Remanufacture of KC-135 Valve Assembly and F-16 Regulating Valve
ID: FA8118-24-R-0064Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8118 AFSC PZABBTINKER AFB, OK, 73145-3303, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

VALVES, POWERED (4810)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Air Force Sustainment Center, is soliciting proposals for the remanufacture of KC-135 valve assemblies and F-16 regulating valves under a firm fixed price requirements contract. This procurement aims to restore these critical aircraft components to a like-new condition, ensuring operational readiness and compliance with stringent military specifications over a five-year period, which includes a three-year basic contract and an optional two-year extension. The selected contractor will be responsible for all aspects of the remanufacturing process, including material provision, labor, and adherence to quality assurance standards, with a focus on maintaining the integrity of government property throughout the project. Interested small businesses must submit their proposals by October 8, 2024, and can direct inquiries to Dessie Breslin at dessie.breslin@us.af.mil or David O'Rourke at david.orourke@us.af.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The CAV AF Reporting Requirements document outlines the responsibilities and reporting guidelines for contractors involved in Contract Depot Maintenance (CDM) related to the Commercial Asset Visibility Air Force (CAV AF) system. It emphasizes that CAV AF is the principal system for tracking all government-owned assets at contractor facilities, including those in repair and storage. Contractors must ensure daily asset reporting and maintain accurate records using the CAV AF system, requiring valid access requested via appropriate forms and completion of mandatory cyber awareness training. The document specifies procedures for managing discrepancies, receiving assets, and handling government-furnished property. It mandates that all National Stock Numbers related to nuclear materials also require specific tracking measures. Additionally, it clarifies the importance of timely reporting to avoid data discrepancies that could impact governmental inventory management. The overall purpose is to enhance asset visibility and compliance with government protocols during maintenance and repair operations while ensuring contractors adhere to strict reporting and operational standards outlined in their agreements.
    The document outlines the Contract Data Requirements List (CDRL) for Contract No. FD20302400392, detailing various data items required from the contractor for government property management. The primary reports include the Government Property Inventory Report, Production Surge Plan, Commercial Asset Visibility Reporting, and Contract Depot Maintenance Monthly Production Report. Each item specifies the frequency of submissions, responsible offices, distribution statements, and unique requirements. Key points include: 1. The Government Property Inventory Report is due annually, compiling data from the contractor's internal property control system and must be submitted within seven days of the reporting period's deadline. 2. The Production Surge Plan outlines the contractor's capacity to manage unplanned increases in demand, prepared within 30 days post-award. 3. The Commercial Asset Visibility Report must be submitted daily, reflecting supply or maintenance transactions within a 24-hour timeframe. 4. The Contract Depot Maintenance Monthly Production Report requires monthly updates on inventory management and performance metrics, submitted within five business days post-month-end. Each report's distribution is often restricted to the Department of Defense and its contractors, emphasizing compliance with export control laws. This CDRL ensures accountability and oversight in government contracts, reinforcing the importance of timely and accurate reporting in governmental operations.
    The Government Property (GP) Inventory Report (DI-MGMT-80441D) outlines the requirements for contractors to submit a detailed inventory of both Government Furnished Property (GFP) and Contractor Acquired Property (CAP) to the Department of Defense (DoD). This inventory is mandatory for contracts involving government property, ensuring accountability and effective management. The report specifies that submissions must be in electronic format, such as .xls or .xlsx, and outlines essential content to be included, such as contract numbers, asset identification, item descriptions, quantity, and condition codes. Key details required in the report help in accurately tracking and classifying government property, enhancing oversight and compliance with regulations. This Data Item Description supersedes a previous version and is structured to facilitate clarity and consistency in government contracting processes.
    The document outlines a directive from the Defense Logistics Agency (DLA) regarding the management and updates of government-issued specifications and standards. Emphasizing the importance of the DLA’s role in streamlining procurement across various sectors, it highlights guidelines for suppliers to follow in submitting proposals and applications for federal grants. The document stresses the necessity for compliance with current federal regulations and standards, proposing a structured approach to enhance clarity and efficiency in federal procurement processes. Reference to frequent updates suggests ongoing diligence in keeping information current, thereby supporting transparency and accountability. This initiative aims to facilitate better resource management, improve supplier interactions, and ultimately contribute to more effective program execution within federal and state operations. The focus on maintaining updated materials indicates a commitment to adaptive governance in response to evolving market conditions and technological advancements.
