F100-PW-220/229 Engine Parts
ID: FA812125F100MACType: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8121 AFSC PZAAATINKER AFB, OK, 73145-3303, USA

NAICS

Aircraft Engine and Engine Parts Manufacturing (336412)

PSC

GAS TURBINES AND JET ENGINES, AIRCRAFT, PRIME MOVING; AND COMPONENTS (2840)
Timeline
    Description

    The Department of Defense, specifically the Air Force Sustainment Command (AFSC), is seeking sources for the repair, overhaul, remanufacture, and new manufacture of parts for the F100-PW-220/229 Pratt and Whitney engine. This Request for Information (RFI) aims to gather industry capabilities to inform an acquisition strategy for a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract, which will support essential services at Tinker Air Force Base (TAFB) and related Foreign Military Sales (FMS) initiatives. The components involved are critical for maintaining operational readiness and safety in military aviation. Interested vendors must submit their responses by May 30, 2025, including a Contractor Capability Statement, and can reach out to Felicia Rogers at felicia.rogers.1@us.af.mil or Matthew Tonay at Matthew.tonay.1@us.af.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document provides a detailed listing of National Stock Numbers (NSNs) relevant to the United States Air Force (USAF) and Foreign Military Sales (FMS) for various components, primarily focused on aircraft parts. It categorizes items by type (new manufacture, remanufacture, or repair/overhaul), includes specifications such as part numbers, descriptions, and yearly quantity requirements for the years 2025 to 2030. The document emphasizes the need for specific maintenance support, with procurement strategies aligned with both military and foreign sales initiatives. Each entry specifies whether the work is governed by a Performance Work Statement (PWS) or Statement of Work (SOW), indicating clear instructions for supply or repair activities. This detailed inventory assists in streamlining procurement processes and ensuring that military missions and operational readiness are efficiently supported with necessary components. The careful organization and categorization reflect the government's commitment to maintaining operational capabilities while fulfilling both domestic and international defense contracts.
    The Repair Qualification Requirements (RQR) document outlines the standards and procedures for repair qualification of Propulsion Critical Safety Items (CSI) and Critical Application Items (CAI). It establishes technical criteria that potential sources must meet to gain Engineering Support Activity (ESA) approval for repairing propulsion items. The RQR is structured into various sections detailing application processes, scopes, submittal considerations, and specific elements of the submission, including Company Profiles and Source Approval Requests (SARs). To achieve approval, potential sources must submit a comprehensive SAR, including technical data, repair plans, and quality assurance documentation. The document emphasizes the importance of maintaining valid credentials, as approval statuses expire every three (3) years for CSI and seven (7) years for CAI. It also stresses the need for ongoing compliance with government quality assurance provisions. The RQR serves as a critical framework for ensuring that repair processes meet stringent safety and operational standards, thereby supporting the integrity of military operations and equipment maintenance.
    The document outlines the Manufacturing Qualification Requirements (MQR) for Propulsion Critical Safety Items (CSI) and Critical Application Items (CAI) within the U.S. Air Force's Engineering Support Activity (ESA). It details the approval process for potential sources seeking to manufacture these items, specifying necessary documentation such as a Company Profile and Source Approval Request (SAR). Important components include administrative requirements, technical data submission, and the use of proprietary information. The MQR emphasizes the necessity of maintaining an updated Company Profile, detailing processes for Source Resubstantiation Requests (SRRs) and Process Change Requests (PCRs). It establishes timelines for approval expiration, emphasizing the importance of compliance with quality assurance protocols. The appendices provide comprehensive forms and guidelines needed for submissions. The purpose of this MQR is to ensure rigorous standards are met in the manufacturing of critical propulsion items, thus ensuring safety and reliability in military applications.
