2nd, 3rd, and 4th Stage Turbine Blade Sets, Multiple NSNs
ID: FA812124R0017Type: Solicitation
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

MAINT/REPAIR/REBUILD OF EQUIPMENT- ENGINES, TURBINES, AND COMPONENTS (J028)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 26, 2025, 12:00 AM UTC
  3. 3
    Due Apr 28, 2025, 6:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and supply of 2nd, 3rd, and 4th stage turbine blade sets, which are critical components for aircraft engines. The procurement aims to ensure the timely delivery of high-quality turbine blades, adhering to specific Air Force Technical Orders and quality assurance standards, while also emphasizing the importance of managing supply chain risks and cybersecurity measures. This opportunity is vital for maintaining operational readiness within the U.S. Air Force, with the solicitation closing on April 28, 2025, at 1:00 PM CDT. Interested contractors can reach out to Savannah Mincey at savannah.mincey@us.af.mil or William Heckenkemper at william.heckenkemper@us.af.mil for further details.

Point(s) of Contact
Files
Title
Posted
Mar 26, 2025, 6:05 PM UTC
The document is a Repair Data List (RDL) concerning the turbine blade set (NSN 2840005296202RV) with the respective CAGE code 77445. It outlines essential repair data associated with the part number 410035, dated June 24, 2015. The RDL lists various designations associated with the blade set, indicating repairable parts within a series of numerical tags (2J-TF33-53-X, where X varies), signifying different variants of the component. Additionally, it provides a code legend that categorizes the method of document accessibility and availability, indicating which data is classified, furnished with solicitation, or requires contractor acquisition. This document serves as an important reference for maintenance and repair procedures related to turbine components within the context of government equipment management, specifically aligning with federal standards for weapon systems. It emphasizes the controlled and classified nature of certain documents, ensuring compliance with government protocols regarding technical specifications.
Mar 26, 2025, 6:05 PM UTC
The document presents a Repair Data List (RDL) for the Blade Set, Compressor with National Stock Number (NSN) 2840010991805RV, and Part Number 781777. It is dated July 7, 2015, and includes various repair data points pertinent to specific components identified by different codes (2J-TF33 variants). The document contains a list of methods for delivering repair data, categorized by letters denoting the type of information provided, such as classified documents, stable base drawings, or vendor data. Each category specifies the conditions under which the data is furnished, including whether it accompanies solicitations or can be requested from the Procurement Contracting Officer (PCO). Ultimately, this RDL serves to inform contractors and government entities about the protocols for handling repairs and obtaining necessary technical documentation related to the compressor blade set. The structured list emphasizes compliance and ensures that relevant parties have access to vital repair information for effective contract execution and maintenance of aerospace components.
Mar 26, 2025, 6:05 PM UTC
The document outlines a Repair Data List (RDL) for a specific component identified by the National Stock Number (NSN) 2840009873757RV, which is a "Blade Set, Compressor." It includes a unique part number (476624) and specifics about required repair information, such as a list of associated maintenance codes and relevant remarks. The codes indicate whether documents are classified, furnished with solicitation, or acknowledge methods for data acquisition by contractors. The RDL emphasizes the need for various repair methods and materials used, indicating that some data may not be readily accessible. The information is structured as a formal report intended for use in federal contracting and maintenance processes, highlighting the importance of clear and organized data for maintenance and procurement purposes in government operations.
Mar 26, 2025, 6:05 PM UTC
The Performance Work Statement (PWS) outlines the requirements for the repair of TF33 turbofan engine turbine blades by the contractor at Tinker Air Force Base. The document emphasizes adherence to specific Air Force Technical Orders during the repair process and mandates an Initial Product Evaluation (IPE) for new contractors. The contractor is responsible for all resources necessary for repairs, including materials, labor, and test equipment, and must ensure timely delivery of quality products. Government-furnished turbine blades will be shipped to the contractor, who must follow detailed specifications for quality assurance and documentation. Performance metrics emphasize accurate and timely reporting, compliance with delivery schedules, and maintenance of a robust quality management system. Additionally, the contractor is required to manage supply chain risks and ensure cybersecurity measures are in place. SCRM plans will address mitigating potential disruptions and maintaining operations during crises. The contractor must also comply with foreign ownership regulations and provide consistent reporting on labor hours and deficiencies. Overall, this document lays a comprehensive framework for successful contract management and product delivery in support of U.S. Air Force objectives, ensuring all operational standards and safety protocols are thoroughly met.
