F-15 Shimmy Damper Actuator Remanufacture
ID: FA8203-24-R-0004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8203 AFSC PZAAB2HILL AFB, UT, 84056-5825, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

AIRCRAFT LANDING GEAR COMPONENTS (1620)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the remanufacture of F-15 Nose Wheel Steering Shimmy Damper Actuators under solicitation number FA8203-24-R-0004. The procurement involves restoring these critical components to serviceable condition, adhering to stringent quality assurance standards and technical specifications. This initiative is vital for maintaining the operational readiness of the F-15 aircraft, ensuring safety and performance in military operations. Interested parties must submit their proposals by October 23, 2024, with inquiries directed to Nathan Hirschi at nathan.hirschi@us.af.mil or by phone at 801-586-6091.

    Point(s) of Contact
    Files
    Title
    Posted
    The CAV AF Reporting Requirements document outlines the guidelines for contractors involved in the Contract Depot Maintenance (CDM) program, emphasizing the importance of accurate and timely reporting of government-owned assets through the Commercial Asset Visibility Air Force (CAV AF) system. Key responsibilities include maintaining asset records, completing access requests with the required training certifications, and ensuring accountability of Government Furnished Property (GFP). Contractors must adhere to specific reporting protocols for various asset categories, including “Not-on-Contract” items, and comply with unique requirements for Nuclear Weapon Related Materiel (NWRM). Furthermore, the document details the procedures for processing discrepancies, shipment actions, and the proper usage of forms, particularly the DD Form 1348-1A for receipt and shipping documentation. It stresses the importance of accurate data reporting to prevent systemic issues and outlines the penalties for non-compliance. Initial training and ongoing support are facilitated by the appropriate contracting authorities. This document serves as a crucial resource for ensuring contractor adherence to federal asset visibility standards and operational efficiency within the CDM framework.
    The document serves as Appendix B of a contract regarding government property management associated with maintenance operations at Hill Air Force Base. It outlines detailed regulations for managing government-furnished property (GFM), ensuring proper acquisition, accounting, protection, and eventual disposition. The appendix emphasizes adherence to the Federal Acquisition Regulation (FAR) and specifies responsibilities for both contractors and government officials in inventory control and property management. Key sections define critical terms, describe contract designations, outline procedures for requisitioning and controlling GFM, and detail the guidelines for reporting discrepancies and production issues. Additionally, it establishes protocols for managing condemned government property. The structure includes a comprehensive table of contents, multiple sections devoted to specific processes, and attachments detailing GFM listings and requisition codes. This guidance aims to enhance accountability and efficiency in the use of government resources, reflecting standard practices in federal grants and contracts within the defense sector.
    This document outlines a Contract Data Requirements List (CDRL) for the F-15 Shimmy Damper under Contract No. FD20202300839. It specifies the requirements for data submission by the contractor, including titles, authorities, and distribution statements. Key elements include the need for a Material Inspection and Receiving Report via the iRAPT system and submission of a Letter of Transmittal for deviations. Emphasis is placed on compliance with export control laws, including proper documentation and destruction procedures for classified and unclassified information. The contractor is also instructed on generating data during specified performance periods and providing a breakdown of data item pricing across various defined groups. The overarching purpose is to ensure that necessary technical data and documentation are provided by the contractor to facilitate effective contract execution while adhering to military and governmental standards, enhancing operational readiness and management of defense resources.
    The document is a Contract Data Requirements List (CDRL) associated with a government contract focused on the F-15 Shimmy Damper, identified by contract number FD20202300839. It outlines data submission requirements such as the Quality Deficiency Report, which must be generated within ten days after issues with Government Furnished Property are addressed. The document specifies various performance periods for data generation related to contract modifications and funding obligations. The CDRL is structured to include essential contract details, data item descriptions, approvals, submission dates, and requirements for technical data marking and distribution. Compliance with rigorous government specifications is emphasized to ensure the data's adequacy and quality. Notably, it restricts distribution to authorized personnel within the Department of Defense and outlines various price groups for estimating costs related to different types of required data. Overall, the document serves as a comprehensive guideline for contractors to deliver necessary data accurately and timely within the framework of government contracting processes.