    The Contractor Capability Survey is a formal document soliciting essential information from businesses interested in bidding for federal contracts, specifically within the context of aircraft engine manufacturing. It is structured into two main parts: business information and capability survey questions. Part I requires companies to provide fundamental details including name, contact information, Unique Entity ID, size classification according to the NAICS code, and information about any government contracts held. It explores various classifications of small businesses and asks if the company is foreign-owned. Part II contains targeted questions regarding the applicant's capabilities, experience, quality management systems, security measures, subcontracting interest, and industry-specific challenges. Companies must describe their past performance on relevant contracts, their inventory management processes, and their qualifications related to specific National Stock Numbers for Pratt & Whitney F100 engine parts. Additionally, it discusses potential contract arrangements, including duration and transition period, and invites comments on incentive structures for effective partnerships. This survey is an integral part of market research for the government to assess vendor capabilities and ensure compliance while fostering competitive bidding practices.
    The Request for Information (RFI) issued by the Air Force Sustainment Command (AFSC) seeks to identify vendors capable of supporting the repair, overhaul, remanufacture, and new manufacture of components for the F100-PW-220/229 engine. Currently, there is no solicitation available, and the RFI serves as a means for market research to inform an anticipated acquisition strategy. The AFSC is focusing on gathering industry capabilities to ensure quality, performance, and safety for these critical components. The RFI invites responses from businesses of all sizes, including small and disadvantaged enterprises, outlining their experiences and potential teaming arrangements. The intended contract structure is a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) over ten years, allowing for set-aside task orders for small businesses. Vendors will be expected to provide a wide range of services including supply chain management and logistics related to these engine components. Responses are due by May 22, 2025, and must be submitted electronically with clear documentation of capabilities. The RFI outlines criteria for qualification, including the submission of Source Approval Requests (SARs) to ensure contractors meet specific standards. This proactive engagement aims to facilitate effective partnerships and enhance operational efficiency for the AFSC and its mission.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    F108 Stage 1 Fan Blade Repair 005-010 (please respond by 24 February 2025 at 4:00 PM CST)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the finishing repairs of the F-108/CFM 56-2A/B Stage 1 Fan Blade, with a focus on parts associated with NSN 2840-01-196-6053PN. The procurement will be executed through a Firm-Fixed-Price Blanket Purchase Agreement, and interested parties are encouraged to demonstrate their capabilities, experience, and qualifications related to the repair process by submitting documentation by February 24, 2025. This opportunity is critical for maintaining the operational readiness of aerospace components, and potential contractors must comply with established technical and quality assurance standards as outlined in the associated Repair Data List and Repair Qualification Requirements. For further inquiries, interested businesses can contact Jaqueline Hughes at jaqueline.hughes@us.af.mil or Bridgette Miles at bridgette.miles@us.af.mil.
    F100 SHROUD, COMPRESSOR, A
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is seeking proposals for the procurement of the F100 Shroud, Compressor, A. This presolicitation opportunity is aimed at acquiring components essential for aircraft engine operations, specifically within the Aircraft Engine and Engine Parts Manufacturing industry. The contract action is expected to remain below the simplified acquisition threshold, allowing for electronic responses via the Government Point of Entry (GPE). Interested parties can reach out to primary contact Aric Harmon at aric.harmon.1@us.af.mil or secondary contact James Headington at James.Headington.1@us.af.mil for further details regarding the solicitation, referenced as FD2030-25-00258.
    DLA Aviation F100 Spares RPOW Fall 2025
    Dept Of Defense
    The Defense Logistics Agency (DLA) Aviation is projecting its requirements for F100 spare parts for the upcoming fiscal years, as outlined in the DLA Aviation F100 Spares Requirements Projection on the Web (RPOW) notice. This projection includes a comprehensive list of both competitive and non-competitive spare part items, which are essential for the maintenance and operation of aircraft, specifically focusing on components related to gas turbines and jet engines. The RPOW serves as a planning tool for potential suppliers, although it does not constitute a commitment to purchase, and the government intends to publish this list biannually in the Spring and Fall. Interested parties can reach out to Megan Foxworth at megan.foxworth@dla.mil or call 804-279-2939 for further inquiries.
    RETAINER, TURBINE BL
    Dept Of Defense
    The Defense Logistics Agency (DLA) Aviation is soliciting a sole-source contract for the acquisition of five Retainer, Turbine Blade units (Part Number 4089038, NSN 2840015824944NZ) from Raytheon Technologies Corporation d/b/a Pratt & Whitney, which are critical safety items for the F100 engine. The procurement requires the supplier to provide pricing and delivery information by December 18, 2025, with an anticipated delivery date set for April 28, 2028. These components are essential for maintaining the operational integrity of aircraft engines, underscoring their importance in defense logistics. Interested parties can reach out to primary contact Aric Harmon at aric.harmon.1@us.af.mil or secondary contact James Headington at James.Headington.1@us.af.mil for further details regarding the solicitation.