Mar 26, 2025, 6:05 PM UTC
The government file outlines transportation data related to solicitations under purchase instrument number FD20302300988-00, initiated on November 14, 2023. It provides crucial instructions for vendors about shipping freight, particularly emphasizing contact with the Defense Contract Management Agency (DCMA) for shipping instructions prior to moving any freight. The document includes various shipping addresses, specifically directing shipments to the DLA Distribution Depot at Tinker AFB, Oklahoma. It lists multiple National Stock Numbers (NSNs) for the items to be shipped and details transportation funds, including account codes and relevant clauses to ensure compliance with Federal Acquisition Regulation (FAR) provisions. The section on vendor transportation instructions emphasizes the significance of adhering to specific shipping guidelines to avoid additional expenses. The document is signed by Woodnell M. Respert from the 406th SCMS, indicating its official nature and the author's responsibility for the procurement process. This summary captures essential operational details vital for managing transportation logistics within federal contracting frameworks, highlighting organizational requirements and regulatory compliance for successful procurements.
Mar 26, 2025, 6:05 PM UTC
The document outlines packaging requirements for military shipments, specifically addressing compliance with United Nations guidelines on wood packaging materials (WPM) to prevent the introduction of invasive species. It details that all wooden materials used for military packaging, such as pallets and containers, must be debarked and heat-treated to specified standards. Certification by an accredited agency is mandatory, referencing international regulations (ISPM No. 15). The file includes packaging and preservation levels under MIL-STD-2073-1 and MIL-STD-129, indicating that these standards govern military packaging and marking practices. It specifies additional marking and barcoding requirements, emphasizing the importance of proper identification of items during shipping and storage. The document serves as a critical guideline for vendors and military personnel involved in the packaging of materials, ensuring adherence to safety and environmental regulations while facilitating efficient logistics for military operations. Thus, the purpose of this document is to standardize packaging practices within military procurement and uphold compliance with international trade regulations.
Mar 26, 2025, 6:05 PM UTC
The document outlines the Contract Data Requirements List (CDRL) for a U.S. Department of Defense contract (No. FD20302300988), highlighting various data items that contractors must provide. It includes seven primary data items, such as the Government Property Inventory Report, Commercial Asset Visibility Reporting, and Contract Depot Maintenance Monthly Production Report, with specified frequencies of annual, monthly, or as required submissions. Each item details its title, frequency, submission deadlines, distribution requirements, and specific reporting procedures to ensure accountability and compliance with Department of Defense standards. The CDRL emphasizes the importance of data accuracy and timely reporting related to property control, production status, shipping discrepancies, counterfeit prevention, government-furnished materials, and acquisition sustainment deficiencies. Distribution of sensitive information is restricted to authorized personnel only, with strict adherence to export control regulations and destruction protocols for classified materials. This systematic approach is essential for maintaining oversight and efficiency in government contracts and ensures that contractors meet required performance and accountability measures.
Mar 26, 2025, 6:05 PM UTC
The Government Property (GP) Inventory Report, designated as DI-MGMT-80441D, serves as a tool for contractors to report and document Government Furnished Property (GFP) and Contractor Acquired Property (CAP) held during contract execution for the Department of Defense. This report is applicable to contracts involving the provision of GP, detailing the format and content required for submissions. Key requirements include maintaining a specific electronic format (.xls or .xlsx) and encompassing essential data fields such as contract number, asset identification, item description, manufacturer information, quantity, and federal condition code. The report must highlight the type of government property and relevant classifications, with a date marking the last physical inventory. This document supersedes the previous version (DI-MGMT-80441C) and aims to streamline inventory management and accountability of government assets within the defense contracts framework, ensuring compliance and effective utilization of resources. The focus on electronic reporting aligns with ongoing efforts to enhance efficiency in government contracting processes.
Mar 26, 2025, 6:05 PM UTC
The document is a reiteration of the homepage information from the Defense Logistics Agency's ASSIST site, indicating that the current version of a specific document should be verified before use. This repetitive emphasis on checking for the current status of the source suggests that it is critical for users to ensure they are operating with the most up-to-date guidelines or standards relevant to federal contracts or proposals. The redundancy in the text underscores the importance of accuracy and compliance in government procurement processes, as outdated information could lead to significant issues in project execution or grant applications. Hence, the document serves as a reminder for all stakeholders involved in federal grants and RFPs to prioritize the latest information from verified sources to maintain integrity in their operations.
