Remanufacture of B1B SMCS Servo-cylinders, NSN: 1650012674462, 165001510026262, 1650011649097, 1650015100261
ID: FA811825R0059Type: 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

AIRCRAFT HYDRAULIC, VACUUM, AND DE-ICING SYSTEM COMPONENTS (1650)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the remanufacture of B1B SMCS servo-cylinders under solicitation FA8118-25-R-0059. This procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract for a one-year period, with specified quantities for various line items, including NSNs 1650-01-267-4462 and 1650-01-510-0262, among others. The remanufactured components are critical for maintaining the operational capabilities of the B1B aircraft, ensuring reliability and performance in military operations. Interested contractors must submit their proposals by June 16, 2025, and can direct inquiries to primary contact Jacqueline West at jacqueline.west@us.af.mil or secondary contact Shirley V. Harmon at Shirley.Harmon.1@us.af.mil.

    Files
    Title
    Posted
    The document outlines the Contract Data Requirements List (CDRL) for the F-15 Servocylinder, detailing essential data items required for compliance with federal contracting standards. It establishes the frequency, format, and submission protocols for various reports, including the Contract Depot Maintenance Production Report and Commercial Asset Visibility (CAV AF) End Item Reporting. The contractor is tasked with electronic submissions through the CAV AF website, ensuring data accuracy within specified timeframes, such as daily updates for maintenance occurrences. Key responsibilities include reporting discrepancies using standardized forms and procedures, alongside documentation for shipping errors. The preparation and distribution of each report are outlined, specifying deadlines and preferred communication methods, with a focus on maintaining compliance with the DoD's guidelines. The document emphasizes accountability, with roles defined for both the contractor and government personnel. Overall, it serves as a contract management tool reflecting the structured requirements of military logistics operations while fostering transparency and efficiency in communications and reporting outcomes. This CDRL is vital to ensure consistent performance and adherence to federal oversight in the acquisition process.
    The document pertains to the Defense Logistics Agency (DLA) and provides guidance on verifying the version of materials from its official website. It emphasizes the importance of checking the document source for updates before use. Within the context of government Requests for Proposals (RFPs) and grants, this file underlines the necessity for diligence in ensuring that proposals and grant applications refer to the most current data and standards. As RFPs and grants are often contingent upon following updated regulations and guidelines, the instructions to verify sources reflect a critical part of maintaining compliance and accuracy in government-funded projects. Overall, the document serves as a reminder for entities involved in federal and state agencies to remain vigilant regarding the validity of the information utilized in their submissions.
    The Government Property (GP) Inventory Report (DI-MGMT-80441D) outlines requirements for contractors to provide the Department of Defense (DoD) with an inventory of Government Property, which includes Government Furnished Property (GFP) and Contractor Acquired Property (CAP) during contract performance. This report applies to all contracts involving GP and specifies no reference documents or forms are needed. Key elements of the inventory report include required format (electronic .xls or .xlsx), and a detailed list of mandatory content fields, such as Contract Number, Asset Identification Numbers, Item Descriptions, Manufacturer details, Quantity, and the Federal Condition Code. The report also describes the classification of property types and requires the last inventory date to be recorded. The purpose of this document is to ensure accurate tracking and reporting of government assets in contractors' possession, thus enhancing accountability and compliance within federal projects. By establishing clear guidelines for reporting, it serves as a critical tool for effective property management in government contracts, reinforcing the DOD's standards for property oversight and supporting efficient asset utilization.
    The Commercial Asset Visibility (CAV) Reporting document outlines a web-based system designed for tracking government-owned reparable assets through the repair cycle at contractor facilities. Its primary goal is to enhance inventory management for these assets while they are with commercial repair vendors. The CAV system allows contractors to report transactions in real-time, automatically updating the database and enabling vendors to generate necessary status and activity reports. The document details format and content requirements for the data product created under the contract. Essential reporting transactions include asset receipts, inductions, shipments, repairs, and various status code changes. Contractors are responsible for reporting specific types of information, such as items awaiting parts, economic repair assessments, and discrepancies. This structured approach ensures comprehensive data collection and management throughout the asset repair process, ensuring efficiency and transparency in asset management within the federal framework. Overall, the CAV Reporting serves as a critical resource for optimizing the tracking and management of government reparable assets under contractual agreements.