    The document outlines the Commercial Asset Visibility (CAV) Reporting system, identified as Data Item Description DI-MGMT-81838. The CAV application offers a web-based platform for tracking government-owned reparable assets during their repair cycle at contractor facilities. Its primary function is to facilitate inventory management by enabling contractors to report transactions in real-time, which automatically updates a centralized database for access to repair data and necessary reporting. The requirements delineated in the document include the specific formats for transaction processing through the web and the detailed types of reporting the contractor must provide. These reports encompass various stages of asset handling, from receipt and induction to completion and shipment, along with other critical processes such as discrepancy reporting and maintenance operations. Overall, the CAV Reporting system emphasizes efficient management of reparable assets within government contracts, ensuring transparency and compliance throughout the repair process, vital for the accurate oversight of public resources in accordance with governmental protocols.
    The Contract Depot Maintenance (CDM) Monthly Production Report provides essential oversight for depot-level maintenance contracts, detailing production metrics and asset status at contractor facilities. Approved on November 30, 2020, this report includes key information such as the production figures, asset accountability, and unresolved issues from the previous month while forecasting for the upcoming month. The document outlines a structured format consisting of two main parts. Part I captures specific contractor and government contact information alongside crucial production data ranging from item identification to quantities received, produced, and shipped. Part II is a production summary utilized when discrepancies between forecasts and actual production arise or when anticipated production problems are identified. The CDM report is vital for the Department of Defense, ensuring transparency and performance monitoring on maintenance contracts, which is essential for resource management and operational efficiency. Adhering to this format and reporting requirement is crucial for effective contractor-government communication and accountability in maintaining defense assets.
    The document outlines a solicitation (FA8118-24-R-0064) for a firm fixed price requirements contract primarily focused on the remanufacture of aircraft parts, specifically the KC-135 valve assembly and the F-16 regulating valve, over multiple ordering periods. This acquisition includes a three-year basic contract period with an optional two-year extension, aimed at ensuring compliance with government specifications and requirements. The solicitation is set aside for small businesses, particularly those owned by women or veterans. Bids must be submitted by October 8, 2024, with a requirement for adherence to specific quality assurance and inspection standards. The evaluation process will emphasize price competitiveness, completeness of proposals, and the reasonableness of pricing, while potentially excluding offers deemed excessively unbalanced. Additionally, detailed provisions for inspections, delivery, and contractor responsibilities are included to ensure work quality and compliance with federal regulations. The document aims to enhance operational readiness by securing quality remanufactured aviation components, reflecting the government's commitment to supporting small businesses and effective federal procurement practices.
    The document is a government procurement file detailing requisitions for specific valve assemblies intended for military aircraft maintenance. It identifies two key non-serialized items: a valve assembly for the KC-135, which regulates bleed airflow for cooling during ground operations, and a regulating valve for the F-16, which maintains bleed air pressure for refrigeration systems. The file specifies the contract award date of January 23, 2024, with a delivery timeline of 30 calendar days for both items. The requested quantities are 50 units of the KC-135 valve at an acquisition cost of $16,808.21 each and 315 units of the F-16 valve at $14,992.49 each. Overall, this document reflects a strategic procurement effort aimed at maintaining critical components for military aircraft, ensuring operational efficiency through timely supply and adherence to budget constraints, which are essential elements in the context of federal RFPs and grants.
    The document outlines the packaging requirements for military shipments, specifically focusing on compliance with United Nations regulations pertaining to Wood Packaging Material (WPM). It details stringent specifications for wooden pallets, containers, and related materials to prevent the spread of invasive species like the pinewood nematode. All wood materials must be debarked and heat-treated, meeting guidelines established by the American Lumber Standards Committee. The document cites Military Standards (MIL-STD-129 and MIL-STD-2073-1) for military packaging and marking, emphasizing the necessity for proper labeling and barcoding that may include additional identifiers beyond standard requirements. Specific items requiring various packaging levels are listed, indicating preservation levels and detailed measurements for packing, emphasizing the critical nature of adherence to these specifications. The overarching goal is to ensure safe transportation and compliance with international trade regulations, ultimately supporting operational readiness.