    The DD Form 1423-1 outlines the Contract Data Requirements List for the F-15 Shimmy Damper under Contract/PR No. FD20202300839. It specifies the monthly reporting requirements, including a CDM Production Monthly Status Report to be submitted by the contractor, documenting the inventory management and production at various repair locations, including subcontractor facilities. The reports must be provided in English and submitted via designated email addresses within ten business days following the previous month's end. The document emphasizes the necessity for accurate accountability of Air Force inventory assets and compliance with export control laws, citing relevant legal frameworks. Furthermore, it details the destruction protocols for classified and unclassified documents and mandates ongoing reporting unless formally terminated by the contracting officer. The structured format delineates specific fields that contractors must complete to ensure compliance with the Department of Defense requirements, reinforcing procedural transparency and accuracy within the contract management process.
    The document is a DD Form 1423-1, which outlines the Contract Data Requirements List (CDRL) for the F-15 Shimmy Damper project under contract number FD20202300839. It specifies the contracting office and the requirements for data submission related to the project. The contractor is tasked with reporting End Item transactional data electronically to the Commercial Asset Visibility Air Force (CAV AF) system, including a Letter of Transmittal upon the completion of delivery orders. The form details various elements, such as categories, authorities, required submission dates, and the frequency of reporting. Key requirements emphasize that data must be current within 24 hours of maintenance actions and that the first submission must be made shortly after contract award. Additionally, it highlights the importance of adhering to performance periods outlined in conditional exhibits without generating data until a contract modification obligates additional funding. The document serves as a guideline to ensure timely and accurate information submission by contractors, supporting accountability and operational efficiency in government contracting processes.
    The document is the DD Form 1423-1, a Contract Data Requirements List (CDRL) for the F-15 Shimmy Damper under contract FD20202300839. Its main purpose is to outline the specifics of the Annual Government Property Physical Inventory Report required from the contractor, highlighting the submission process, timelines, formats, and compliance measures. The report is to be submitted in English and must adhere to export control laws, with a clear destruction policy for sensitive documents. Key details include that the report is due annually, within seven days after the reporting period ends. It must include relevant data representing the contractor's property control system and be accurate as of the reporting date. Certain data fields are omitted to streamline reporting. The document also specifies communication procedures with the Government Issuing Contracting Officer and provides contact information for report submissions, ensuring clarity and compliance. Overall, the CDRL serves as a critical compliance and oversight tool for government contracts, emphasizing accountability in the management of government property.
    The contract data requirements list (CDRL) outlined in DD Form 1423-1 pertains to the management and submission of a Program Status Report regarding the F-15 Shimmy Damper project, detailed under contract FD20202300839. The document specifies that data submissions must be in English and compatible with Microsoft Office or PDF formats. Deliverables include a Letter of Transmittal and the Program Status Report, which must be submitted monthly following contract award. Key distribution and export control warnings are mandated for technical documents, reinforcing compliance with the Arms Export Control Act. The CDRL also identifies specific contractual obligations, performance periods, and requirements for inspection, approval, and frequency of submissions. It delineates categories for data items and outlines the estimated pricing structure based on the complexity and importance of the data to contract performance. The document emphasizes the contractor's responsibility for delivering quality data while adhering to government requirements, ensuring all communications and documentation follow established protocols. This structured approach aids in efficient project monitoring and compliance with federal regulations, reflecting best practices in government contracting and management.
