Remanufacture of Electro-Mechanical Actuator NSN: 1680-01-289-2958RK PN: Y56A
ID: FA811825R0027Type: 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

MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS (1680)

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 B-1B Electro-Mechanical Actuators, identified by NSN 1680-01-289-2958RK and part number Y56A. This procurement involves a five-year firm-fixed price Requirements type contract, which includes a three-year basic ordering period and a two-year option, aimed at restoring the actuators to like-new condition while adhering to stringent quality standards and regulatory requirements. The actuators are critical components for aircraft rudder positioning, enhancing aviation safety and operational effectiveness. Interested small businesses are encouraged to submit proposals, with the contract award anticipated on May 7, 2024. For further inquiries, Matthew Churchwell can be contacted at matthew.churchwell.2@us.af.mil or by phone at 405-582-4184.

    Point(s) of Contact
    Files
    Title
    Posted
    The CAV AF Reporting Requirements document outlines essential guidance for contractors involved in Contract Depot Maintenance (CDM) for the Commercial Asset Visibility Air Force (CAV AF) system. The primary purpose of CAV AF is to record and report the status of Government-owned assets at contractor repair facilities, including items stored in the Inventory Control Point (ICP). Contractors are required to ensure accurate and timely reporting of asset statuses within one business day following maintenance actions, adhering to specific protocols, including training in CyberAwareness and maintaining valid access requests. Key responsibilities include maintaining accurate records, accountability for Government Furnished Property, and adherence to reporting processes for "Not-on-Contract" and quality deficiency reports. Contractors must utilize designated shipping documents and follow stringent procedures for reporting discrepancies in shipments. In the event of operational issues with the CAV AF system, contractors are instructed to manually report through alternate channels. The document emphasizes the critical need for accuracy in reporting to avoid systemic data problems that could complicate inventory management. The guidance serves to enhance contractual compliance and facilitate effective management of military assets, thereby fulfilling obligations in government contracts and grants relating to asset visibility and accountability.
    The document presents a Contract Data Requirements List (CDRL) for contract FD20302302177 concerning the B1-B Electromechanical Actuator (PN Y56A), detailing various data item requirements from the contractor to the U.S. Department of Defense. It outlines specific reporting obligations including Commercial Asset Visibility Reporting, Contract Depot Maintenance Monthly Production Report, Annual Government Property Inventory Report, Report of Shipping Discrepancy, and Production Surge Plan. Each requirement specifies the frequency of reporting, submission guidelines, and the mandatory use of the English language for all documents. Additionally, export control warnings and destruction notices are noted to ensure compliance with national security regulations. The document underscores the importance of timely data submission for effective inventory management and accountability in the defense sector. Overall, the CDRL encapsulates critical operational policies that govern contract execution and compliance within the framework of government procurement processes aimed at maintaining military readiness and oversight.
    The Government Property (GP) Inventory Report, designated as DI-MGMT-80441D, serves as a structured template for contractors to report on Government Furnished Property (GFP) and Contractor Acquired Property (CAP) in their possession. Approved on June 9, 2020, this document applies to all contracts involving GP and outlines the reporting requirements to ensure accountability and transparency in asset management. The report must be submitted electronically and includes specific fields such as contract number, asset identification numbers, item descriptions, and quantities. Essential data points also cover manufacturer details, costs, locations, and unique identifiers where applicable. The classification of the property is categorized into various types, including communication security and special tooling, while the date of the last physical inventory and federal condition codes must also be documented. This reporting requirement highlights the importance of maintaining an accurate inventory for compliance and resource management purposes in federal contracting. Overall, the document ensures that all relevant data regarding GP ownership and status is effectively captured and communicated to the Department of Defense and associated agencies.
    The document pertains to information from the Defense Logistics Agency (DLA) regarding the verification process for government-related sources. It emphasizes the importance of ensuring that users check the currency and validity of the materials retrieved from their site, specifically mentioning multiple instances where users should verify the source before utilizing the documents. The repetitive nature of the notes underscores the critical need for accuracy and compliance with updated regulations in federal projects, particularly related to RFPs (Requests for Proposals) and federal grants. While the document lacks specific project details, it serves as a procedural reminder for stakeholders to remain vigilant about source verification, aligning with broader standards of governance and documentation integrity in federal and local initiatives.
