F100-220, Duct, Turbine, Airfcraft
ID: FA812125R0013Type: Presolicitation
AwardedSep 18, 2025
$983.2K$983,212
AwardeeBeacon Industries, Inc. Newington CT 06111 USA
Award #:FA812125C0023
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 soliciting proposals for the acquisition of Duct, Turbine, Aircraft components for the F100-PW-220 Engine, under solicitation FA8121-25-R-0013. This procurement involves a one-time purchase of new manufacture parts, with an estimated minimum quantity of 22 units and a maximum of 131 units, emphasizing the critical role these components play in maintaining aircraft operational efficiency. The solicitation is set aside for small businesses, with a submission deadline for proposals on April 11, 2025, and a closing date for responses on July 5, 2025. Interested parties should direct inquiries to Clifford Darrington at clifford.darrington@us.af.mil or Ms. Kawika Tse Ah Lo at kawika.ah_lo@us.af.mil for further details.

    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.
    The document outlines packaging requirements for military items, emphasizing compliance with international standards for wood packaging materials (WPM) to prevent the spread of invasive species, particularly the Pinewood Nematode. Items made from wood, including pallets and containers, must be constructed from debarked wood and subjected to heat treatment (56°C for 30 minutes). All WPM must be certified by an accredited entity recognized by the American Lumber Standards Committee (ALSC). The packaging must adhere to MIL-STD-2073-1 for military packaging practices and MIL-STD-129 for shipping and storage markings, including additional identifiers like serial numbers and manufacturer information. The document is generated by the 406 SCMS organization, with the packaging specialist, Billy S. Real, available for queries. This structured approach ensures the safe and compliant shipment of military items, reflecting the government’s commitment to both security and environmental standards.
    This document pertains to a federal government Request for Proposal (RFP) focusing on transportation data and requirements for the procurement process related to specific goods. Initiated on December 11, 2024, it outlines shipping conditions under the Federal Acquisition Regulation (FAR) with specified terms such as F.O.B. (Free on Board) Destination, and includes detailed instructions for contacting the Defense Contract Management Agency (DCMA) for shipping protocols. The document specifies multiple line items, each identified by a National Stock Number (NSN), along with the respective shipping details to Tinker Air Force Base in Oklahoma. Key parties involved include Glenn A. Carter from the 406 SCMS/GULAA organization, who is responsible for overseeing the process. The main purpose is to ensure a structured and compliant procurement process for transportation, outlining vendor responsibilities and necessary federal protocols. This includes handling funding information related to transportation accounts, along with cautions against moving freight without prior authorization from the DCMA, mitigating the risk of unintended costs. The emphasis is on adherence to regulations and proper communication channels during procurement logistics.
    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 an amendment to a solicitation by the Department of the Air Force for a firm-fixed-price contract focused on acquiring F100-220-PW Duct, Turbine for aircraft. The amendment incorporates sections L and M into the original solicitation and changes the submission deadline for offers from July 5, 2025, to April 11, 2025. The primary evaluation criterion for contract award is the lowest total evaluated price (TEP), with compliance to solicitation requirements being essential. Offerors must be pre-approved as compliant with Qualification Requirements under FAR 52.209-1. The amendment emphasizes the importance of submitting complete proposals, outlines the evaluation process for price reasonableness, and discusses the possibility of First Article Waivers. It also notes the role of a Contracting Officer and provides avenues for offerors to seek clarification and debriefing post-submission. Overall, the document reflects standard practices in federal RFP processes, ensuring a transparent and competitive acquisition environment.
    The document concerns the Request for Proposal (RFP) FA8121-25-R-0013 issued by the Department of the Air Force. It authorizes the procurement of aircraft engine components, specifically turbine ducts. The contract is set aside solely for small businesses, indicating a commitment to fostering small business participation in federal acquisitions. The total award amount is approximately $1,020,355.60, with a delivery timeline set for various quantities of the turbine duct components by April 2026. The document outlines critical qualification requirements, specifying that the items are critical safety components necessitating compliance with high-level quality standards. The specified NAICS code is 336412, relevant to aircraft engine and parts manufacturing. Key clauses articulate the conditions for inspection, acceptance, and the obligations of the contractor, including the necessity for compliance with the Buy American Act. There are strict requirements for invoicing and payment through the Wide Area Workflow (WAWF) system, highlighting the need for electronic submission to ensure timely processing. The overarching purpose of the RFP is to engage and secure services and products from qualified contractors, ensuring quality and safety are prioritized in the acquisition process while supporting the small business economy.
