T400 Technical Services
ID: FA862626QB001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEAIR FORCE MATERIAL COMMANDBROOKS CITY BASE, TX, 78235-5123, USA

NAICS

Aircraft Engine and Engine Parts Manufacturing (336412)

PSC

NATIONAL DEFENSE R&D SERVICES; DEPARTMENT OF DEFENSE - MILITARY; EXPERIMENTAL DEVELOPMENT (AC13)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from Women-Owned Small Business (WOSB) concerns for the T400 Technical Services contract, which focuses on providing technical engineering support related to the Engine Component Improvement Program. The primary objective is to establish a reliable means for the USAF to access technical assistance on T400-related inquiries, including part numbers and equivalency of consumables, with a base performance period of 10 months starting January 15, 2026, and an optional 12-month extension thereafter. This Firm Fixed Price contract, with a Defense Priorities Allocation System (DPAS) Priority Rating of DO-A1, emphasizes compliance with various federal regulations and requires electronic invoicing through Wide Area WorkFlow (WAWF). Interested parties should contact Rachel Bradd at rachel.bradd@us.af.mil or call 937-656-0000 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    Attachment 2, FA8626-26-Q-B001, outlines the Statement of Objectives for the Engine Component Improvement Program (CIP) focused on providing technical support for T400 related topics to the USAF. The purpose is to establish a means for the USAF to contact the contractor for as-needed technical assistance. Support topics include inquiries about part numbers, equivalency of consumables, and general subject matter expert input. The effort has a base period of 10 months (January 15, 2026 – October 31, 2026), with an assumed maximum of 20 hours per month for the first three months and 15 hours per month for the remaining seven months. An optional 12-month period (November 1, 2026 – October 31, 2027) is also included, with a maximum of 15 hours of support per month. Deliverables include any documentation required to answer questions or address issues from the USAF.
    This government solicitation (FA862626QB001) is for Women-Owned Small Business (WOSB) concerns, seeking Technical Engineering Services (T400) with a NAICS code of 336412 and a size standard of 1500. The contract includes an initial 10-month performance period from contract award to October 31, 2026, and an option for a 12-month extension from November 1, 2026, to October 31, 2027. This is a Firm Fixed Price contract with a Defense Priorities Allocation System (DPAS) Priority Rating of DO-A1. Key clauses emphasize electronic invoicing via Wide Area WorkFlow (WAWF), various Federal Acquisition Regulation (FAR) and Defense FAR Supplement (DFARS) requirements, including those for small business programs, anti-terrorism, and supply chain security. Offerors must complete representations and certifications regarding business size, ownership, and compliance with federal regulations.
    Lifecycle
    Title
    Type
    T400 Technical Services
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    AFFSC Support Services
    Dept Of Defense
    The Department of Defense, specifically the 28th Contracting Squadron at Ellsworth Air Force Base, South Dakota, is seeking proposals from Women-Owned Small Businesses (WOSB) for the provision of Travel-Pay Voucher Processing Support Services. The contract, valued at approximately $12.5 million, will be structured as a Firm Fixed Price (FFP) Indefinite Delivery, Indefinite Quantity (IDIQ) agreement, with a base year from January 25, 2026, to January 24, 2027, and an option for an additional year. This procurement is critical for supporting the Air Force Financial Services Center's operations, requiring a minimum of 30 and a maximum of 37 Full-Time Equivalents (FTEs) annually, with specific performance and staffing requirements outlined in the Performance Work Statement. Interested parties must submit their proposals by January 7, 2026, and can direct inquiries to Timeaki McPhee at timeaki.mcphee@us.af.mil or Joshua Johnson at joshua.johnson.233@us.af.mil.
    Fuel System Component Test Stand
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is soliciting proposals for the development of a Fuel System Component Test Stand, aimed at enhancing testing capabilities for military aircraft components. The procurement requires the design, installation, calibration, and training associated with the test stand, which will be executed under a Firm Fixed Price contract arrangement. This initiative is critical for ensuring the reliability and performance of aircraft fuel systems, thereby supporting operational readiness. Interested vendors, particularly those classified as Women-Owned Small Businesses, must submit their offers by January 9, 2026, at 10:00 AM CST, and can direct inquiries to Sheridan Robison at sheridan.robison@us.af.mil. The project delivery period is set from January 16, 2026, to January 15, 2028, with additional stipulations regarding document access and compliance with environmental regulations.
    SPEED MAC F100 MULTIPLE AWARD MULTI-YEAR IDIQ
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is initiating a presolicitation for the SPEED MAC F100 Multiple Award Multi-Year Indefinite Delivery Indefinite Quantity (IDIQ) contract program at Tinker Air Force Base. This procurement aims to address the repair, overhaul, remanufacture, and new manufacture of parts for the F100-PW-220/229 Pratt and Whitney engine, which is critical for supporting both U.S. Air Force operations and Foreign Military Sales. The anticipated contract will span ten years, with a five-year base period and an additional five-year option, and will be awarded to all qualified sources, with a focus on firm fixed price and cost-reimbursable line items. Interested parties are encouraged to provide feedback on the draft Request for Proposal by January 16, 2026, and to participate in a virtual Pre-Solicitation Conference in January 2026. For further inquiries, contact Felicia Rogers at felicia.rogers.1@us.af.mil or Roxanne Marquez at roxanne.marquez@us.af.mil.