    The document outlines verification procedures related to accessing and using federal government resources from the Defense Logistics Agency (DLA). It emphasizes the need to consult the official DLA source, http://assist.dla.mil, to ensure users have the most current version of the information before proceeding. This protocol is critical for organizations engaging in federal RFPs (Requests for Proposals), federal grants, and various state and local RFPs, as it underscores the importance of adhering to updated guidelines and standards. By directing users to validate the information directly from the source, the document aims to secure accuracy and relevancy, thereby facilitating compliance within government contracting and grant processes. It highlights the broader context of maintaining rigorous standards in federal contracting practices, ensuring that entities work from verified and current guidelines to avoid potential legal and operational pitfalls.
    The document outlines the Commercial Asset Visibility (CAV) Reporting requirements, designated as DI-MGMT-81838, established to enhance the tracking and management of government-owned reparable assets throughout their repair lifecycle at contractor facilities. The primary objective of the CAV application is to provide a web-based, automated inventory management system that enables real-time transaction reporting, which updates the associated database automatically. Key requirements specified in the document include a standardized format for reporting transactions, as established in the Contract Statement of Work. Contractors are mandated to report various transaction types, including but not limited to asset receipt, inductions, parts awaiting, completions, shipments, and discrepancies. Additionally, the CAV system facilitates the generation of various reports, such as repair history reports and material movement documents. This document serves as a guide for contractors, ensuring compliance with reporting standards necessary for effective asset visibility and management within government operations. As part of federal contracting processes, it emphasizes the importance of transparent and accurate asset tracking, reflecting the government's commitment to maintaining accountability and efficiency in asset management.
    The Contract Depot Maintenance (CDM) Monthly Production Report outlines the requirements for the preparation and submission of monthly maintenance production figures from contractors to the government. This report captures critical operational data to ensure accountability and performance monitoring. The intended format includes specific blocks that catalog essential information such as contact details for the Production Management Specialist (PMS) and contractor, item identification via Federal Supply Class (FSC) and National Item Identification Number (NIIN), contractual details, quantities of reparables received and produced, and shipping status. Key components of the report entail a Part I section outlining the structure and details required, and a Part II section providing a production summary when discrepancies in production forecasts are noted. Reports are due within ten business days of the month’s conclusion, and they play a vital role in maintaining transparency and efficiency in the depot-level maintenance operations for the Department of Defense. Overall, this document facilitates the systematic tracking of repair activities and addresses potential production issues proactively.
    The document outlines the Request for Proposal (RFP) FA8118-25-R-0027 issued by the Department of the Air Force for the remanufacture of B-1B electro-mechanical actuators. This procurement is designated as a total small business set-aside, with an emphasis on encouraging participation from various small business categories, including women-owned and service-disabled veteran-owned businesses. The contract covers a five-year period: three years of basic ordering and two optional years. The contractor is responsible for providing all necessary materials and services to restore the actuators to like-new condition, meeting government specifications. Proposals are expected to reflect competitive pricing without the need for certified cost or pricing data unless required afterward. Additionally, the document specifies qualification requirements, including the submission of Source Approval Requests for new contractors, and mandates compliance with various cybersecurity and quality assurance protocols. Inspection and acceptance of work will occur at the contractor’s facility, with specific clauses governing delivery, payment processes, and any “over and above” work that may be necessary. The document emphasizes the importance of maintaining data rights and compliance with industry standards, underscoring the government's commitment to transparency and accountability in its procurement processes.
    The government file outlines a requisition for 60 electro-mechanical actuators intended to be used for aircraft rudder positioning, which is crucial for controlling the yaw trim in flight operations. Identified by the pre-stage identifier 1008852 and contract award date of May 7, 2024, these actuators fall under a specific part number and model number associated with the NSN 168001289295. Each actuator has an acquisition cost of $2,600, with the documents confirming that these items are to be delivered as-is, indicating no modifications required upon delivery. This requisition represents a clear step in enhancing aviation safety and operational effectiveness through the procurement of specialized equipment necessary for maintaining aircraft performance. The structured information denoted in the attachment supports transparency and accountability in government procurement processes.
    The document outlines specific packaging requirements for military items, ensuring compliance with international regulations regarding wood packaging material (WPM) to prevent the spread of invasive species, such as the pinewood nematode. It mandates that all wooden materials, including pallets and containers, must be constructed from debarked wood and subjected to heat treatment of at least 56 degrees Celsius for 30 minutes. Certification from an accredited agency is also required. The packaging must adhere to military standards, specifically MIL-STD-2073-1 for packaging and MIL-STD-129 for marking. Further, any additional shipping container markings are specified to include unit serial numbers and OEM details, as applicable. The document is signed by a packaging specialist and provides clear instructions aimed at compliance with military logistics and biosecurity protocols. This ensures the adherence to both safety regulations and logistical efficiency in military shipping operations.