    The DD FORM 1423-1 is a Contract Data Requirements List (CDRL) used by the Department of Defense, specifically for tracking and stipulating the requirements for data items related to government contracts. It outlines parties involved, specifications of data items, distribution statements, and requirements for inspection and acceptance of data. The form contains essential sections like contract line item numbers, title, authority, contractor information, and preparation approval details. Notably, it indicates that contractors must provide significant historical data for repaired end items and adhere to distribution statements based on U.S. government regulations, especially regarding the handling of export-controlled data. The document further distinguishes different performance periods tied to the contract and stipulates pricing groups for the required data items. Its systematic structure and detailed instructions for both governmental and contractor personnel emphasize adherence to data reporting standards and the necessity of compliance with associated governmental regulations, illustrating its critical role in the management of defense procurement processes.
    This document outlines the requirements for a Contract Data Requirements List (CDRL) associated with the F-15 Shimmy Damper project under Contract/PR No. FD20202300839. It specifies data submission mandates such as frequency, channels for electronic reporting (via iRAPT), and the necessity of a Letter of Transmittal for configuration changes. It emphasizes that all technical submissions must be marked with appropriate distribution statements, export control warnings, and destruction notices in compliance with applicable laws. The contracting office's address and details for approvals are included, along with guidance on estimating data item prices based on their essentiality to contract performance. The main purpose of the document is to ensure that contractors understand the requirements for submitting data items necessary for the government’s inspection and use, thereby supporting federal RFPs and grants concerning quality control and accountability in defense contracts.
    The document outlines the Contract Data Requirements List (CDRL) related to the F-15 Shimmy Damper project (Contract No. FD20202300839) for the Department of Defense. It details the submission requirements for data items, such as the IUID Marking Activity & Verification Report, including formats, frequency, and distribution protocols. Contractors are required to submit data in English, using Microsoft Office or PDF formats, and must provide specific documentation (DD Form 250) electronically via the Internet. Initial and subsequent submissions are scheduled with strict deadlines following contract award. The document emphasizes compliance with export control laws, highlighting distribution statements and destruction notices for sensitive materials. It categorizes data items into groups based on the necessity of the data for contract performance, each with distinct pricing considerations. Overall, the document serves to provide clear guidelines for contractors to follow while ensuring adherence to government standards and requirements for technical documentation.
    The document is a DD Form 1423-1, outlining the Contract Data Requirements List (CDRL) for the management of the Commercial Asset Visibility Air Force program. It requires contractors to report End Item transactional data via electronic submission, specifically through the CAV AF website or CICA XML format. Key specifications include the submission of a Letter of Transmittal upon completion of delivery orders and daily reporting of data within 24 hours post-supply or maintenance actions. The data item number and references to the Statement of Work and reporting requirements document are included. Additionally, specific guidelines regarding communication, such as email contacts for report submissions, are provided, emphasizing timely and accurate data reporting to ensure effective contract management and operational oversight within the Air Force. This form serves as both a formal record of obligations and a mechanism for ensuring compliance with reporting standards in the context of government contracting and grants.
    The document outlines the Contract Data Requirements List (CDRL) DD Form 1423-1, intended for use in federal contracts to detail data item requirements. It specifies a monthly requirement for a "Requisition and Inventory Report" under the management of the 417th Supply Chain Management Squadron. Key details include the necessity of all reports being in English, distribution controlled to the Department of Defense and its contractors, and compliance with stringent export control laws. The first report must be submitted within ten business days post the reporting period, with subsequent submissions within the same timeframe. The document emphasizes the necessity for secure handling and destruction of technical data per established Department of Defense protocols. Overall, this form serves as a structured means for tracking and reporting requisitioning and inventory data as part of contract management processes.
    The document outlines the evaluation criteria for award under solicitation FA8203-24-R-0004, using the Lowest Price Technically Acceptable (LPTA) method. The evaluation consists of two primary factors: Price and Technical Acceptability. For Price, the Total Evaluated Price (TEP) will be determined by adding the extended prices for all components of the award, including basic and option quantities. The Technical Acceptability factor includes two subfactors: (a) Approved Source, which requires that offerors be listed as approved sources (e.g., Moog, Heroux-Devtek) with necessary engineering approval, and (b) Property Management Plan (PMP), where offerors must submit a plan aligned with voluntary consensus standards concerning Government Furnished Property. The PMP will be assessed for compliance with federal regulations and incorporated into the contract upon award. Overall, this document establishes criteria for selecting contractors based on competitive pricing and adherence to quality standards, ensuring compliance with government requirements in procurement processes.
