Remanufacture of KC-135 Flutter Dampener 1650008983516FL
ID: FA811825R0035Type: 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)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due May 19, 2025, 7:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of KC-135 Flutter Dampeners under a total small business set-aside contract. The procurement aims to ensure the quality and reliability of critical military equipment, with contractors required to adhere to stringent operational procedures, quality assurance measures, and supply chain risk management protocols as outlined in the Statement of Work (SOW). This contract spans a five-year period, including a three-year basic requirement and a two-year option, with proposals due by May 19, 2025. Interested parties can contact Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further information.

Point(s) of Contact
Files
Title
Posted
Apr 1, 2025, 6:04 PM UTC
Apr 1, 2025, 6:04 PM UTC
The Commercial Asset Visibility (CAV) Reporting system is designed to provide an automated, web-based method for tracking government-owned reparable assets throughout the repair cycle at contractors' facilities. The primary objective of CAV is to facilitate effective inventory management of these assets while they are under the care of commercial repair vendors. The system enables contractors to report transactions in real-time, ensuring that the CAV database is continuously updated. This Data Item Description (DI-DMGMT-81838) outlines the format and content requirements for data generated from specific tasks as specified in contracts. The reporting encompasses various transactions, status code changes, and report types, including asset receipt, inductions, completion notifications, shipment details, and the printing of various documentation such as inventory labels and condition code reports. Overall, the CAV Reporting system aims to enhance transparency and efficiency in asset management in compliance with government contracting standards.
Apr 1, 2025, 6:04 PM UTC
The Contract Depot Maintenance (CDM) Monthly Production Report outlines the reporting requirements for depot level maintenance contracts, specifically detailing the maintenance production figures and accountability for assets managed at contractor facilities. This report serves several functions: it provides monthly performance metrics, asset status, and a summary of unresolved issues. The report is structured into two main parts. Part I requires specific data fields, including contractor details, contract information, item identification, and production statistics like received reparables, inducted items, and shipped serviceables. This section mandates that production management specialists supply comprehensive data to ensure transparency and accountability. Part II includes a Production Summary, which is required only under specific conditions, like discrepancies between forecasted and actual production. This document is critical for federal procurement processes, enabling the government to monitor contractor performance and ensure compliance with contract stipulations, thereby supporting overall accountability in defense logistics.
Apr 1, 2025, 6:04 PM UTC
Apr 1, 2025, 6:04 PM UTC
The document outlines a Request for Proposal (RFP) concerning the remanufacture of KC-135 Flutter Dampeners, issued by the Department of the Air Force. It specifies a total small business set-aside, requiring proposals from eligible small businesses, including service-disabled veteran-owned and women-owned entities. The contract encompasses a five-year period with a three-year basic requirement and a two-year option, emphasizing fixed prices and comprehensive adherence to solicitation terms. Offerors must submit their proposals by May 19, 2025, with submission requirements highlighting completeness, pricing reasonableness, and potential for discussions if deemed necessary by the contracting officer. The evaluation for contract award is primarily based on the lowest total evaluated price (TEP), determining the winning proposal based on cost-effectiveness while maintaining compliance with the terms outlined. Several contract clauses and procurement requirements are referenced, ensuring all submissions align with federal acquisition regulations. Overall, the RFP aims to secure efficient remanufacturing services while promoting small business participation in government contracts.
Apr 1, 2025, 6:04 PM UTC
Apr 1, 2025, 6:04 PM UTC
The Government Property (GP) Inventory Report, designated as DI-MGMT-80441D, outlines requirements for contractors to provide an inventory of Government Furnished Property (GFP) and Contractor Acquired Property (CAP) in their possession. Approved on June 9, 2020, this report is applicable to all contracts involving GP and details both the format and the necessary content for reporting. The inventory must be submitted in an electronic format (either .xls or .xlsx) and include specified fields such as contract number, asset identification numbers, item descriptions, quantities, acquisition costs, asset locations, and classifications of the property. This documentation aids the Department of Defense (DoD) in tracking government assets, ensuring transparency and accountability in the management of government property furnished or utilized by contractors. This standard replaces the previously established DI-MGMT-80441C. Overall, the report serves as a critical tool for efficient government asset management, particularly in the context of federal contracts and accountability for public resources.
