F100-220, Duct, Turbine, Airfcraft
ID: FA812125R0013Type: Presolicitation
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)

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 initiating a presolicitation for the procurement of spare parts for the F100-PW-220 Engine, focusing on the "Duct, Turbine, Aircraft." This procurement aims to secure a minimum of 22 units and a maximum of 131 units, with additional requirements for first article testing to ensure quality and compliance with military standards. The components are critical for maintaining the integrity of the High-pressure Turbine Rotor Assembly, underscoring their importance in supporting operational readiness. Interested small businesses must submit their proposals electronically through SAM.gov by March 27, 2025, with the solicitation set to be issued on February 25, 2025. For further inquiries, potential bidders can contact Clifford Darrington at clifford.darrington@us.af.mil or Ms. Kawika Tse Ah Lo at kawika.ah_lo@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document details engineering data for components related to the F100/200/220 engines, managed by RTX Corporation. It includes a history of items associated with specific National Stock Numbers (NSN) and a comprehensive list of components, including ducts and various support assemblies along with their quality assurance data. The document outlines the requirements for engineering drawings, finish specifications, and part marking standards, emphasizing the need for adherence to current military and industry standards. The note on foreign disclosure underlines the sensitivity of the data, indicating that approval from the Foreign Disclosure Office is required for access by foreign entities. This file serves a critical role in managing the procurement and quality assurance processes within government contracts, ensuring compliance with applicable specifications and standards. Overall, the document underlines the importance of maintaining stringent controls over defense-related engineering data in light of security and operational efficiency.
    This document outlines the requirements for a First Article Test for a specific part number (4086297) related to the F100 series turbine engine, dated February 6, 2024. It specifies that the contractor must provide three first articles, with two being part of the production quantity and one additional. The testing and inspection procedures are mandated, requiring the first articles to be manufactured at the contractor's facilities, and necessitating submission of a test plan. Additionally, it includes a requirement for a test report to be sent to the designated government office after testing. The estimated cost for government testing is $2,500. Conditions for waiving first article approval are discussed, indicating that firms with prior satisfactory performance of similar articles to the government may qualify for a waiver, although first article testing remains essential. The document highlights the importance of quality assurance to maintain mission capability and safety in aircraft systems. The document concludes with contact information for responsible engineering representatives for further inquiries. Overall, this serves as a critical guideline within the context of government procurement and quality control measures, particularly for defense-related contracts.
    The document outlines the Contract Data Requirements List for the F100 P/N 4086297 project, detailing the obligations of the contractor related to the First Article Qualification Test Plan and the subsequent Test/Inspection Report. The contractor must submit a comprehensive plan that includes verification of drawing requirements, non-destructive inspections, visual inspections, and material properties. Submissions must be formatted as specified and made within designated time frames, with the first article test plan due 30 days from contract date and test reports required within 120 days after government approval of the test plan. The emphasis is on compliance with guidelines set forth in attached documents and the necessity for coordination with government representatives throughout the process. This document serves to regulate contractor submissions in a federal context, ensuring quality and verification processes are upheld for military aircraft components.
    The F100 program is initiating procurement actions for FY24 based on the September 2023 Load List. It will submit 48 new Purchase Instruments, including 20 Purchase Request (PR) packages and 28 Delivery Order Requests (DORs). An earlier summary noted plans for 148 Purchase Instruments, with specific requirements for sole sourcing and market research. Recent meetings have included relevant stakeholders from supply planning, logistics, and engineering to review requirements and ensure supportability with the Original Equipment Manufacturer (OEM). Upcoming actions include initiating the FY24 DORs when pricing is established, and engineering support requirements will be communicated weekly for ongoing PRs. The overall strategy aims to align procurement efforts with identified needs and ensure compliance with federal contracting standards. This initiative underscores a systematic approach to resource allocation and planning within government procurement frameworks, emphasizing support for existing contracts and new obligations as part of the overall annual budget process.