    The document outlines the evaluation criteria for the federal solicitation FA8203-24-R-0004, which utilizes a Lowest Price Technically Acceptable (LPTA) approach for awarding contracts. It details two primary evaluation factors: Price and Technical Acceptability. Factor 1 assesses the total evaluated price (TEP) by summing extended prices for basic awards and options, with specific line items outlined for various remanufacture tasks. Additionally, the document mentions potential contract modifications for expedited delivery following a post-award upgrade to a Mission Impairing Condition (MICAP). Factor 2, Technical Acceptability, includes three subfactors: 1. Approved Source: Offerors must be listed as approved sources, with specified engineering source approvals. 2. Property Management Plan (PMP): Proposals must include a plan addressing standards related to Government Furnished Property (GFP), which will be evaluated for adequacy. 3. Required Delivery Schedule: Offerors are required to present a delivery schedule that meets or precedes the outlined timelines for the basic award and options. This solicitation emphasizes the government’s focus on maintaining part quality and compliance with regulatory standards through approved sourcing and proper property management practices, whilst prioritizing competitive pricing and timely delivery.
    The document is a solicitation for a federal contract issued by the U.S. Department of the Air Force, specifically for the remanufacture of shimmy dampers, as specified in solicitation number FA8203-24-R-0004. The Air Force intends to procure and remanufacture 20 dampers with a delivery deadline of 60 calendar days after asset receipt, alongside various Contract Data Requirements Lists (CDRLS) related to this project. There are several options outlined for additional dampers, indicating flexibility in quantities based on future needs. The solicitation emphasizes compliance with specific quality standards, including AS9100, and includes detailed provisions regarding inspection, acceptance, and contract administration. It also stipulates the usage of WAWF (Wide Area Workflow) for electronic invoice submissions and provides ample information for offerors, including the contact details of the buyer and relevant clauses. The document is structured in a standardized format including sections for the schedule, contract clauses, and representations, ensuring clarity and adherence to government procurement protocols. Overall, it underlines the Air Force's commitment to maintaining operational capabilities through effective procurement while following established regulations and guidelines.
    The document outlines packaging requirements in compliance with federal standards and international regulations concerning wood packaging materials (WPM). It specifically addresses the prevention of invasive species, such as the pinewood nematode, through the mandated use of debarked wood and heat-treated materials, ensuring proper certification from accredited agencies. The document incorporates various military standard practices (MIL-STD-129 and MIL-STD-2073-1) for shipping and storage of items, stating that packaging must adhere to these guidelines. Key items mentioned include specific preservation levels and packaging codes for multiple equipment items, with detailed instructions for vendors on maintaining standards relevant to military logistics. Additional marking and barcoding requirements for shipping containers are highlighted, emphasizing compliance with military specifications. The document concludes with vendor instructions and contact information for a packaging specialist. This summary captures the essential purpose of the document, which is to ensure that all packaging associated with military shipments conforms to established standards for quality, safety, and international trade regulations, thereby facilitating adherence to environmental protocols and safeguarding equipment for worldwide distribution.
    The document outlines an approved government procurement file related to the solicitation of "NWS Shimmy Damper," identified by the solicitation number FA820324R0004. The attachment, dated April 2, 2024, specifies the item details, including a non-serialized item quantity of 20, each with an acquisition cost of 118,566.12. The National Stock Number (NSN) and the CAGE code are provided for precise identification of the item. The delivery is slated to occur in units, with no additional requisitioned items noted. This solicitation indicates a formal procedure for acquiring specific parts critical for operational readiness, emphasizing the government’s structured approach to procurement in support of programmatic needs within defense or related sectors.