    This Statement of Work (SOW) details the requirements for the remanufacture of KC-135 and F-16 aircraft components under contract PR Number FD20302400392 by the Air Force Sustainment Center. The SOW outlines definitions, pre-award requirements, production evaluations, quality assurance, and specifications for remanufacturing processes, emphasizing a comprehensive approach to maintenance, testing, and quality control. It mandates full replacement of specific consumable parts, adherence to established technical orders, and documentation of all actions taken. Key points include the necessary pre-award surveys, initial production evaluations, and quality inspection requirements to ensure compliance with government standards. It details the roles of various contracting personnel and emphasizes safety and environmental considerations throughout the remanufacturing process. Additionally, the SOW outlines supply chain risk management procedures, continuity of operations plans, and cybersecurity requirements to protect sensitive information. The document stipulates that all provided government supplies must meet stringent criteria and that any deviations must be formally approved before implementation. Overall, the SOW serves to guide the contracting process, ensuring that remanufactured components meet the operational readiness and safety standards mandated by the Department of the Air Force.
    The document outlines transportation data related to federal procurement under purchase instrument number FD20302400392-00, initiated on April 17, 2024. It specifies terms of delivery, incorporating F.O.B. Destination shipping conditions, which require vendors to contact DCMA Transportation for shipping instructions and clearance prior to shipment to avoid incurring additional costs. The document includes detailed transportation funds information and several National Stock Numbers (NSNs) associated with specific items, stating their shipment destinations to the Distribution Depot at Tinker Air Force Base, Oklahoma. Each line item lists the associated codes and accounts for transportation funding, ensuring alignment with Department of Defense regulations. The purpose of this document is to guide transportation procedures and ensure effective logistics management for military-related contracts and deliveries, emphasizing clear communication with the DCMA to maintain compliance and avoid logistical delays.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Remanufacture of E-3/E-8 Solenoid Valve, NSN: 4810-01-083-4164RK
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Sustainment Center, is seeking proposals for the remanufacture of E-3/E-8 Solenoid Valves, identified by NSN: 4810-01-083-4164RK. The procurement involves providing all necessary labor, facilities, equipment, and materials to restore unserviceable valves to a like-new condition, including disassembly, cleaning, inspection, assembly, testing, preservation, and packaging. These solenoid valves play a critical role in fuel management systems, ensuring operational readiness for the Air Force. Interested small businesses must submit their proposals by September 30, 2024, with the contract anticipated to be awarded shortly thereafter. For further inquiries, potential offerors can contact Chelsie Hannah at chelsie.hannah@us.af.mil or Morgan Mcgarity at morgan.mcgarity@us.af.mil.
    Remanufacture of F-15 Fuel Valve NSN 2915-01-140-5874RK, PN 2780499-102
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the remanufacture of the F-15 fuel valve, NSN 2915-01-140-5874RK, PN 2780499-102. The procurement involves comprehensive services including disassembly, inspection, cleaning, reassembly, and testing to restore the fuel valve to a like-new condition, adhering to strict technical orders and quality assurance protocols. This remanufacturing process is crucial for maintaining the operational readiness and safety of the F-15 aircraft, which is a vital asset for national defense. Interested vendors are encouraged to contact Mayona Presley at mayona.presley@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further details, as this is a Sources Sought notice with no current solicitation or contract commitment.
    Valve, Regulating, Fluid Pressure
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is conducting a Sources Sought notice for the manufacturing of a fluid pressure regulating valve intended for use in F-16 aircraft. The initiative aims to identify potential manufacturing sources capable of producing the specified item while adhering to the oversight of the Original Equipment Manufacturer (OEM), including the provision of manufacturing data and logistical support. This procurement is crucial for maintaining the operational readiness of military aircraft, and the government is particularly interested in responses from small and disadvantaged businesses. Interested parties are encouraged to submit their capabilities and intentions via email to 430scms.afmc.rfiresponses@us.af.mil, noting that this is a preliminary market research effort with no current solicitation or funding available.
    Valve, Assembly, Anti
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of an Anti-Icing Valve Assembly, specifically identified by NSN 2995-01-443-6882NZ, under solicitation SPRTA1-24-R-0235. The requirement includes an estimated quantity of 25 units, with a minimum of 6 and a maximum of 38 units, to be delivered starting April 17, 2025, for use in F100 engine applications, highlighting the critical nature of this component in aircraft operations. Interested vendors must comply with various manufacturing and quality assurance standards, including adherence to the Buy American Act, and are encouraged to submit their capability statements by October 3, 2024, to the primary contact, Keith Russ, at keith.russ@us.af.mil.