    The document pertains to the Inventory Locator Service (ILS) and outlines a database related to parts availability, mainly for government and military applications. It emphasizes the confidentiality of the data, which cannot be shared with non-subscribers without permission from ILS. The central focus is on parts sourcing and maintenance, with capabilities for creating Requests for Quotations (RFQs), exploring parts statistics, and managing components linked to Maintenance, Repair, and Overhaul (MRO). The search results section indicates that no inventory is available for the queried item, and it prompts users to create broadcast messages to request the item or add it to their PartsWatch preferences. This document is significant in the context of RFPs as it serves as a tool for government and defense contractors to navigate parts procurement while adhering to strict regulations around data confidentiality and supplier interactions, which are critical in the procurement process for government projects. The structured information reflects the operational processes integral to MRO and logistics, ensuring compliance and efficiency in managing parts needs.
    The document is a Bid Set Request related to a federal procurement process, initiated by Chloe E. Shelton on November 14, 2024, through the organization 421 SCMS / GUMAA. It details a request for a specific component, a turbine air duct (Line Item 77445, NSN 4086297), with an expiration date of February 6, 2025. The request outlines that the method of delivery is through SAM.GOV, and the bid set status indicates it was completed by Ruby L. Ives on November 18, 2024. The primary purpose of this document is to facilitate the solicitation of bids for the specified item as part of a federal RFP process, ensuring compliance with procurement protocols. The delays noted in the bid set request suggest potential challenges in the procurement timeline. Overall, the document underscores the structured approach to government contracting, emphasizing the importance of precise documentation and adherence to deadlines in the bidding process.
    This document outlines the packaging requirements for wood packaging materials (WPM) within the context of military shipping, in compliance with United Nations regulations against invasive species such as the pinewood nematode. It mandates that all wooden pallets and containers must be constructed from debarked wood that undergoes heat treatment to specific temperature standards to mitigate pest risks. Certification from an accredited agency is necessary, with references to "International Standards for Phytosanitary Measures" (ISPM) No. 15. The document specifies packaging and marking practices according to MIL-STD-2073-1 and MIL-STD-129 guidelines. Additional shipping container marking requisites include barcoding and specific manufacturer details. The document is signed by Packaging Specialist Billy S. Real and pertains to purchase instrument number FD20302500249-01. This summary provides a comprehensive overview of the requirements, illustrating the government's approach to regulating packaging materials to promote compliance and protect against environmental threats during military logistics operations.
    This document outlines transportation data relevant to a federal procurement solicitation for specific commodities, referencing purchase instrument number FD20302500249-01 initiated on December 18, 2024. It specifies terms of shipment, including deliveries on a "Free on Board" (F.O.B.) destination basis, and mandates adherence to various Federal Acquisition Regulation (FAR) clauses. Vendors are required to contact the DCMA Transportation for shipping instructions prior to any freight movement, emphasizing the importance of compliance with documentation and regulatory clearances. The document includes detailed shipping information for items with National Stock Numbers (NSNs) associated with the U.S. Air Force located at Tinker AFB, Oklahoma, and discusses various transportation account codes, funding information, and notes on the request for proposals. The overall purpose is to establish clear transportation procedures for contractors engaged in federal contracts, ensuring efficient logistics while mitigating potential issues related to shipment and procurement processes. Effective communication and adherence to outlined guidelines are underscored to prevent unnecessary costs or shipment delays.
    The document outlines the First Article Qualification Test Plan and Procedures (DI-NDTI-81307A), which specifies the testing protocols for contractors to ensure products meet government standards. It establishes the required format and content for the test plan, which should include the purpose of the test, a description of the units being tested, step-by-step testing procedures, equipment specifications, and inspection criteria that highlight the minimum acceptable performance levels. The document emphasizes clarity in the testing process, detailing equipment descriptions and expected outcomes to ensure compliance with government expectations. This systematic approach is essential for validating product quality prior to full-scale production, highlighting the importance of stringent testing in federal procurement processes.