    NSN6620-01-544-4853NZ_BuildSetEngine_F100_PN4088395_FD2030-26-00512
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is conducting market research to identify potential manufacturing sources for the procurement of Build Set, Engine Mo, NSN 6620-01-544-4853NZ, with an estimated requirement of 1,500 units. This Sources Sought Synopsis aims to assess whether the requirement can be fulfilled competitively or set aside for small businesses, emphasizing the importance of these components for military aviation operations. Interested parties are encouraged to provide company information and may need to complete a Source Approval Request (SAR) package, with responses due by December 17, 2025. For further inquiries, contact Terri Swain Wooten at terri.swain-wooten@us.af.mil or the 430 SCMS at 430scms.afmc.rfiresponses@us.af.mil.
    F-5 Parts Repair and Return
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought Synopsis for F-5 Parts Repair and Return services, aimed at identifying potential sources for this acquisition strategy. The procurement involves the repair and return of critical components such as Rotary Electro-Mechanical Actuators and Power Supplies, with a focus on addressing specific malfunctions and ensuring compliance with technical standards for Foreign Military Sales (FMS) customers. Interested parties are encouraged to submit their capabilities and relevant company information by January 30, 2026, to Danielle Stiff at danielle.stiff.1@us.af.mil or Mark Parker at mark.parker.12@us.af.mil, as this effort is part of market research to assess competition and small business participation in the upcoming contract.
    F-100 Tube Assembly, Metal
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of F-100 Tube Assembly, Metal, designated as a Critical Safety Item. The requirement includes a total of 12 units, with an estimated Request for Proposal (RFP) issue date of September 5, 2025, and a close date of October 6, 2025, for delivery by December 31, 2026. This assembly is crucial for aircraft engine operations, and the government intends to negotiate with a limited number of sources, primarily RTX Corporation, due to the specialized nature of the item. Interested parties should direct inquiries to Jeremy Bryant at jeremy.bryant@us.af.mil or call 405-855-7112, and all proposals submitted within 45 days will be considered.
    Support, Fan Componet
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of four support fan components, identified by NSN: 2840-01-317-8321NZ and P/N: 4059690, under the presolicitation notice SPRTA1-Q-2094. These components are classified as critical safety items, which require first articles and qualification requirements, with a requested delivery date on or before March 4, 2027. This procurement is significant for maintaining the operational integrity of aircraft engines and is not set aside for small businesses, as it is export-controlled; the approved source for these parts is Raytheon Technologies. Interested parties should note that the RFP will be issued on February 12, 2025, with a closing date of March 14, 2025, and can contact David Todd Isaac at david.isaac.4@us.af.mil or by phone at 405-855-3000 for further information.
    DLA Weapons Support TF33 Spares RPOW Fall 2025
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is issuing a Special Notice regarding the DLA Weapons Support TF33 Spares Requirements Projection on the Web (RPOW) for Fall 2025. This initiative outlines projected competitive and non-competitive spare part items necessary for the maintenance and operation of aircraft engines, specifically focusing on the TF33 engine, over the next three fiscal years. The RPOW serves as a critical planning tool for ensuring the availability of essential components such as rivets, nuts, washers, and other parts categorized under the Federal Supply Class and National Item Identification Number, although it does not constitute a commitment to purchase. Interested parties can reach out to Cynthia Thomas at cynthia.thomas@dla.mil or Jennifer Snyder at jennifer.snyder@dla.mil for further inquiries.
    SPRTA1-26-R-0106 (NSN: 2840-01-448-7511)
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is issuing a presolicitation for Request for Proposal (RFP) SPRTA1-26-R-0106, which seeks support for the Turbine Duct and Vane Assembly (NSN: 2840-01-448-7511, PN: 4083681-01) specifically for the F-110 aircraft. This procurement involves a total quantity based on FA requirements across six line items, with specific counts including 2, 4, and 1 lot for various components. The goods are critical for maintaining the operational readiness of military aircraft, underscoring their importance in defense logistics. Interested vendors should note that the estimated issue date for the RFP is November 28, 2025, with a closing date of December 28, 2025. For further inquiries, potential bidders can contact Alson Dacalio at alson.dacalio@us.af.mil or by phone at (405) 739-8448.