    Manifold Assembly
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, OK, is soliciting proposals for the manufacture and supply of the "Manifold Assembly No. 4," a critical component for aircraft engine systems. This unrestricted procurement encourages open competition and aims to support small businesses, including those owned by women, veterans, and HUBZone entities, while ensuring compliance with stringent quality assurance measures and delivery schedules. The selected contractor will be required to deliver the specified items by February 15, 2025, and must adhere to government regulations regarding material sourcing and payment processing through the Wide Area Workflow (WAWF) system. Interested parties can contact James Callins at 405-855-3581 or via email at JAMES.CALLINS@US.AF.MIL for further details.
    Repair of B-1B Torque Motor
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the repair of B-1B Torque Motors, specifically National Stock Numbers 6105-01-232-8318 and 6105-01-232-8319. The procurement aims to secure comprehensive repair services, including provisions for "No Fault Found" items and additional work requirements, with a total estimated contract value of $4,149,750.00 over a base year and three option years. This contract is critical for maintaining the operational readiness of the B-1B aircraft, ensuring that essential components are serviced to meet military standards. Interested contractors must submit their proposals by January 30, 2026, and can direct inquiries to Amy Schmitz at amy.schmitz.1@us.af.mil or David Herrig at david.herrig.1@us.af.mil.
    Diffuser, Engine Run, [WSDC: 42F] End Item: T-38 Aircraft, PR: 7011856601 NSN: 4920-005858959
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of a Diffuser, Engine Run, specifically for the T-38 Aircraft, under solicitation PR: 7011856601. The requirement includes a total quantity of 10 units of the specified National Stock Number (NSN) 4920-005858959, with a Government First Article Test (FAT) of one unit due 90 days after receipt of order, and a total production delivery schedule of 365 days after receipt of order. This procurement is critical for maintaining the operational readiness of the T-38 Aircraft, and the contract will be awarded based on a combination of price, past performance, and other evaluation factors. Interested small businesses must submit their proposals by January 22, 2026, and can contact Melinda Johnson at Melinda.Johnson@dla.mil or 804-279-1627 for further information.
    V250 AND TMS KIT
    Dept Of Defense
    The Department of Defense, specifically the Army's Prototype Integration Facility (PIF) at Redstone Arsenal, is seeking contractors to provide a Torque Measurement System (TMS) Kit for the Variable-Geometry, Radial Outflow Compressor (VAROC) Air Dynamometer 250 and T408 aircraft engine. The procurement includes essential components such as TMS modules, spline adapters, plumbing, a calibration kit with weights, and electronics including a signal processor and Rotastat Control, all aimed at supporting Flexible Engine Diagnostics Systems (FEDS). This TMS is critical for evaluating the V250 Dynamometer's capabilities in testing the T408 engine, with deliverables that encompass special rotor considerations, identification of torque measurement equipment, and necessary documentation updates. Interested parties can reach out to Leighton Bragg at LEIGHTON.E.BRAGG.CIV@army.mil or Al Condino at al.j.condino.civ@army.mil for further details.
    Service Repair for Sciaky Spot Welder
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for service repair of a Sciaky Spot Welder at Tinker Air Force Base, Oklahoma. The procurement aims to secure a contractor capable of troubleshooting, repairing, and calibrating the welder, ensuring it operates effectively, particularly addressing issues related to Tip Touch Force Control and Executable Contact Gauge Pressure Setpoint, as outlined in the Performance Work Statement. This contract is crucial for maintaining operational capabilities at the Air Logistics Complex and is set to have a total award amount of $12,500,000, with a performance period from December 12, 2025, to January 12, 2026. Interested vendors, particularly Women-Owned Small Businesses, must submit their quotes by November 28, 2025, and can direct inquiries to Jacqueline Henn at Jacqueline.Henn@us.af.mil.
    F-15E Radar Modernization Program (RMP) Non-Radar Depot Activation - F-15E/EX Primary Pressure Regulator and Shutoff Valve (PPRSV) PN 3215986-1-1
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking information from potential sources to support the depot activation and sustainment capability for the F-15E/EX Primary Pressure Regulator and Shutoff Valve (PPRSV), part number 3215986-1-1. This opportunity involves delivering technical orders, necessary spares, engineering support, and training for USAF technicians, ensuring depot readiness and compliance with cybersecurity regulations. The selected contractor will play a crucial role in maintaining and overhauling vital aircraft components, with the contract anticipated to commence in Fiscal Year 2027. Interested parties must submit their capability statements electronically by 4 PM EST on January 30, 2026, to Valerie Neff at valerie.neff@us.af.mil.
    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.