    The document outlines the Test/Inspection Report (DI-NMTI-80809B), which is essential for documenting test results and compliance with government contracts. Its main purpose is to enable government agencies to evaluate whether systems meet established requirements and performance standards. The report format is flexible, allowing contractors to present information clearly, including key elements such as report date, contractor details, test specifics, and results. The structure includes an introduction detailing objectives, item identification, and inspection requirements. It specifies sections for summarizing test results, analysis, and recommendations for actions stemming from identified issues. Additionally, certifications affirming the accuracy of the testing process are required, along with appendices for supplementary information. This report is particularly relevant to federal RFPs, grants, and state/local RFPs, as it ensures accountability and transparency in the performance of contracted tasks, driving compliance with contractual obligations to promote safety and effectiveness within government projects. It serves as a crucial tool for risk management and oversight in any engineering or technical operations funded by public resources.
    The Department of the Air Force is seeking proposals for a one-time procurement of new spare parts specifically for the F100-PW-220 Engine, categorized under the item "Duct, Turbine, Aircraft." The solicitation is set to be issued on February 25, 2025, with responses due by March 27, 2025. The acquisition involves a minimum order of 22 units and a maximum of 131 units, with additional first article requirements for evaluation purposes. The component is crucial for maintaining the integrity of the High-pressure Turbine Rotor Assembly and is made from nickel alloy. The contract is limited to qualified sources, and suppliers must have their Source Approval Requests submitted promptly, as award decisions will not be delayed for pending reviews. The solicitation is classified as a small business set-aside and will be conducted electronically through the SAM.gov platform. An Ombudsman is appointed to address concerns during the proposal phase, ensuring that contractor issues can be communicated confidentially to the appropriate personnel. This acquisition underscores the Air Force's ongoing commitment to operational readiness through the timely procurement of essential engine components.
    The document outlines the usage of the Reutilization, Transfer, and Donation (RTD) services within the Department of Defense (DOD) framework. It highlights the search capabilities for available property based on various criteria such as DoDAAC, screening cycles, and supply condition codes. Although the search yielded no results, users can schedule notifications for when items enter the Disposition Services inventory. The portal provides a platform for requisitioning containers, although currently, the shopping cart shows zero items. This file serves as a resource for individuals seeking to identify and obtain surplus DOD property, promoting efficiency in asset management and reuse within government agencies. The DLA Customer Interaction Center is available for assistance, indicating a supportive structure for users engaging with the RTD services.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    F-100 Augmentor Nozzle SE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of the F-100 Augmentor Nozzle, a critical safety item for military aircraft. The procurement aims to acquire 373 units from approved sources, specifically RTX Corporation and Soldream, Inc., with delivery expected by June 30, 2025. This contract action is essential for maintaining the operational readiness of military aircraft, and while the solicitation is not set aside for small businesses, they are encouraged to pursue subcontracting opportunities. Interested parties should note that the estimated issuance of the Request for Proposal (RFP) SPRTA1-25-R-0186 is on February 7, 2025, with a closing date of March 10, 2025. For further inquiries, contact Jeremy Bryant at jeremy.bryant@us.af.mil or call 405-855-7112.
    F-100 Liner, Combustion Ch
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of eight units of the F-100 Liner, Combustion Chamber, as outlined in the presolicitation notice SPRTA1-25-R-1153. This acquisition is critical for safety and requires compliance with strict qualification measures, including the submission of First Articles. The goods are essential components for aircraft engines, underscoring their importance in maintaining operational readiness and safety standards. Proposals are due by March 10, 2025, with the solicitation expected to be issued on February 7, 2025. Interested parties can contact Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112 for further information.
    F-100 Seal, Metallic, Aircr
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of F-100 Seal, Metallic, Aircraft, a critical safety item essential for aircraft operations. The procurement involves a total requirement of 663 units, with a minimum order of 167 and a maximum of 998, and is subject to first article and qualification requirements due to its safety designation. This solicitation, identified as SPRTA1-25-R-0227, is particularly important as it involves components for gas turbines and jet engines, which are vital for military aviation. Interested bidders must submit their proposals by February 24, 2025, and can direct inquiries to Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112. The solicitation will be available electronically, and only specified sources are approved for this contract.