    The government file outlines an approved attachment for a solicitation related to the procurement of military components under solicitation number FA820324R0004. The focus is on the supply of two non-serialized items: the NWS Shimmy Damper and Housing, which are necessary for the F15 program. A total of 60 units of each item are requisitioned, with a planned delivery of quantities ranging from 20 to 60 pieces by the Air Force. The document includes key information such as National Stock Numbers (NSNs), CAGE Codes, and indicates that the items will be delivered "as-is" at the unit acquisition cost. This attachment serves as part of the broader framework for federal RFPs, highlighting the meticulous nature of military procurement processes and the need for detailed logistics in shipping defense-related components.
    The document is an Item Unique Identification (IUID) Checklist, focusing on the IUID requirements for a specific item under the Defense Federal Acquisition Regulation Supplement (DFARS). It specifies details for a damper, shimmy (NSN: 1620002671046), requiring IUID marking as per MIL-STD-130 guidelines. The initiator of the request is James Humpherys, with provided contact information. Key marking guidance states that the full IUID requirements are documented within the Technical Data Package associated with the item, specifically referencing the Engineering Data List (EDL). The checklist also identifies embedded items related to the main NSN, confirming that those items must follow the same marking protocols. This document serves as a compliance tool for ensuring proper identification and traceability of defense-related components, aligning with government procurement standards to enhance logistical support and accountability across federal acquisition processes.
    The document presents a Repair Data List (RDL) for the shimmy damper component identified by the National Stock Number (NSN) 1620002671046 and part number 68A450900-1015, relating to aerospace equipment maintenance and repair. It includes multiple entries detailing various associated documents, such as drawings, parts lists, acceptance test procedures, maintenance instructions, contamination control, and operational guidelines. Each entry is designated with its corresponding Cage Code (CAGE) and indicates availability, governmental rights, and distribution codes. The core focus is on providing necessary technical information and procedures specific to the repair and maintenance of the shimmy damper and related parts, underscoring adherence to military and aerospace standards. The document also features a legend explaining its furnished method codes, which categorize document accessibility, including government-provided data and contractor requirements. This RDL serves vital functions for contractors in fulfilling repair and maintenance obligations under federal grants and requests for proposals (RFPs), ensuring all entities engaged in aerospace activities comply with operational specifications and safety regulations.
    The document details a Repair Data List for a shimmy damper, annotated with specific part numbers and associated technical references. It identifies the item by its National Stock Number (NSN) 1620002671046 and lists its Cage Code as 76301. The repair data includes four lines of essential technical documentation with references, such as drawings and acceptance test procedures. Notably, certain documents require requests to access and are marked with specific legend codes indicating their availability and restrictions. The document serves as a crucial resource for procurement officers and contractors seeking repair and maintenance information for military equipment. It emphasizes the importance of adhering to specific technical orders and acquiring necessary documents from designated managers, reflecting standard government protocols for managing and disseminating technical repair information. Overall, the file is structured clearly, focusing on vital aspects of parts repair while adhering to government regulations and processes.
    The document outlines an amendment to a solicitation for a contract issued by the Department of the Air Force, specifically the Directorate of Contracting at Hill Air Force Base. The amendment, identified by Contract ID FA8203-24-R-0004-0001, becomes effective on May 7, 2024. It updates the original solicitation dated April 10, 2024, and indicates that the deadline for receipt of offers has not been extended, remaining at June 10, 2024, at 3:30 PM. This amendment requires bidders to acknowledge receipt before the specified deadline to avoid rejection of their offers. The purpose of the amendment pertains to routine administrative changes, ensuring the contract terms stay current while maintaining all previously established conditions. The need for acknowledgment and options for modifying offers highlight the process's procedural aspects in compliance with federal contracting regulations. The amendment serves to facilitate clarity and continuity in the procurement process, aligning with federal guidelines for contract management.