Apr 1, 2025, 6:04 PM UTC
Apr 1, 2025, 6:04 PM UTC
Apr 1, 2025, 6:04 PM UTC
Apr 1, 2025, 6:04 PM UTC
The document outlines the Statement of Work (SOW) for the remanufacture of the DAMPENER, FLUTTER for the U.S. Air Force. It details the requirements the contractor must fulfill, including definitions, operational procedures, and quality assurance measures. The SOW specifies the contractor's responsibilities, including pre-award surveys, initial production evaluations, reporting needs, and parts control to ensure compliance with technical orders and standards. Key sections include general information regarding contract terms, detailed work descriptions on disassembly and testing, and stipulations on consumable parts replacement. Additionally, it emphasizes supply chain risk management, continuity of operations, and cybersecurity obligations. Contractors are required to establish a robust quality system, ensure safety compliance, and maintain documentation for verification. The document prescribes measures to address obsolescence and define protocols for the use of government property. Overall, the SOW serves as a comprehensive guide for contractors to follow during the remanufacturing process, aiming to ensure the quality and reliability of military equipment while addressing supply chain and security considerations. This aligns with government objectives to maintain operational readiness and adhere to stringent defense procurement standards.
Apr 1, 2025, 6:04 PM UTC
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Remanufacture of B-1 Cylinder Assemblies (Bungees)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of B-1 Cylinder Assemblies (bungees) under a total small business set-aside contract. The objective of this procurement is to restore these assemblies to a like-new condition, ensuring compliance with stringent quality assurance standards and safety regulations. This contract is critical for maintaining the operational readiness of the B-1 aircraft, which plays a vital role in national defense. Interested contractors must submit their proposals by April 28, 2025, and can reach out to Merry Curry at merry.curry.1@us.af.mil or Jacqueline West at Jacqueline.West@us.af.mil for further information.
REMANUFACTURE OF C-130 BUTTERFLY VALVE
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking proposals for the remanufacture of C-130 Butterfly Valves, a critical component for military aircraft operations. The procurement involves a firm-fixed-price contract with a three-year base period and an optional two-year extension, specifically set aside for small businesses. The remanufacturing process aims to restore the valves to a "like-new" condition, adhering to stringent quality assurance protocols and safety regulations, ensuring the reliability of essential aircraft components. Interested contractors must submit their proposals by June 3, 2025, at 3:00 PM, and can direct inquiries to Aczavius Smith at aczavius.smith@us.af.mil or Matthew Churchwell at matthew.churchwell.2@us.af.mil.
REMANUFACTURE OF KC-135 CYLINDER ASSEMBLY, R
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the remanufacture of KC-135 Cylinder Assemblies under a five-year requirements type contract. This procurement aims to fulfill the remanufacturing needs for NSN: 1680-01-395-9994, ensuring compliance with technical orders and safety regulations while maintaining a robust parts control program. The contract, valued at $736,500, is set aside for small businesses and includes a three-year basic period with two optional two-year extensions. Interested contractors should reach out to Mayona Presley at mayona.presley@us.af.mil or Amy Gil at amy.gil@us.af.mil for further details and clarification on the solicitation process.
1620‐00‐117‐7326 (25‐R‐0426)
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, UT, is soliciting proposals for the manufacturing and supply of a Shimmy Damper (NSN: 1620-00-117-7326, P/N: 3-43902-7) for the T-38 aircraft under solicitation number SPRHA1-25-R-0426. The procurement requires a quantity of 66 units, with a strong emphasis on on-time delivery and compliance with military standards, including First Article Test requirements and sustainable procurement practices. This component is critical for maintaining the structural integrity and operational safety of military aircraft. Interested suppliers, including small businesses and service-disabled veteran-owned businesses, must submit their qualification packages by April 28, 2025, and can contact Johnny Wakefield at johnny.wakefield.2@us.af.mil or 385-519-8310 for further details.
