Skip to main content

An official website of the United States government

You have 2 new alerts

Repair/Overhaul of KC-135 Valve Assembly & B-1 Solenoid Valve

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Original)
  • Original Published Date: Oct 24, 2023 02:53 pm CDT
  • Original Response Date: Nov 08, 2023 03:00 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 08, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 4810 - VALVES, POWERED
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:
    USA

Description

The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB, 73145, is contemplating the Repair/Overhaul of the KC-135 Valve Assembly and the B-1 Solenoid Valve.  A firm fixed price (FFP) 5-year requirements type contract with no options is contemplated.  The requirements set forth in this notice are defined per Purchase Request FD20302300010 as follows:

Written response is required.

CLIN 0001, KC-135  Valve Assembly NSN:  4810-01-176-2126RK, P/N:  234445, 5-year basic Best Estimated Quantity (BEQ), 1 ea. per year, 5 ea. total for contract.

CLIN 0002, B-1 Solenoid Valve NSN:  4810-01-179-1608RK, P/N:  2710950M1, 5-year basic BEQ, 3 ea. per year, 15 ea. total for contract.

CLIN 0003, Over and Above, To be Determined (TBD)

CLIN 0004, Data and Reports, Not Separately Priced (NSP)

Function:  The KC-135 Valve Assembly is a motor actuated rotorary fuel shutoff valve.  The B-1 Solenoid Valve controls the fuel level in the main fuel tank during transfer and refueling.  KC-135 Valve Assembly Dimensions:  10.5" L X 10.5" W X 1.25" H and weighs 2.0 lbs.  Material:  Aluminum Alloy.  B-1 Solenoid Valve Dimensions:  8.4" L X 6.1" W X 4.8" H and weighs 2.2 lbs.  Material: Aluminum alloy.

Delivery:  Deliver 1 ea. unit per month beginning 30 days After Receipt of Order/Reparable Units (ARO/REPS).  Early delivery is acceptable.

Ship To:  Shipping instructions will be provided by the Supply Planner (SP) prior to any shipments of serviceable assets.

Duration of Contract Period:  5 Years total with no options.

Qualification Requirements:  QUALIFICATION REQUIREMENTS APPLY.  For qualification information/source approval requests contact the Source Development Office, OC-ALC/SB (405) 739-7243.  Award will be based on meeting our requirements and cannot be delayed pending qualification of additional sources.  Part requires engineering source approval by the design control activity in order to maintain the quality of the part.  Existing unique design capability, engineering skills, and manufacturing knowledge by the qualified source(s) require acquisition of the part from approved sources.  Current approved sources include:

Aerokool Aviation Corporation CAGE CODE:  1A821

Airtronics, LLC CAGE CODE:  58078

Derco Aerospace, Inc. CAGE CODE:  8X044

Gulf Aerospace, Inc. CAGE CODE:  17475

Meggitt (North Hollywood), Inc. CAGE CODE:  79318

Parker Hannifin Corporation CAGE CODE:  59211

Sargent Aerospace & Defense, LLC CAGE CODE:  97613

Texas Aerospace Services, Inc.  CAGE CODE:  29242

In order to receive any technical data related to this acquisition, offerors must send an email request to M. Ryan Churchwell at matthew.churchwell.2@us.af.mil and Jacqueline West at jacqueline.west@us.af.mil.  Release of any data is subject to applicable data rights.  The request shall be on company letterhead and include the applicable solicitation number, the specific data needed (including TO and/or drawing numbers), 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.

Export Control:  N/A

The AMC is R1/C

Set-aside:  100% Total Small Business Set-Aside.

The Government intends to issue solicitation on or about 20 December 2023 with a closing response date on or about 14 January 2024.  This notice does not in itself represent the issuance of a formal request for proposal and is not intended to be taken as such.  Based upon market research, the Government will not be using policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services.  However, interested parties may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice.  

All questions regarding this notice are to be submitted in writing via E-mail.  All questions submitted to this office are subject to be posted in this notice along with the appropriate response(s).  Vendor identities will not be disclosed.  Prospective offerors must comply with all the requirements of the solicitation and any attachments thereto to be considered responsive.  All offerors are to specify in their response whether they are a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, HUBZone small business, veteran-owned small business or service-disabled veteran-owned small business.  Also, offerors must specify whether they are a U.S. or foreign-owned firm.

APPLICABLE TECHNICAL ORDERS

Specific Technical Orders

PART NUMBER     REMANUFACTURE MANUAL/TO      TITLE/REVISION AND/OR OTHER DIRECTIVES                                                                      NUMBER                                              (AFTO FORM 252)

2710950M1             6J15-3-167-3                                        Technical Manual

23445                     6J15-3-161-3                                          

General Technical Orders

TO NUMBER                                  DATE                                         TITLE

00-5-1                                             25 JAN 2021                               AF TECHNICAL ORDER SYSTEM

00-5-3                                             11 AUG 2021                              AF TECHNICAL ORDER LIFE CYCLE MANAGEMENT

00-35D-54                                      15 APR 2021                              USAF DEFICIENCY REPORTING, INVESTIGATION AND                                                                                                                    RESOLUTION

Air Force Manuals

DOCUMENT NUMBER                   DATE                                          TITLE

AFI 23-101                                       21 OCT 2020                              AIR FORCE MATERIAL MANAGEMENT

AFMAN 23-122                                26 OCT 2020                              MATERIEL MANAGEMENT PROCEDURES

DoD/Air Force Forms

FORM NUMBER                                         TITLE

SF 364                                                         REPORT OF DISCREPANCY

SF 368                                                         PRODUCT QUALITY DEFICIENCY REPORT

DD250                                                         MATERIAL INSPECTION AND RECEIVING REPORT

DD1348-1A                                                  ISSUE RELEASE/RECEIPT DOCUMENT

DD1574                                                       SERVICEABLE TAG – MATERIEL

DD1574-1                                                    SERVICEABLE LABEL – MATERIEL

DD1577-2                                                    UNSERVICEABLE (REPAIRABLE) TAG – MATERIEL

DD1577-3                                                    UNSERVICEABLE (REPAIRABLE) LABEL – MATERIEL

DD1577                                                       UNSERVICEABLE (CONDEMNED) TAG – MATERIEL

DD1577-1                                                    UNSERVICEABLE (CONDEMNED) LABEL – MATERIEL

DD1575                                                       SUSPENDED TAG – MATERIEL

DD1575-1                                                    SUSPENDED LABEL – MATERIEL

DD1694                                                       REQUEST FOR VARIANCE (RFV)

AFMC FORM 158                                       PACKAGING REQUIREMENTS

Contractor Documents

N/A

OMBUDSMAN (AUG 2005) (An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition).  The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contracual concerns, issues, disagreements, and recommendations to the appropriate government personnel.  When requested, the Ombudsman will maintain strict confidentiality as to source of the concern.  The Ombudsman does not participate in the evaluation of proposals or in the source selection process.  Interested parties are invited to call the Ombudsman at 405-736-3273.  DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.  Electronic procedures will be used for this solicitation.

Contact Information

Contracting Office Address

  • CP 405 739 2048 3001 STAFF DR STE 1AC4 99A
  • TINKER AFB , OK 73145-3303
  • USA

Primary Point of Contact

Secondary Point of Contact

History