Mar 26, 2025, 6:05 PM UTC
The document outlines the Data Item Description (DID) for Government Furnished Material (GFM) categorized by National Stock Number (NSN). It serves to enhance visibility of GFM inventories relevant to contracts. The DID defines the required format and content for data deliverables under the specified project (PSSS-2019-015) and supersedes an earlier document (DI-ILSS-80727). The data must be organized by contract numbers and specific line item numbers, detailing the NSNs, part numbers, inventory quantities, unit prices, and any existing excess GFM. Additionally, it mandates the inclusion of inventory management strategies and proposes actions for handling excess materials. This framework is crucial for maintaining accountability and efficiency in government procurement processes, ensuring that contractors effectively manage government resources and support compliance with contractual commitments.
Mar 26, 2025, 6:05 PM UTC
The Acquisition and Sustainment Data Package (ASDP) Deficiency Report (DR) outlines the identification and reporting process for deficiencies in government-furnished materials during acquisition or repair contracts. It aims to help contractors provide detailed reports to the government, facilitating corrective actions per USAF protocols. Key details include the report's format, which must be text searchable and provided in an Excel spreadsheet, as well as extensive instructions on content requirements, such as descriptions of deficiencies, national stock numbers, manufacturer details, and warranty information. The document serves as a guideline for contractors to document deficiencies accurately and ensures traceability to components, enhancing the government’s capability to manage and resolve material issues efficiently. The ASDP DR replaces an earlier version and is linked with other relevant documentation to maintain consistency in reporting across projects. Ultimately, this report plays a crucial role in improving material quality and accountability within government contracts.
Mar 26, 2025, 6:05 PM UTC
The document titled "Counterfeit Prevention Plan" (DI-MISC-81832) outlines requirements for contractors to develop strategies to mitigate the risk of counterfeit parts in procurement processes. It is directed primarily at the National Reconnaissance Office (NRO) and establishes criteria for evaluating contractors' counterfeit protection measures as part of contract assessments. Key elements include procurement protocols that prioritize sourcing from original equipment manufacturers (OEMs) or authorized distributors, monitoring supply chains for potential counterfeit infiltration, and implementing training for inspectors. The plan mandates processes for identifying, reporting, and verifying counterfeit items, alongside comprehensive documentation and traceability requirements. Contractors are also required to establish subcontractor notification procedures for suspect items and conduct self-audits to ensure compliance. The document emphasizes the necessity for adaptive strategies to respond to evolving counterfeiting methods and stresses the importance of safeguarding all related evidence for potential investigations. Overall, the Counterfeit Prevention Plan is designed to ensure integrity in procurement, reflecting the federal government's commitment to combating counterfeit risks in critical supply chains.
Mar 26, 2025, 6:05 PM UTC
The Commercial Asset Visibility (CAV) Reporting Data Item Description (DID) establishes protocols for tracking government-owned reparable assets during their repair cycle at contractor facilities via a web-based application. The CAV system is designed to enhance inventory management and facilitate real-time transaction reporting that updates a centralized database. This DID outlines requirements for the format and content of transaction reports, detailing specific actions such as asset receipt, inductions, and completions, among others. Each transaction must conform to specifications in the Contract Statement of Work, covering various aspects of asset management including proof of shipment, maintenance tasks, and reporting discrepancies. The document serves as a guideline for contractors involved in the repair processes, ensuring systematic and accurate asset tracking, thereby supporting overall governmental asset management objectives.
Mar 26, 2025, 6:05 PM UTC
The document details the requirements for the Contract Depot Maintenance (CDM) Monthly Production Report, identified by Number DI-PSSS-81995A. This report is crucial for the government to monitor monthly production figures, asset accountability, performance metrics, and any unresolved issues at contractor facilities. It is applicable to any depot-level maintenance contract and has a defined format and content structure. Key components of the report include the contractor’s details, item identification, delivery order numbers, quantity metrics for reparables received, inducted into work, and both serviceable and condemned items. The report consists of two main parts: Part I summarizes critical data fields such as PMS information, contractor identification, and essential production metrics. Part II includes a production summary, triggered by discrepancies in production forecasts or anticipated production issues. The document emphasizes compliance with reporting timelines, requiring submission within 10 business days after the report month ends. This structured reporting framework enables effective oversight and planning within government contracts, aligning with broader objectives in federal grants and RFPs. Overall, the report serves as an accountability tool, ensuring transparency and accuracy within government contracts related to depot maintenance.