    The Contract Depot Maintenance (CDM) Monthly Production Report is a crucial data deliverable that provides the government with a detailed overview of maintenance production activities and asset status at contractor facilities. This report includes important metrics such as production figures, schedule performance, and any unresolved issues encountered during the reporting month. The structure of the report is divided into two primary parts: Part I includes essential contractor and government contact information, contract details, and specific data elements on assets like reparables received, produced, and shipped. Detailed blocks in Part I cover quantities related to various stages of the production process, including incoming and outgoing items. Part II, the Production Summary, is included when production forecasts do not align with actual shipments or if there are anticipated production problems. The report must be submitted within 10 business days after the month-end and serves as a vital source of accountability and performance assessment for depot-level maintenance contracts. This systematic reporting ensures the government is informed about contract execution, resource management, and operational challenges, emphasizing accountability in the management of federal resources. Overall, the CDM Monthly Production Report streamlines communication between contractors and the government, facilitating data-driven decision-making to enhance maintenance operations.
    The document is an amendment regarding the solicitation FA8118-25-R-0059 for the Department of the Air Force, specifically extending the due date for proposals. Initially set for June 2, 2025, at 3:00 PM CST, the new deadline is June 16, 2025, at the same time. The amendment outlines the procedures for acknowledgement of the amendment by potential contractors and stipulates the importance of timely responses to avoid rejection of offers. The solicitation is managed by the Air Force Sustainment Center at Tinker AFB, with specific contact details provided for the buyer, Jacqueline West. The document emphasizes that except for the changes stated, all original terms and conditions remain unchanged. This amendment serves to facilitate clearer communication and potentially increase participation in the bidding process by extending the deadline.
    The document outlines the solicitation FA8118-25-R-0059 for an Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on the remanufacture of B-1 Structural Mode Control System (SMCS) components, particularly servo-cylinders. It seeks offers from both small and large businesses, presenting a detailed breakdown of required items including specifications, quantities, and payment terms. Key details include fixed price for a one-year contract period beginning in July 2025, along with stipulations for inspections, acceptance processes, and the use of government-furnished property. The contractor must provide all necessary materials and expertise, holding to strict guidelines for shipping and documentation. Compliance with quality assurance and inspection standards is required to assure the government of reliability and functionality in the delivered goods. Furthermore, it specifies eligibility criteria for businesses, including the potential need to submit certified cost data based on the competition level. The document serves as a standardized request for proposals with necessary clauses regulating payment, delivery, and compliance requirements tailored for government procurement, verifying the contractor's accountability and the government's expectations for quality and service.
    The document outlines packaging requirements associated with the purchase instrument number FD20302101530-00. It emphasizes compliance with United Nations restrictions on wood packaging materials (WPM) to prevent the spread of invasive species, particularly the pinewood nematode. WPM includes various wooden containers and pallets and must meet specific construction standards, including being made of debarked wood and heat-treated to a temperature of 56 degrees Celsius for at least 30 minutes, with certification from an accredited agency. The document further details the military packaging and marking protocols, which require adherence to MIL-STD-2073-1 for packaging practices and MIL-STD-129 for marking shipping containers. Items listed in the document, including their respective packaging dimensions and weights, are structured with a focus on precise cataloging. Each section is assigned a PACRN code for easy reference. This summary illustrates the government's strict adherence to global shipping standards for packaging to safeguard public health and the environment, reflecting its wider purpose in managing federal grants and local RFPs focusing on compliance and operational excellence in procurement logistics.