    The document outlines a government Request for Proposal (RFP) FA8121-25-R-0013 from the Department of the Air Force, focusing on the acquisition of aircraft engine and engine parts, specifically turbine ducts. This RFP is a total small business set-aside intended to foster participation from small businesses, including women-owned and service-disabled veteran-owned entities. The document details contractor obligations, including a commitment to provide supplies under fixed price terms, adherence to quality standards (ISO 9001-2015), and compliance with various federal acquisition regulations such as the Buy American Act. It specifies inspection and acceptance procedures, delivery timelines, and invoicing requirements through the Wide Area Workflow (WAWF) system. Notably, the solicitation requires potential contractors to hold firm on price quotes for 120 days and includes clauses governing subcontracting limitations and labor standards. Overall, the RFP is structured to ensure rigorous standards in procurement while promoting opportunities for small businesses in the defense supply chain.
    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
    Similar Opportunities
    FD2030-24-00758
    Dept Of Defense
    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.
    FD2030-24-00758-01
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking procurement for a duct turbine component, identified by NSN: 2840-01-504-2791NZ, as part of contract FD2030-24-00758-01. The requirement includes the provision of a turbine duct, with the top drawing referenced as 4086297 and an expected revision date of March 10, 2025. This component is critical for aircraft engine operations, emphasizing the importance of reliable parts in maintaining aircraft performance and safety. Interested vendors should refer to the solicitation information for further details and await the approval of the contracting officer for quote submissions.
    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.
    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.
    F-100 Case, Compressor, Air
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of F-100 compressor air cases under the presolicitation notice SPRTA1-24-R-1845. This procurement aims to secure a minimum of 3 and a maximum of 18 units, with a delivery schedule of 2 units per month starting before June 16, 2025, and is not classified as a critical safety item. The solicitation will be available electronically, and proposals will be evaluated based on price, technical merit, and past performance, with submissions due within 45 days of publication. Interested parties can direct inquiries to Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112.
    F-100 Augmentor Nozzle SE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the F-100 Augmentor Nozzle SE, specifically under solicitation number SPRTA1-26-R-0642. This procurement focuses on Aircraft Engine and Engine Parts Manufacturing, with strict qualification requirements including "Export Controlled" certification and adherence to ISO 9001-2015 standards, as well as First Article Testing protocols. The Augmentor Nozzle SE is critical for aircraft engine performance, and the contract emphasizes compliance with various legal and ethical standards, including the Buy American Act. Proposals are due by January 9, 2026, at 3:00 PM, and interested parties can contact Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112 for further information.
    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.
    F-110 Nozzle, Turbine, Aircraft
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency at DLA Aviation in Oklahoma City, is seeking to procure 17 F-110 Aircraft Turbine Nozzles (P/N: 9547M21G07, NSN: 2840-01-597-5184) as part of a presolicitation notice. The procurement aims to fulfill military and space application needs, with an estimated request for proposal (RFP) issue date of September 4, 2025, and a close date of October 6, 2025, requiring delivery of 2 units per month starting January 1, 2026. This acquisition is not set aside for small businesses and will likely be negotiated with General Electric Company due to limited availability, although interested parties may submit capability statements within 45 days for consideration. For further inquiries, interested vendors can contact Jeremy Bryant at 405-855-7112 or via email at Jeremy.bryant@us.af.mil.
    Spares Procurement for the F100/ SEAL, AIR, AIRCRAFT G
    Dept Of Defense
    The Department of Defense, through the Air Force Sustainment Center (AFSC), is conducting market research for the procurement of spares for the F100 platform, specifically a SEAL, AIR, AIRCRAFT G (NSN: 2840-01-602-8421NZ, P/N: 4081980). Interested parties must demonstrate their capability to manufacture the required item, which includes responsibilities for procurement, inspection, testing, packaging, and shipping, as well as supply chain management and logistics planning. This procurement is critical for maintaining operational readiness and support for the aircraft, with an estimated requirement of three units. Interested vendors are required to submit a Source Approval Request (SAR) package by January 7, 2026, and can direct inquiries to the primary contact at 430scms.afmc.rfiresponses@us.af.mil.
    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.