Mar 26, 2025, 6:05 PM UTC
This document outlines a Request for Proposal (RFP) issued by the Department of the Air Force for the repair and supply of turbine blade sets essential for aircraft engine functionality. The RFP, numbered FA8121-24-R-0017, is aimed at small businesses and includes various line items featuring 2nd, 3rd, and 4th stage turbine blade sets, each with detailed specifications such as National Stock Numbers (NSNs), descriptions, and procurement quantities. The total estimated quantities across several ordering periods amount to thousands of units, with stipulated timelines for delivery upon receipt of order. Inspection and quality assurance standards are emphasized, with requirements for compliance with established industry regulations. Additionally, the document provisions for "over and above" work—extra tasks identified during maintenance not covered by initial contracts—essential for thorough completed services. Accompanying data submission requirements support transparency and record-keeping in accordance with federal regulations. This RFP exemplifies the federal government's commitment to procurement that enhances operational readiness through partnerships with small businesses.
Mar 26, 2025, 6:05 PM UTC
The document outlines a federal procurement process for custodial services, specifically detailing the government's assignment of property managed under Defense contracting regulations. It includes essential information regarding a solicitation for items such as turbine blade sets, specifying item identifiers like National Stock Numbers (NSNs) and manufacturer data. Key elements include quantities, unit acquisition costs, and requisition status of items designated as serially and non-serially managed. The structure consists of required fields for each item, emphasizing compliance with government contracting rules, such as the Defense Federal Acquisition Regulation Supplement (DFARS). The document serves as a comprehensive guide for contracting officers and suppliers, facilitating the procurement of critical components while ensuring adherence to necessary regulations. Proper identification of items and clear specifications is crucial for inventory management and contract fulfillment in government projects.
Mar 26, 2025, 6:05 PM UTC
The document outlines the ordering procedures for the repair of TF33 turbine blades under a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) contract. Services are to be procured through task orders based on FAR regulations, and all awardees must adhere to a specified Contract Line Item Number (CLIN) structure, which includes both initial and subsequent task orders. The initial task order requires attendance at a post-award conference, while follow-up orders are subject to competitive proposals via Fair Opportunity Proposal Requests (FOPRs). Proposals must be evaluated for completeness, price reasonableness, and balance, with awards typically going to the lowest total evaluated price. Also noted are procedures for protests, proposal preparation responsibilities, and potential on-ramping or off-ramping of contractors. Furthermore, the document outlines the government's discretion in managing contractor performance, including the potential removal of non-performing contractors. Overall, the document serves as a comprehensive guide for potential contractors regarding the process, evaluation criteria, and compliance requirements for bidding on these government task orders, highlighting the importance of competition and accountability in federal procurement practices.
Mar 26, 2024, 1:11 PM UTC
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
28--BLADE,TURBINE ENGIN, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting bids for the repair and modification of turbine engine blades under the contract titled "28--BLADE, TURBINE ENGIN, IN REPAIR/MODIFICATION OF." The procurement requires vendors to provide firm fixed prices for full repairs, as well as pricing for items deemed beyond repair, while adhering to specific turnaround times and quality assurance standards. These turbine engine components are critical for various military applications, emphasizing the importance of reliable and efficient repair services. Interested contractors should submit their proposals by April 18, 2025, and can direct inquiries to Nghia Truong at 717-605-3680 or via email at nghia.truong@navy.mil.
F108 Stage 1 Fan Blade Repair 005-010 (please respond by 24 February 2025 at 4:00 PM CST)
Buyer not available
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.
28--BLADE,TURBINE ROTOR
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 1,387 turbine rotor blades, identified by NSN 2840-011576517, with a part number from Honeywell Inc. This procurement is crucial for maintaining aircraft engine performance and reliability, as these components are integral to gas turbines and jet engines. The solicitation is expected to be issued around May 1, 2025, with a closing date on or about May 30, 2025, and interested vendors must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, potential offerors can contact Kebari Cheseman at Kebari.cheseman@dla.mil or by phone at 804-279-3403.
SPE4A725R0314 - 2840014634340 - P/N 4086401
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 5,800 turbine rotor blades, specifically part number 4086401, from RTX Corporation. This procurement is classified as a critical safety and application item for the Air Force, requiring a higher-level quality system, with delivery expected 600 days after receipt of order to a designated location in Richmond, Virginia. Interested vendors must be registered in the System for Award Management (SAM) and are advised that a subcontracting plan will be necessary for offers exceeding $750,000, with additional requirements for offers over $2 million. The solicitation is anticipated to be issued around April 18, 2025, with a closing date on or about May 2, 2025; inquiries can be directed to Valerie Bieman at Valerie.Bieman@dla.mil or Daniel Sink at Daniel.Sink@dla.mil.