    The document outlines a Statement of Work (SOW) for the remanufacture and modification of B1B SMCS servo-cylinders by the Air Force Sustainment Center. Key aspects include definitions of relevant terms, pre-award survey requirements, initial production evaluation (IPE) processes, quality assurance protocols, and the specific work involved in returning equipment to a like-new condition. Contractors are to comply with various standards, undergo evaluations, and maintain technical documentation, ensuring quality audibility and traceability of parts. Additionally, contractors are responsible for providing necessary support equipment, adhering to safety regulations, and managing any government property involved in the contract. The document emphasizes the importance of rigorous testing and reporting to prevent defects, alongside stipulations for surge capacity in case of increased demand. Overall, this SOW lays the groundwork for ensuring efficient and compliant remanufacturing processes, critical to enhancing Air Force operational capabilities.
    This document outlines transportation data relevant to federal solicitations, focusing on procurement under Purchase Instrument Number FD20302101530-00 initiated on June 8, 2022. It specifies F.O.B. (Free on Board) terms with a recommendation for F.O.B. Origin, highlighting the importance of contacting the DCMA (Defense Contract Management Agency) Transportation for shipping instructions. The document emphasizes that failure to obtain necessary clearances may result in additional costs for vendors. The file also includes detailed account and item information for multiple national stock numbers (NSNs) with corresponding line item numbers for shipment. Transport funding details are documented under various account codes. Lastly, it references contact details for Glenn A. Carter from the 406 SCMS office, providing a point of communication for clarifications and assistance related to the procurement process. This concise yet comprehensive summary reflects the primary purpose of facilitating the timely and proper transportation of goods while adhering to established military and federal regulations.
    Similar Opportunities
    Overhaul of B-1 Electro-Mechanical Actuator NSN 1680015097158RK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting offers for the overhaul of B-1 Electro-Mechanical Actuators (NSN 1680015097158RK) under Solicitation Number FA8118-26-R-0002. This procurement involves a five-year, firm-fixed-price requirements contract, which includes a three-year basic period from 2025 to 2028 and two one-year option periods extending to 2030. The overhaul of these critical components is essential for maintaining the operational readiness and performance of the B-1 aircraft, which plays a vital role in national defense. Interested contractors must submit their proposals by the extended deadline of January 7, 2026, at 1:00 PM, and can direct inquiries to Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further information.
    Repair of B-1B Torque Motor
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of B-1B Torque Motors, specifically National Stock Numbers 6105-01-232-8318 and 6105-01-232-8319. The procurement aims to secure comprehensive repair services, including provisions for "No Fault Found" items and additional work requirements, with a total estimated contract value of $4,149,750.00 over a base year and three option years. This contract is critical for maintaining the operational readiness of the B-1B aircraft, ensuring that essential components are serviced to meet military standards. Interested contractors must submit their proposals by January 30, 2026, and can direct inquiries to Amy Schmitz at amy.schmitz.1@us.af.mil or David Herrig at david.herrig.1@us.af.mil.
    Remanufacture of B-1B Electro-Mechanical Actuator.
    Dept Of Defense
    The Department of Defense, through the United States Air Force, is seeking contractors for the remanufacture of B-1B Electro-Mechanical Actuators, which are critical components for aircraft yaw trim functionality. The procurement involves a firm-fixed-price, 5-year requirements contract that includes a 3-year basic period and a 2-year option, with an estimated annual requirement of 12 units. This initiative is vital for maintaining the operational readiness and safety of the B-1B aircraft fleet. Interested parties should note that the solicitation is expected to be released around December 31, 2025, and must direct inquiries to Jessica Vinyard or M. Ryan Churchwell via the provided email addresses. Offerors are required to comply with qualification requirements and submit a DD Form 2345 for technical data access.
