Search Contract Opportunities

Remanufacture of F-15 Temperature Regulating Valve   3

ID: FA811825R0074 • Type: Solicitation • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

REMANUFACTURE OF F-15 Temperature Regulating Valve

A 5-YEAR (THREE-YEAR BASIC AND 2 ONE-YEAR OPTION PERIODS) FIRM FIXED PRICE REQUIREMENTS TYPE CONTRACT IS CONTEMPLATED.

NOTE: It is anticipated that pricing of this action will be based on adequate price competition; therefore, offerors are not required to submit certified cost or pricing data at the time of proposal. However, if after receipt of proposals, it is determined that adequate price competition does not exist, a request for other than certified cost or pricing data may

be required in accordance with FAR 15.403-1(b)(1).

  1. A Pre-Award Survey and/or Initial Production Evaluation (IPE) is required. Details are provided in Appendix A, paragraphs 1.2 and 1.3 respectively.
  2. The contractor shall furnish all material, plant facilities, labor, parts, equipment, and expertise necessary to perform the remanufacture required to restore the end item to a like-new condition. The contractor shall also accomplish ALL necessary packing and preservation and packaging. ALL work shall be completed in accordance with the requirements specified herein (including attachments hereto) and all costs associated with work specifications, technical orders, and/or cost associated with Over and Above request (excluding missing parts) shall be included in the unit price. The government shall only pay the contractor for missing components after review and approval of O&A request. No additional cost will be allowed (i.e. material handling, profit, direct or indirect costs).
  3. Qualification requirements apply. Interested vendors that have not been previously qualified for this acquisition must submit a Source Approval Request (SAR) package to the Source Development, Small Business Office @ 405- 739-7243.

SAR submittals need to be sent to:

https://www.tinker.af.mil/Home/429SCMS-SASPO/ <https://www.tinker.af.mil/Home/429SCMS-SASPO/> Source Development Specialist Email: stacy.cochran@us.af.mil <mailto:stacy.cochran@us.af.mil>

As prescribed in FAR 9.202(e), the contracting officer need not delay a proposed award in order to provide a potential offeror with an opportunity to demonstrate its ability to meet the standards specified for qualification.

  1. In order to receive any technical data related to this acquisition, offerors must send an email request to alan.tran.1@us.af.mil (Alan Tran) & morgan.mcgarity@us.af.mil (Morgan McGarity). Release of any data is subject to applicable data rights. The request shall include the applicable solicitation number, the specific data needed (including TO(s)), and a copy of the current, approved DD Form 2345. The form, including instructions for completing the form, is available at: http://www.dtic.mil/whs/directives/infomgt/forms/forminfo/forminfopage2220.html. The Government is not responsible for incomplete, misdirected, or untimely requests.**

In order to receive drawings contractors will need to request all needed drawings through the JEDMICS website: https://af-jedmics.navair.navy.mil/webjedmics/index.jsp. Contractors who need an account will need to complete the instructions at the above link.

  1. GOVERNMENT PROPERTY FURNISHED FOR REPAIR (FAR 16.503(c))

Failure of the Government to furnish such items in the amounts or quantities described in the Schedule as estimated or maximum will not entitle the contractor to any equitable adjustment in price under the Government Property clause of the contract.

  1. END ITEMS BEYOND REMANUFACTURE

"Reparable End Items" are defined as end items which can be restored to a serviceable condition, in accordance with applicable requirements. Some units of items listed in Section B may, upon disassembly and/or inspection, be determined to be beyond the remanufacture limits specified in the Work Specification and/or Technical Orders. Any cost for work performed by the Contractor prior to determination that such equipment is beyond these limits, shall be included in the unit price(s) of the listed item(s).

  1. If the contractor estimates that any item is not reparable (i.e. beyond remanufacture), the Contractor shall promptly notify the administrative contracting officer in writing and shall not perform further remanufacture on any such items except

at the direction of the administrative contracting officer (ACO). Upon written confirmation from the ACO that a particular item is not reparable, the contractor shall dispose of the unit in the manner directed by the ACO.