    The document outlines the repair qualification requirements for the Shimmy Damper used in the nose wheel steering of the F-15 aircraft. It details the processes and criteria that potential suppliers must meet to be recognized as qualified sources. Key steps include notifying the government of intent to qualify, demonstrating appropriate facilities and inspection capabilities, verifying data packages, and adhering to specific repair and testing guidelines. A projected cost of $637,500 and an estimated qualification timeline of 700 days are provided. There are also waiver requirements for existing qualified sources under certain conditions, such as prior government supply. Overall, this document serves to ensure that contractors meet stringent quality and compliance standards before being awarded contracts for repair services.
    The document is an amendment to the solicitation FA8203-24-R-0004 for the remanufacture of the F-15 NWS Shimmy Damper Actuator, issued by the Department of the Air Force. The primary purpose of this amendment is to extend the offer submission deadline from June 10, 2024, to October 23, 2024, at 4:30 PM MST. Additionally, it incorporates several revised documents that will replace previous versions entirely, including the Statement of Work for the actuator remanufacture and various Contract Data Requirements Lists (CDRLs). The amendment emphasizes that all other terms and conditions of the original solicitation remain unchanged and in full effect. This modification serves to ensure clarity, compliance, and updated documentation for contractors participating in the procurement process, reflecting the continuing procedural aspects of government contracting.
    The document outlines a Statement of Work (SOW) by the Department of the Air Force for the remanufacture of F-15 Nose Wheel Steering Shimmy Damper Actuators to restore them to serviceable condition. The Contractor is tasked with testing and remanufacturing these components in compliance with defined technical orders and government specifications. Key requirements include the performance of inspections upon receipt, adherence to quality assurance standards (AS9100:2015 or higher), and the maintenance of detailed documentation throughout the remanufacturing process. Additionally, the SOW details reporting and data requirements, including monthly production reports, quality deficiency reporting, and documentation for engineering change proposals. The Contractor must also follow stringent protocols for managing government-furnished property and ensure compliance with safety and cybersecurity regulations. The purpose of this SOW aligns with government procurement objectives by ensuring that critical aircraft components are restored efficiently, safely, and in accordance with regulatory standards while maintaining open communication with government representatives throughout the contract duration.
    The Department of the Air Force has outlined a Statement of Work (SOW) for the remanufacture of the F-15 Nose Wheel Steering Shimmy Damper Actuator, designated by part number 68A450901-1015. This document details the scope and requirements for restoring the actuator to a serviceable condition, involving comprehensive remanufacturing processes that comply with technical orders and directives. Key responsibilities include rigorous receiving inspections, handling, and proper reporting of any discrepancies or condemned assets deemed beyond economical repair. The contractor is tasked with the remanufacture procedures, quality assurance, and adherence to packaging, handling, and shipping protocols. Notably, item unique identification marking and strict compliance with applicable safety regulations are mandated throughout the process. Additionally, the contractor must maintain open communications with government representatives and submit various reports to ensure transparency and collaboration. Overall, the SOW serves as a critical framework to ensure the successful remanufacture of aviation components while meeting government standards for quality and safety.
    The Statement of Work (SOW) outlines comprehensive packaging, preservation, and marking protocols for military supplies, ensuring compliance with Department of Defense (DoD) standards. It mandates adherence to various military standards such as MIL-STD-2073-1 for military packaging, MIL-STD-129 for military marking, and regulations for hazardous materials under ICAO and CFR Title 49. The document emphasizes the need for proper labeling, safety data sheets for hazardous materials, and adherence to international phytosanitary measures for wood packaging. It also covers requirements for reusable containers and establishes a system for reporting discrepancies in packaging via Web Supply Discrepancy Report (WebSDR). Additionally, the document references the ASSIST website for specification access and mandates compliance with specific federal standards. The SOW serves as a crucial guideline for contractors handling military logistics, ensuring safety, efficiency, and adherence to regulatory standards in all aspects of packaging and shipment of military materials.