PARTS KIT, FASTENER / NSN 1560-01-631-0404 / KC-135 AIRCRAFT
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for an Indefinite Quantity Contract (IQC) for a Parts Kit, Fastener (NSN 1560-01-631-0404) specifically for the KC-135 aircraft. This procurement is a 100% Small Business Set-Aside, with an estimated annual quantity of 132 units over a five-year base period, emphasizing the critical nature of the item, although it is not classified as a Critical Safety Item. Interested vendors must be registered in the System for Award Management (sam.gov) and are encouraged to submit their interest and capability to meet the requirement within 45 days of the notice, with the solicitation expected to be issued on May 20, 2025. For further inquiries, vendors can contact Chris Rose at CHRISTOPHER.ROSE@DLA.MIL or Jeremy Prince at Jeremy.Prince@dla.mil.
FD2030-25-00036
Buyer not available
The Department of Defense, through the Defense Logistics Agency Aviation in Oklahoma City, is seeking qualified contractors to provide structural support components identified by National Stock Number (NSN) 1560-01-435-5553FL. The procurement involves the supply of a specific stabilizer part, with requirements for compliance with the National Aerospace and Defense Contractors Accreditation Program (NADCAP) and adherence to rigorous testing and inspection protocols to ensure quality and operational safety. This opportunity is critical for maintaining the integrity of military aircraft operations, particularly for the KC-135 aircraft, and emphasizes the importance of prequalification and compliance with federal regulations. Interested parties should refer to the solicitation information for further details and are advised that the solicitation will be available for quotes once approved by the contracting officer.
KC-135 Maintenance Platform Systems
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of KC-135 Maintenance Platform Systems at Tinker Air Force Base in Oklahoma. This initiative aims to enhance maintenance capabilities for the KC-135 aircraft by acquiring four sets of specialized maintenance stands, including cargo door stands, aileron stands, and beavertail stands, which must comply with stringent safety and operational standards. The procurement is exclusively open to small businesses, with quotes due by April 22, 2025, and all submissions must adhere to the outlined technical specifications and safety regulations. Interested vendors should contact Cory Rainey-Hedrick or Marc J. Kreienbrink for further details and clarification.
Manufacture of Horizontal Stabilizers for the KC-135 Aircraft
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is seeking contractors for the manufacture of horizontal stabilizers for the KC-135 aircraft. This procurement aims to secure high-quality airframe structural components essential for the operational readiness and maintenance of the KC-135 fleet. The successful contractor will play a critical role in supporting military aviation capabilities, ensuring that these vital aircraft remain functional and effective. Interested parties can reach out to Dana Craun at dana.craun@us.af.mil or call 405-426-9405 for further details regarding this presolicitation opportunity.
F100-220, Duct, Turbine, Airfcraft
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the acquisition of Duct, Turbine, Aircraft components for the F100-PW-220 Engine, under solicitation FA8121-25-R-0013. This procurement involves a one-time purchase of new manufacture parts, with an estimated minimum quantity of 22 units and a maximum of 131 units, emphasizing the critical role these components play in maintaining aircraft operational efficiency. The solicitation is set aside for small businesses, with a submission deadline for proposals on April 11, 2025, and a closing date for responses on July 5, 2025. Interested parties should direct inquiries to Clifford Darrington at clifford.darrington@us.af.mil or Ms. Kawika Tse Ah Lo at kawika.ahlo@us.af.mil for further details.
16--DAMPENER,FLUID PRES
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 12 units of the Fluid Pressure Dampener (NSN 1650-01-204-7657). This solicitation is a Total Small Business Set-Aside, aimed at ensuring that small businesses can compete for this opportunity, which falls under the NAICS code 336413 for Other Aircraft Parts and Auxiliary Equipment Manufacturing. The selected supplier will deliver the dampeners to DLA Distribution Warner Robins within 214 days after order, with no hard copies of the solicitation available; interested vendors must submit their quotes electronically. For inquiries, potential bidders can contact the buyer via email at DibbsBSM@dla.mil.