Contractors are cautioned that until a contract is executed, any effort performed in support of the anticipated effort is performed strictly at their own risk and expense. There is no authorization to begin performance until the contractor has received a duly authorized contract signed by the Contracting Officer. Also, this request for proposal is not to be construed to mean that the award of a contract is assured, as the availability of funds, timely submission of all requested documents, and acceptance by both parties are prerequisite to any contract award.

  1. Condemned units shall not be counted as production.
  2. In the event there are component part(s) with long lead times, the awardee is responsible for securing necessary parts to meet the Government's required delivery schedule.
  3. In the event that DFARS clause 252.217-7001, Surge Option, is invoked, quantities and prices will be negotiated at that time. The fill-in data in Clause 252.217-7001 will be TBD until a surge is known and negotiations are necessary.
  4. Item Unique Identification (IUID) marking is required in accordance with DFARS 252.211-7003. Contractor determined location and method of marking is acceptable.
  5. Dates listed in clauses 52.216-18, 52.216-19, and 52.216-21 are based on the estimated award date. These dates will be revised prior to award based on the actual award date.
  6. Some units of items listed in Section B may, upon disassembly and/or inspection, be determined to be beyond the remanufacture limits specified in the Work Specification and/or Technical Orders. Any cost for work performed by the Contractor prior to determination that such equipment is beyond these limits, shall be included in the unit price(s) of the listed item(s).
  7. In accordance with the attached CAV AF Reporting Requirements (see the document listed in Section J), the contractor must include a DD1348-1when assets are shipped. DCMA Quality Assurance Representatives (QARs) will not approve or sign the DD1348-1 but will ensure DD1348-1 is included with each returned asset. If a DD1348-1 is not included with each returned asset, DCMA will not sign the DD250.
  8. In accordance with DAFFARS 5309.105-1 the Supplier Performance Risk System (SPRS) is checked for supplier risk assessments when determining responsibility. DFARS 252.204.7303(b) states that the contracting officer shall verify that the summary level score of a current NIST SP 800-171 DoD Assessment (i.e., not more than 3 years old, unless a lesser time is specified in the solicitation) for each covered contractor information system that is relevant to an offer, contract, task order, or delivery order are posted in Supplier Performance Risk System (SPRS). Offerors are required to represent they will implement National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 SP 800-171 (reference the provision DFARS 252.204-7008). A score of 110 must be in SPRS, if assessment score is less than 110 a contractors must submit a copy of their plan with their proposal.

Overview

Response Deadline
July 18, 2025, 4:00 p.m. EDT Past Due
Posted
June 3, 2025, 1:34 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Tinker AFB, OK United States
Source

Current SBA Size Standard
1250 Employees
Pricing
Fixed Price
Est. Level of Competition
Average
Signs of Shaping
96% of obligations for similar contracts within the Department of the Air Force were awarded full & open.
On 6/3/25 Air Force Sustainment Center issued Solicitation FA811825R0074 for Remanufacture of F-15 Temperature Regulating Valve due 7/18/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 336413 (SBA Size Standard 1250 Employees) and PSC 4820.

NATO Stock Number

Details for NSN 4820003325708

Item Name
VALVE, REGULATING, TEMPERATURE
NIIN
003325708
Standard Unit Price (DLA)
$26,316.39

Approved Suppliers
Primary Contact
Name
Alan Tran   Profile
Phone
None

Secondary Contact

Name
Morgan Mcgarity   Profile
Phone
None

Additional Contacts in Documents

Title Name Email Phone
Source Development Specialist Stacy Cochran Profile stacy.cochran@us.af.mil None

Documents

Posted documents for Solicitation FA811825R0074

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Solicitation FA811825R0074

Award Notifications

Agency published notification of awards for Solicitation FA811825R0074

IDV Awards

Indefinite delivery vehicles awarded through Solicitation FA811825R0074

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation FA811825R0074

Similar Active Opportunities

Open contract opportunities similar to Solicitation FA811825R0074

Experts for Remanufacture of F-15 Temperature Regulating Valve

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFMC > AIR FORCE SUSTAINMENT CENTER > FA8118 AFSC PZABB
FPDS Organization Code
5700-FA8118
Source Organization Code
500042470
Last Updated
Aug. 2, 2025
Last Updated By
alan.tran.1@us.af.mil
Archive Date
Aug. 2, 2025