    The document outlines packaging requirements for Department of Defense (DoD) shipments, emphasizing the importance of compliance with military standards. It specifies that packaging materials must meet Military Standard 2073 and addresses procedures for safeguarding items, including the use of various cushioning and wrapping materials to ensure product integrity. Additionally, it reiterates the need for adherence to international phytosanitary measures, particularly regarding wood packaging materials (WPM), to prevent the introduction of invasive species. The required construction of WPM includes the use of debarked and heat-treated wood, certified by recognized agencies. This document is essential for contractors involved in DoD-related contracts, ensuring their compliance with established packaging standards and international regulations, thereby facilitating secure and environmentally responsible logistics. Overall, the purpose is to maintain the security and integrity of government assets during transport while adhering to health and safety regulations.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    2835-01-459-6815 (24-R-0746)
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the procurement of nine units of Gearbox, Accessory D, under solicitation SPRHA124R0746. This procurement is critical for supporting the F-15 aircraft and aims to establish a firm price agreement for 120 days following the acceptance of offers, with an emphasis on compliance with the Buy American Act and sourcing from approved manufacturers. Interested contractors must adhere to stringent quality assurance standards, military packaging and marking requirements, and are encouraged to participate in the procurement process, which is open to all businesses but particularly targets small and disadvantaged enterprises. Proposals are due by October 4, 2024, and interested parties can contact Johnny Wakefield at johnny.wakefield.2@us.af.mil or by phone at 385-519-8310 for further information.
    2835-01-456-6509 (24-R-0245)
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the acquisition of turbine and turbine generator set units, specifically accessory gearboxes for the F-15 aircraft. The procurement involves a total of 28 units, including 18 units of part number 386704-4-1 and 10 units of part number 386706-4-1, with strict adherence to quality standards such as ISO 9001-2015 and AS9100. This opportunity is critical for maintaining operational readiness and support for military aviation systems. Interested vendors must submit their proposals by October 4, 2024, and can direct inquiries to Johnny Wakefield at 385-519-8310 or via email at johnny.wakefield.2@us.af.mil.
    Modernization, Enterprise Management, and Select Sustainment Requirements of the F-15 Eagle Weapon System
    Active
    Dept Of Defense
    The Department of Defense, through the Air Force Life Cycle Management Center (AFLCMC), is seeking capable sources for the modernization, enterprise management, and sustainment of the F-15 Eagle Weapon System. This opportunity involves multiple contracting vehicles, including stand-alone contracts and Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts, aimed at fulfilling future requirements for the F-15 system, which is critical for both United States Air Force operations and Foreign Military Sales. Interested parties must demonstrate their ability to provide a range of services, including hardware and software design, integration, testing, and support, with submissions due by 4 PM EST on September 16, 2024. For further inquiries, potential respondents can contact Valerie Neff at valerie.neff@us.af.mil or Stacey Carone at stacey.carone@us.af.mil.
    Housing, Mechanical
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of mechanical housing components specifically designed for the F-15A aircraft. The Request for Proposals (RFP) identified as SPRTA1-25-R-0005 calls for a total of 11 units of the specified housing part, part number 747987, with a required delivery date of October 6, 2025. This acquisition is critical for maintaining the operational capabilities of the aircraft, and interested firms are encouraged to contact the original equipment manufacturer, Hamilton Sundstrand Corporation, for data rights inquiries. Proposals must be submitted electronically via SAM.gov by the closing date of October 31, 2024, with all inquiries directed to James Maynard at 405-855-3351 or via email at james.maynard.6@us.af.mil.
    N00383-24-R-9520
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is preparing to issue a presolicitation for a long-term contract focused on the repair of actuator components essential for the V-22 aircraft and Foreign Military Sales (FMS) requirements. This procurement will be a sole source solicitation directed at GE Aviation Systems LLC, the original equipment manufacturer, as they are the only known source for the necessary repair parts due to the government's lack of data rights for alternative suppliers. The contract is expected to span three years, with specific quantities and pricing outlined for various actuator types, including electro-mechanical and mechanical options, which are critical for maintaining operational readiness. Interested parties may submit capability statements or proposals by November 12, 2024, and should direct inquiries to Linda Vong at linda.vong2.civ@us.navy.mil or call 215-697-5936.