Remanufacture of F100-220 6th-12th Stage Stators and 4th - 5th Stage Shrouds
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of F100-220 6th-12th Stage Stators and 4th-5th Stage Shrouds, critical components for aircraft engines. The procurement aims to restore these components to a like-new condition, adhering to strict quality control measures and compliance with ISO 9001 standards, while also addressing supply chain risk management and cybersecurity protocols. This initiative is vital for maintaining the operational readiness of military aircraft, ensuring that the Air Force can effectively support its missions. Interested contractors must submit their qualifications and proposals by the specified deadlines, and for inquiries, they can contact Jacob Stephens at jacob.stephens.5@us.af.mil or by phone at 405-739-5390.
SPRTA1-25-R-0188 (NSN: 2840-01-599-4493PR)
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of 161 new manufactured aircraft engine parts, specifically fan blades made from titanium alloy, under solicitation number SPRTA1-25-R-0188. The procurement emphasizes compliance with federal acquisition regulations, including prompt payment provisions and delivery deadlines, and mandates that contractors submit electronic payment requests via the Wide Area Workflow system. These fan blades, identified by NSN 2840-01-599-4493PR and P/N 1476M11P14, are critical components for aircraft engines, underscoring the importance of quality assurance and inspection processes, which will be conducted by the government upon delivery. Proposals are due by May 12, 2025, and interested parties can contact Alson Dacalio at alson.dacalio@us.af.mil or by phone at 405-739-8448 for further information.
BLADE,COMPRESSOR,AI
Buyer not available
The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair of the BLADE, COMPRESSOR, AI, under a contract managed by NAVSUP Weapon Systems Support Mechanicsburg. The procurement involves the repair of 23 units of the specified compressor blade, with a firm-fixed price required for the repair services, and a Repair Turnaround Time (RTAT) of 90 days after receipt of the assets. This component is critical for aircraft engine performance, emphasizing the importance of timely and quality repairs to maintain operational readiness. Interested contractors must submit their quotes electronically to Derek J. Ford at derek.j.ford5.civ@us.navy.mil by the extended deadline of April 28, 2025, ensuring compliance with all specified requirements and documentation.
28--BLADE,TURBINE ENGIN, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking qualified vendors to provide repair and modification services for turbine engine blades under the presolicitation notice titled "28--BLADE, TURBINE ENGIN, IN REPAIR/MODIFICATION OF." The procurement involves a quantity of 145 units of the turbine engine blade, identified by NSN 7H-2835-014578170, with delivery required to the DLA Distribution San Joaquin in Tracy, California. These components are critical for the operation of gas turbines and jet engines, which play a vital role in military aviation and other defense applications. Interested small businesses are encouraged to reach out to Leigh E. Catchings at (717) 605-2864 or via email at leigh.catchings@navy.mil for further details, as the award will only be made to those meeting the necessary qualification requirements at the time of award.
28--BLADE,TURBINE ENGIN, IN REPAIR/MODIFICATION OF
Buyer not available
The Department of Defense, specifically the Department of the Navy, is seeking qualified small businesses to provide repair and modification services for turbine engine blades under the presolicitation titled "28--BLADE, TURBINE ENGIN, IN REPAIR/MODIFICATION OF." The procurement involves a quantity of 196 units of the turbine engine blade (NSN 7H-2835-014578172), which is critical for military applications, and the government has determined that it is uneconomical to purchase the data or rights necessary for alternative sourcing. Interested parties are encouraged to contact Leigh E. Catchings at (717) 605-2864 or via email at Leigh.Catchings@navy.mil for further details, and they must demonstrate their capability to meet qualification requirements at the time of award. This opportunity is set aside for small businesses, and interested vendors should respond within 15 days of this notice.
SPRTA1-25-R-0211 (NSN: 2840-01-448-7511)
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of 70 units of Support-Turbine Duct and Vane Assembly, specifically designed for the F-110 engine application. This procurement involves components made from nickel alloy materials, which are critical for aircraft engine performance and reliability. The estimated issue date for the Request for Proposal (RFP) is April 2, 2025, with a closing date of May 2, 2025, and interested parties are encouraged to submit their bids while ensuring compliance with qualification requirements as outlined in FAR Clauses 52.209-1 or 52.209-2. For further inquiries, potential bidders can contact Alson Dacalio at alson.dacalio@us.af.mil or by phone at (405) 739-8448.