    The document outlines the Statement of Work (SOW) for the remanufacture of the Electro-mechanical Actuator at Tinker Air Force Base. Its primary purpose is to detail the contract's specifications, expectations for contractors, and regulatory requirements for work involving the actuation system. Key sections include definitions of terms, pre-award survey requirements, initial production evaluation, quality control protocols, specific work requirements, and supply chain risk management practices. The document specifies the remanufacturing process, including disassembly, inspection, maintenance, and testing, ensuring products meet stringent quality standards. It mandates the complete replacement of certain consumable parts and emphasizes the use of approved parts from original equipment manufacturers. There are sections addressing government property handling, safety regulations, and compliance with technical orders. The contractor must establish comprehensive quality assurance measures, maintain an effective supply chain risk management strategy, and provide detailed reports and documentation. This facilitates transparency and accountability in the process, aligning with governmental objectives to maintain operational integrity and security. This SOW serves as a guide for contractors to ensure the successful remanufacturing of the actuator within specified governmental requirements and quality standards.
    The document outlines transportation data related to federal solicitations concerning the procurement of items identified by National Stock Numbers (NSN). Initiated on May 7, 2024, it includes specific purchase instrument numbers and detailed funding information for three individual items, along with directives regarding shipping procedures. The first two items emphasize contacting a supply planner for shipping instructions, whereas the third item has a shipping remark identified as "TBN." It notes that there are zero-dollar purchase requisitions to establish contracts for the items mentioned. Additionally, transportation account codes and obligations are detailed, providing clarity on funding channels. The document concludes with the name and contact information of Dorothy A. Langford, the responsible official in the organization. This file serves to facilitate the efficient processing and movement of goods under federal procurement initiatives, ensuring compliance with related regulations and protocols in connection with the Department of Defense logistics framework.
    Lifecycle
    Similar Opportunities
    ACTUATOR, ELECTRO-MECHANICAL; NSN 1680-00-822-0170
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of an electro-mechanical actuator, identified by NSN 1680-00-822-0170. This component is crucial for various aircraft applications, ensuring operational efficiency and reliability in military operations. Interested vendors must submit their proposals by the deadline of February 24, 2025, and can direct inquiries to Asaycia Clayton at asaycia.clayton.1@us.af.mil for further information regarding the solicitation.
    Acuator, Mechanical
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency at DLA Aviation in Oklahoma City, is seeking proposals for the acquisition of mechanical actuators, specifically identified by NSN 3040-01-478-8903NZ and part number 4086388. The procurement requires a total of seven units, with a minimum order of two and a maximum of eleven, emphasizing the critical safety nature of these items and the necessity for compliance with safety and quality standards. This procurement is vital for ensuring the availability of necessary mechanical actuators for federal operations, with an estimated RFP issue date of December 20, 2024, and a projected close date of January 23, 2024. Interested parties can contact David Todd Isaac at david.isaac.4@us.af.mil or by phone at 405-855-3000 for further details.
    16--ACTUATOR,ELECTRO-ME
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure 26 units of the Actuator, Electro-Mechanical (NSN 7R-1680-014552537-QE, P/N 2741392-2-2) from limited sources, specifically MOOG INC and BOEING. This procurement is critical as the actuator is a key component in various aircraft systems, and the government does not possess the necessary data to source it from alternative manufacturers. Interested parties must submit their capability statements to the primary contact, Elise M. Anzini, via email at elise.anzini@navy.mil within 15 days of this notice, with the anticipated award date set for May 2025. This procurement will not be a Total Small Business Set-Aside and will follow the procedures outlined in FAR Part 13 and FAR Part 15.
    C-5 ACTUATOR, ELECTROMEC, NSN: 4810-00-400-0300RK, PN: 107797A100
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of 42 Electromec Actuators (NSN: 4810-00-400-0300RK) intended for use on C-5 aircraft. The procurement is critical for maintaining the operational capabilities of the C-5 fleet, as these actuators are essential components in the aircraft's systems. The Request for Proposal (RFP) was issued on February 28, 2025, with a submission deadline of March 28, 2025, and delivery is scheduled in six batch shipments starting June 25, 2026. Interested parties should direct inquiries to John Nolan at john.nolan.8@us.af.mil or call 405-855-3542, noting that the contract execution is contingent upon the availability of appropriated funds.