    BELLOWS ASSEMBLY, FI
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of Bellows Assembly for C-5 Aircraft, identified by NSN: 1680-01-192-2609. The contract will be an Indefinite Quantity Contract with a term of 60 months, requiring delivery within 400 days after receipt of order, and is classified under NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. This procurement is critical as it supports the operational readiness of military aircraft, and the estimated annual quantity for the base period is 80 units. Interested vendors must submit a written proposal and complete a copy of the solicitation, which will be available on the DLA Internet Bid Board System (DIBBS) around December 8, 2025. For further inquiries, potential offerors can contact Renee Griffin at renee.griffin@dla.mil or by phone at (445) 737-2040.
    Servocyclinder
    Dept Of Defense
    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.
    CYLINDER ASSEMBLY
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of a Cylinder Assembly (NSN: 1650-00-257-7934), specifically the Tandem Aileron Booster Actuator, which is crucial for aircraft hydraulic systems. The contract will be a firm-fixed-price agreement for a quantity of 15 units, with delivery required by July 21, 2027, to DLA Distribution Depot Hill, Utah. Compliance with ISO 9001-2015, the Buy American Act, and IUID marking is mandatory, and the procurement process will adhere to federal acquisition regulations, including cybersecurity requirements. Interested vendors should submit their proposals to the primary contact, Logan Hurtz, at logan.hurtz@us.af.mil, or reach out to Dana Craun at dana.craun@us.af.mil for further inquiries.
    FD2030-26-00081
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation Oklahoma City, is issuing a special notice for the procurement of a Cylinder Assembly, A, identified by NSN 1650-01-407-8979. This procurement is focused on acquiring components related to aircraft hydraulic, vacuum, and de-icing systems, which are critical for maintaining operational readiness and safety in military aviation. The top drawing for this assembly is referenced as 68A692511-1011, with an EDL revision date of July 22, 2025. Interested vendors should refer to the solicitation information for further details and contact the designated personnel once the solicitation is approved for quotes.
    CYLINDER ASSEMBLY,R
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 262 units of Cylinder Assembly, R, under a total small business set-aside contract. This firm fixed-price contract is aimed at acquiring a specific item identified by NSN: 1680-002160958, which is crucial for various aircraft operations and maintenance. The solicitation is expected to be issued on or around November 20, 2025, with delivery of the production units required within 263 days, and all inspections and acceptance to occur at the origin. Interested vendors can access the solicitation via the DLA Internet Bid Board System (DIBBS) and should direct any inquiries to Shenita Tirado at Shenita.Tirado@dla.mil or Kylie Sturgeon at KYLIE.STURGEON@DLA.MIL.
    B-1B COVER ACCESS AIRCRAFT, NSN: 1560-01-164-5921EK; PN: L2500049-011
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of B-1B cover access aircraft components, specifically identified by NSN: 1560-01-164-5921EK and PN: L2500049-011. This solicitation allows for varied offer quantities, encouraging contractors to provide pricing for different ranges, while emphasizing the necessity for all offerors to possess "EXPORT CONTROLLED" certification to access the Technical Data Package (TDP) and comply with stringent quality standards, including ISO 9001 and AS9100. The procurement is crucial for maintaining the operational readiness of aerospace assets, ensuring that high-quality parts are available for military aircraft. Interested parties must submit their proposals by January 7, 2026, at 3:00 PM, and can direct inquiries to Genevee Suba at genevee.suba@us.af.mil.
    LINEAR ACTUATING CYLINDER ASSEMBLY / 19F, F-15 EAGLE AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking suppliers for the Linear Actuating Cylinder Assembly, a critical component for the F-15 Eagle aircraft. This procurement involves an indefinite quantity contract (IQC) for a base period of five years, with an estimated annual requirement of 40 units, and delivery is expected within 300 days after the order date. The item, identified by NSN 1650-01-014-5816 and manufactured by PTI Technologies Inc., is essential for aircraft hydraulic systems, ensuring operational readiness and safety. Interested vendors can access the solicitation on the DLA Internet Bid Board System (DIBBS) starting on or about November 18, 2025, and should direct inquiries to Gladys Brown at gladys.brown@dla.mil or by phone at 445-737-4113.