    VALVE, SOLENOID
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting bids for a solenoid valve, specifically NSN 4810-01-099-6392, with procurement restricted to qualified sources such as Lockheed Martin and Honeywell. Contractors interested in participating must submit a qualification package to demonstrate their manufacturing capabilities, adhering to the stringent requirements outlined in the Manufacturing Qualification Requirements document, which includes a qualification test plan and a pre-contract award qualification article. This solenoid valve is critical for the F-16 aircraft's Emergency Power Unit, emphasizing the importance of compliance with military standards for packaging, labeling, and documentation as detailed in the associated Statement of Work and RFQ. Interested parties should contact Scottina Malia at scottina.malia@us.af.mil for further information, with bids due by September 21, 2024, and delivery expected by March 30, 2026.
    Spare Buy (Supply) for the B-52 Pilot Valve
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotations for the procurement of 63 B-52 Pilot Valves, identified by NSN: 1660-00-949-9895. This procurement is critical for maintaining the operational readiness of military aircraft, ensuring that essential components are available for effective performance. Interested vendors must complete a Source Approval Request (SAR) package to be considered, with quotations due by September 25, 2024. For further inquiries, vendors can contact David O'Rourke at david.orourke@us.af.mil or Shirley V. Harmon at Shirley.Harmon.1@us.af.mil.
    16--CONTROL VALVE,AIRCR, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of control valves used in aircraft applications. The procurement requires contractors to provide comprehensive repair services, including inspection, component repair, reassembly, and testing to ensure the items are returned to a Ready for Issue (RFI) condition, adhering to strict quality and regulatory standards. These control valves are critical components in aircraft systems, and their reliable performance is essential for operational readiness. Interested contractors should contact Carolyn A. Clark at 215-697-1073 or via email at carolyn.a.clark30.civ@us.navy.mil for further details, with proposals expected to meet the specified requirements and timelines outlined in the solicitation.
    4810‐01‐073‐3810 (24‐Q‐0983)
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting quotes for the procurement of a regulating valve (NSN: 4810-01-073-3810) specifically for the F-16 emergency power unit. The contract requires the delivery of three units, with strict adherence to military packaging and marking standards, as outlined in the Request for Quotation (RFQ) and Statement of Work (SOW) documents. Compliance with quality assurance standards and supply chain traceability is essential, reflecting the importance of these components in maintaining operational readiness and safety in military applications. Interested contractors must submit their quotes by September 27, 2024, and can direct inquiries to Johnny Wakefield at johnny.wakefield.2@us.af.mil or by phone at 385-519-8310.
    16--VALVE,ECS, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for the Aircraft Valve, ECS, specifically NSN 7R-1660-016686579-P8, from Meggitt North Hollywood Inc. This procurement involves a quantity of 50 units and is classified under the PSC code 1660, which pertains to aircraft air conditioning, heating, and pressurizing equipment. The selected contractor will be responsible for providing repair support as the Original Equipment Manufacturer (OEM), with no drawings or data available for alternative sourcing. Interested parties must submit their capability statements within 15 days of this notice, with the solicitation expected to be issued on September 13, 2024, and proposals due by October 14, 2024. For further inquiries, contact Jessica T. Grzywna at jessica.grzywna@navy.mil.
    LINEAR ACTUATING CYLINDER ASSEMBLY PARTS KIT / 05F, C/KC-135 STRATOLIFTER AIRCRAFT
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for a Linear Actuating Cylinder Assembly Parts Kit for the C/KC-135 Stratolifter aircraft. This procurement involves an indefinite quantity contract (IQC) for a base period of five years, with an estimated annual requirement of 416 units, and delivery expected 220 days after order placement. The parts must be manufactured according to specific military drawings and are critical for aircraft hydraulic systems, emphasizing the importance of compliance with Department of Defense standards. Interested small businesses must ensure they are certified to access unclassified data and can participate in a reverse auction process; further details and the solicitation will be available on the DLA Internet Bid Board System around September 18, 2024. For inquiries, contact Gladys Brown at gladys.brown@dla.mil or call 804-279-1561.