    Remanufacture of the Electro- Mechanical Actuator for B-2 Aircraft
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of five Electro-Mechanical Actuators for the B-2 Aircraft under a fixed-price contract. The procurement aims to restore these critical components to like-new condition, ensuring compliance with stringent technical and quality assurance requirements, including the use of approved parts and adherence to safety regulations. This opportunity is vital for maintaining the operational readiness of the B-2 fleet, reflecting the government's commitment to effective asset management and oversight. Interested vendors must submit their quotations by March 10, 2025, and can direct inquiries to Mayona Presley at mayona.presley@us.af.mil or Amy Gil at amy.gil@us.af.mil.
    ACTUATOR, ELECTRO_ME
    Buyer not available
    The Defense Logistics Agency (DLA) Aviation is soliciting proposals for the procurement of Electro-Mechanical Actuators, specifically the NSN: 1680012218261, P/N: RYLC51047, which is sole sourced to GE Aviation Systems. The solicitation seeks pricing and delivery information for a maximum of five units, including four units for operational use and one for evaluation, with adherence to stringent quality assurance standards such as AS 9100 and compliance with the Buy American Act. These components are critical for defense operations, ensuring the reliability and functionality of military aircraft systems. Interested vendors must submit their responses by March 3, 2025, to the contracting specialist, Molly Musgrove, at molly.musgrove@us.af.mil, with delivery expected by December 31, 2025, following specific shipping and packaging instructions.
    ELECTRO-MECHANICAL ACTUATOR
    Buyer not available
    The Defense Logistics Agency, specifically DLA Aviation at Oklahoma City, is soliciting quotations for the procurement of electro-mechanical actuators, identified under National Stock Number 1680-00-060-2959 RK. This solicitation, numbered SPRTA1-25-R-0111, requires interested contractors to comply with the Buy American Act and adhere to quality assurance standards, including AS9100, ensuring that the components meet the high standards necessary for military applications. The procurement is crucial for maintaining operational readiness within the defense sector, emphasizing the importance of timely delivery and proper certification of the actuators. Quotations must be submitted by February 21, 2025, and inquiries can be directed to David Garcia at david.garcia.59@us.af.mil or by phone at 405-739-5501.
    Actuator, Electro-Me
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking sources for the procurement of new electro-mechanical actuators to enhance maintenance capabilities for the F-16 aircraft. This initiative aims to identify potential manufacturers and suppliers for the specific part (NSN: 1680-01-077-3420RK, Part Number: 16K0745-5), with an emphasis on engaging a diverse range of businesses, including small and disadvantaged enterprises. The information gathered from this Sources Sought Synopsis will inform the acquisition strategy and ensure that the Air Force effectively meets its spare parts requirements. Interested vendors are encouraged to submit comprehensive business information to the primary contact, 423 SCMS, at 423.SCMS.AFMC.RFI@us.af.mil, as this phase does not involve any funding or commitment for a contract.
    17--ACTUATOR,ASSY,CROV,, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking proposals for the repair of an actuator assembly (NSN 7R-1710-016485009-EY) essential for aircraft landing equipment. The procurement involves a competitive solicitation for one unit, with the expectation that the award will be made to the Original Equipment Manufacturer, Northrop Grumman Systems Corp, or other approved sources, as the government does not possess the necessary data to procure from alternative suppliers. Interested parties must submit their capability statements within 15 days of this notice, with the solicitation expected to be issued on February 10, 2025, and proposals due by March 10, 2025. For further inquiries, contact Jason J. Sklencar at jason.sklencar@navy.mil.
    Actuator, Electro-Mechanical, Rotary
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is seeking quotations for five electro-mechanical rotary actuators, specifically NSN 1680-00-675-8017 HS, which are critical for operating hydraulic shutoff valves. The procurement is not set aside for small businesses, and the delivery of the actuators is required by December 22, 2025, with submissions due by February 24, 2025. This opportunity underscores the importance of compliance with quality assurance standards, including ISO 9001-2015, and includes various contractual obligations related to cybersecurity and environmental policies. Interested suppliers can reach out to Chrissy Turnage at christine.turnage@us.af.mil for further details.