    FD2030-24-00758
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking procurement for a duct turbine for aircraft, identified by NSN 2840-01-504-2791NZ. The requirement includes the provision of a specific component, referenced by top drawing number 4086297, which is critical for aircraft engine functionality. This procurement is part of ongoing efforts to maintain and enhance the operational capabilities of military aircraft, ensuring reliability and performance in various missions. Interested vendors should refer to the solicitation information for further details and contact the designated personnel once the solicitation has been approved for quotes.
    F-100 Nozzle Augmenter Ex
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of 734 F-100 Nozzle Augmenter Ex units, which are critical safety components for military aircraft. The procurement requires adherence to specific specifications and includes first article and qualification assessments, with delivery timelines ranging from March 31, 2025, to June 30, 2026. This solicitation is significant due to the military application of the technology, and it is not set aside for small businesses, with restrictions on foreign participation. Interested vendors should submit proposals by the closing date of March 12, 2025, and may contact Jeremy Bryant at jeremy.bryant@us.af.mil or 405-855-7112 for further information.
    Support, Fan Componet
    Buyer not available
    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.
    F-100 Case, Compressor, Air
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of the F-100 Case, Compressor, Air, with a presolicitation notice issued by DLA Aviation at Oklahoma City, OK. The acquisition aims to secure between 23 and 136 units of this critical component, which is essential for safety and has specific qualification requirements, although first articles are not required. The procurement is classified as non-export controlled, and the agency intends to negotiate with a limited number of sources, specifically RTX Corporation. Interested parties should submit capability statements within 15 days of the notice, with the final contract award expected to consider technical, past performance, and price factors. For further inquiries, contact Jeremy Bryant at jeremy.bryant@us.af.mil or call 405-855-7112. The estimated issuance date for the solicitation is February 19, 2025, with a close date of March 21, 2025, and initial delivery requested by March 8, 2026.
    F-100 Vane Segment, Compre
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of 56 F-100 Vane Segments, designated as a critical safety item. This acquisition is exclusively open to approved sources, specifically RTX Corporation, and is subject to qualification requirements and export controls, emphasizing the specialized nature of the components. The solicitation is non-competitive, with proposals due by March 12, 2025, following an issue date of February 10, 2025, and interested parties are encouraged to engage with the contracting officer for further information. For inquiries, contact Jeremy Bryant at jeremy.bryant@us.af.mil or call 405-855-7112.
    F-100 Cylinder Assembly, A
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is issuing a Request for Proposal (RFP) for the acquisition of seven F-100 Cylinder Assemblies, which are critical components for aircraft safety. The assemblies, identified by NSN 2995-00-295-2481NZ, are required to be delivered to two specified locations by July 20, 2025, with the solicitation process set to open on February 7, 2025, and close on March 10, 2025. This procurement is not set aside for small businesses, and the government intends to negotiate with a limited number of sources, specifically noting Honeywell International, Inc. as an approved supplier. Interested parties may contact Jeremy Bryant at jeremy.bryant@us.af.mil or call 405-855-7112 for further inquiries regarding the solicitation.
    Overhaul of F-100-PW-220 #3 Bearing Air Seal NSN:2840005700773NZ
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the overhaul of the 3 Bearing Air Seal for the F100-PW-220 aircraft engine. This procurement involves a follow-on multi-year contract structured as a 5-year Indefinite Delivery-Indefinite Quantity (IDIQ) contract, with an estimated total quantity of 30 to 450 units to be delivered over multiple ordering periods. The initiative is crucial for maintaining the operational reliability and safety of Air Force aircraft, emphasizing the need for contractors to possess specific qualifications and capabilities for effective remanufacturing. Interested parties should note that the solicitation is expected to be released on March 2, 2025, with proposals due by April 2, 2025. For further inquiries, contact Jessica Adkins at jessica.adkins.3@us.af.mil or Ms. Kawika Tse Ah Lo at kawika.ahlo@us.af.mil.