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
    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
    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.
    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.
    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.
    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.
    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.
    Lifecycle
    Title
    Type
    Similar Opportunities
    AIRCRAFT, STRATOLIFTER, C/KC-135; PANEL, STRUCTURAL, AIRCRAFT
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of structural panels for the C/KC-135 Stratolifter aircraft. This opportunity is specifically for an Indefinite Quantity Contract with a total ordering period of five years, during which an estimated annual quantity of 10 units is required, with a delivery schedule of 365 days for production. The goods are critical for maintaining the operational capabilities of military aircraft, and the procurement is set aside exclusively for small businesses, emphasizing the government's commitment to supporting small enterprises. Interested vendors must submit their proposals by fax and are encouraged to access the solicitation documents via the DLA Internet Bid Board System, with the issue date anticipated around December 6, 2025. For further inquiries, potential offerors can contact Jenier Mitchell at jenier.mitchell@dla.mil or by phone at 804-659-6388.
    Remanufacture of Flap Drive Angle Gearbox Assembly
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for the remanufacture of Flap Drive Angle Gearbox Assemblies (NSN: 1680-00-335-6816). The procurement involves comprehensive services including disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing to restore the gearbox assemblies to a like-new condition, with contractors responsible for all materials, labor, and equipment necessary for the task. These gearbox assemblies are critical components for the KC-135 aircraft, playing a vital role in the operation of the aircraft's flap systems. Interested vendors must submit a Source Approval Request (SAR) package and are reminded that funding is contingent upon appropriated funds availability, with proposals due by December 15, 2025, at 12:00 PM. For further inquiries, potential bidders can contact Nonika Allen at nonika.allen.1@us.af.mil or Amy Gil at amy.gil@us.af.mil.
    FD20302600008 - Remanufacture of KC-135 Valves & Pumps; NSN: 2915-01-452-5123RK, 2915-01-452-5126RK, 2915-01-527-8152RK, 2915-01-510-1161RK
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the remanufacture of KC-135 valves and pumps under a five-year Firm Fixed Price Requirements Type Contract. This procurement involves the disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing of various fuel system components to restore them to like-new condition, ensuring the operational readiness of critical aircraft systems. The anticipated contract will likely be awarded as a sole source to ITT Aerospace Controls, emphasizing the importance of these components in maintaining aircraft performance and safety. Interested parties can reach out to Morgan Mcgarity at morgan.mcgarity@us.af.mil or Shirley V. Harmon at Shirley.Harmon.1@us.af.mil for further details, with the total acquisition cost estimated at $1,846,309.05 and specific delivery timelines outlined in the associated documents.
    CONTROL TUBE ASSEMB | 05F | C/KC 135
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of Control Tube Assemblies for the C/KC 135 aircraft. This opportunity is a 100% small business set-aside for an indefinite quantity contract (IQC) with a base period of five years, requiring an estimated annual quantity of 80 units, to be delivered 250 days after receipt of order. The Control Tube Assembly is critical for aircraft operations and maintenance, and interested contractors must be certified by the Department of Defense to access the necessary technical data. The solicitation is expected to be issued on or about December 9, 2025, and interested parties can find further details on the DLA Internet Bid Board System (DIBBS) or contact Ryan Loeffelholz at ryan.loeffelholz@dla.mil or 804-279-1452 for more information.
    Remanufacture B-1 Horizontal Stabilizer Servo-Cylinder
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for a five-year firm-fixed-price requirements contract to remanufacture B-1 Horizontal Stabilizer Servo-Cylinders. This procurement involves restoring various models of servo-cylinders, which are critical components for aircraft flight control surfaces, to a like-new condition, requiring compliance with ISO 9001-2015 standards and a minimum Supplier Performance Risk System (SPRS) assessment score of 110. Proposals are due by January 15, 2026, at 1:00 PM, and payment will be contingent upon the availability of appropriated funds. Interested vendors should contact Dessie Breslin at dessie.breslin@us.af.mil or Amy Gil at amy.gil@us.af.mil for further details.
    FD2030-25-00036
    Dept Of Defense
    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-46 Commercial Common Repairable Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the KC-46 Commercial Common Repairable Support contract, aimed at providing strategic repairable support services for the KC-46A aircraft. This competitive, full and open solicitation requires contractors to ensure a 30-day exchange of unserviceable assets for serviceable ones, which must be FAA-certified, thereby maintaining the aircraft's operational readiness and compliance with aviation standards. The contract will have a five-year base period with a maximum value of $470.9 million, and interested parties should direct inquiries to Stephen Schexnayder at stephen.schexnayder.2@us.af.mil or Joshua Taft at joshua.taft@us.af.mil, with proposals due in accordance with the specified timelines outlined in the solicitation documents.
    NSN 1650-010333280, CONSTRANT SPEED DRIVE GOVERNOR PARTS KIT, WSDC: 05F, AIRCRAFT, STRATOLIFTER C/KC
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of the Constrant Speed Drive Governor Parts Kit, identified by NSN 1650-010333280. This procurement is specifically for an indefinite quantity contract (IQC) with a base period of five years, requiring the manufacturing of parts in accordance with specified drawings and standards, with an estimated annual quantity of 80 units. The parts are critical components for aircraft systems, emphasizing the importance of compliance with military specifications and the necessity for contractors to be certified to access unclassified data. Interested small businesses must submit their proposals by the solicitation issue date, expected on or about November 25, 2025, and can direct inquiries to Tatjana Klemmer at tatjana.vaughan@dla.mil.
    TRUNNION, CYLINDER
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of trunnion cylinders for the KC-135 aircraft. This presolicitation opportunity is set aside for small businesses and involves an Indefinite Quantity Contract with an estimated maximum order quantity of 120 units over a five-year period, with a delivery schedule of 228 days after receipt of order. The goods are critical components used in aircraft hydraulic systems, emphasizing their importance in maintaining operational readiness. Interested vendors must submit their proposals by fax and are encouraged to download the Request for Proposal (RFP) from the DLA Internet Bid Board System, with the solicitation issue date set for December 19, 2025. For further inquiries, potential offerors can contact Cindy Hunt at (804) 971-7217 or via email at cindy.hunt@dla.mil.
    PANEL, STRUCTURAL AI
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of structural panels for the KC-135 aircraft, specifically identified by NSN: 1560-00-231-9229. This opportunity is a Total Small Business Set-Aside, aimed at acquiring 40 units over a six-month contract term, with a delivery schedule of 283 days after receipt of order. The goods are critical components for aircraft operations, emphasizing the importance of quality and reliability in defense logistics. Interested vendors must submit a written proposal and complete the solicitation available on the DLA Internet Bid Board System (DIBBS) by the anticipated issue date of December 22, 2025. For further inquiries, potential offerors can contact Renee Griffin at renee.griffin@dla.mil or by phone at (445) 737-2040.