    Remanufacture of B-1B Electro-Mechanical Actuator
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of B-1B Electro-Mechanical Actuators under Solicitation FA8118-24-R-0066. This procurement involves a five-year firm-fixed-price requirements contract, which includes a three-year base period and a two-year option, aimed at ensuring the availability of high-quality remanufactured parts critical for military aircraft operations. The selected contractor will be responsible for adhering to stringent quality assurance measures, packaging requirements, and reporting obligations, all while supporting the operational integrity of military systems. Interested vendors, particularly small businesses including Women-Owned and Service-Disabled Veteran-Owned entities, should contact Matthew Churchwell at matthew.churchwell.2@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further details and to ensure compliance with all submission guidelines.
    Solicitation-C-5 Nose Landing Gear Door Gearboxes
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul of Nose Landing Gear Door Gearboxes, with a focus on electronic and precision equipment repair and maintenance. This procurement involves a Firm Fixed Price Requirements Type Overhaul Contract, which includes a five-year Basic Ordering Period and three one-year Option Periods, totaling up to eight years of service. The gearboxes are critical components for aircraft operations, and the government owns a complete technical data package for this requirement. Interested vendors must register in the Joint Certification Program to access bid documents and submit their proposals by the response deadline of October 5, 2024, at 3:30 PM EST. For further inquiries, vendors can contact Caiveon Thomas at caiveon.thomas@us.af.mil or Karen Beckford at karen.beckford@us.af.mil.
    Valve Plate, Hydraulic
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of hydraulic valve plates (NSN: 1650-01-246-5618) intended for use in the F-15 aircraft. The total line item quantity required is 174 units, with an estimated issue date for the Request for Proposal (RFP) set for October 14, 2024, and a closing date of November 13, 2024. This acquisition is critical for maintaining the operational capabilities of the F-15, and interested vendors are encouraged to contact the original equipment manufacturer for data rights, as the government does not own the necessary data for manufacturing. For further inquiries, potential offerors can reach out to Chrissy Turnage at christine.turnage@us.af.mil, with delivery required on or before June 5, 2027.
    HYDRAULIC RESERVOIR PARTS KIT / 19F, F-15 EAGLE AIRCRAFT
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of a Hydraulic Reservoir Parts Kit for the F-15 Eagle aircraft. This opportunity is a presolicitation for an indefinite quantity contract (IQC) with a base period of five years, requiring the manufacturing of parts in accordance with specific technical drawings and standards. The estimated annual quantity is 96 units, with delivery expected 210 days after the order date, and inspection and acceptance will occur at the origin. Interested small businesses must ensure they are certified to access the required unclassified data and are encouraged to participate in a reverse auction process. For further inquiries, Gladys Brown can be contacted at gladys.brown@dla.mil or by phone at 804-279-1561. The solicitation is anticipated to be issued on or about September 18, 2024, and will be available on the DLA Internet Bid Board System (DIBBS).
    Repair of the F-16 IF Assembly
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the F-16 IF Assembly, with a focus on interchangeable National Stock Numbers (NSNs) related to the aircraft's operational components. The procurement aims to restore critical equipment to serviceable condition, ensuring compliance with stringent technical standards, counterfeit prevention measures, and security protocols. This contract is vital for maintaining the operational integrity of military aviation systems, with a delivery timeline of 90 days after receipt of carcass for various line items. Interested contractors should reach out to primary contact Darin Rector at daren.rector@us.af.mil or secondary contact Hunter Doney at hunter.doney@us.mil for further details regarding the solicitation, which is expected to be awarded under the contract number FD20202400650.