness of aerospace components, and potential contractors must comply with established technical and quality assurance standards as outlined in the associated Repair Data List and Repair Qualification Requirements. For further inquiries, interested businesses can contact Jaqueline Hughes at jaqueline.hughes@us.af.mil or Bridgette Miles at bridgette.miles@us.af.mil.