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
    Fuel System Component Test Stand
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is soliciting proposals from Women-Owned Small Businesses (WOSB) for the provision of a Fuel System Component Test Stand under solicitation FA812526Q0010. The procurement includes the design, installation, calibration, and training associated with the test stand, which is critical for aircraft engine maintenance and repair operations. The contract is structured as a Firm Fixed Price arrangement, with a performance period from January 16, 2026, to January 15, 2028, and proposals are due by December 19, 2025. Interested vendors must have a valid DD2345 and be registered in the JCP Portal to access controlled documents, and they can reach out to Sheridan Robison at sheridan.robison@us.af.mil for further inquiries.
    Manifold Assembly
    Buyer not available
    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.
    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.
    Repair of B-1B Torque Motor
    Buyer not available
    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
    Buyer not available
    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
    Buyer not available
    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
    Buyer not available
    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.
    Transducer Switch A
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, Alabama, is soliciting proposals for a Firm Fixed Price contract to supply "Transducer Switch A" (NSN: 1055-01-214-3315, Mfr Part Number: 13027536) in support of the Multiple Launch Rocket System. The procurement requires the successful offeror to conduct a Government First Article Test (GFAT) of one unit within 400 days, followed by the delivery of 199 production units within 845-1175 days after contract award, adhering to specific packaging and marking standards. This contract is set aside for Women-Owned Small Businesses (WOSB) and is subject to export control regulations, with access to technical data packages limited to firms with active JCP certification. Interested parties should contact Shonika McCreless at shonika.mccreless@dla.mil or Nicole Thompson at nicole.thompson@dla.mil for further details, and must comply with the Defense Priority and Allocations System (DPAS) requirements.
    Requirements Projections On the Web (RPOW) FALL 2025
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking sources for the Requirements Projections On the Web (RPOW) for Fall 2025, focusing on Air Force managed items, particularly spares and repairs. This opportunity involves obtaining qualification requirements and engineering data for various aircraft components, with a clear emphasis that the listed data is for planning purposes only and does not constitute an invitation for bids. The procurement process includes contacting Small Business Public Sales Offices at Hill AFB, Robins AFB, and Tinker AFB for qualification requirements and engineering data requests, with vendors required to register on SAM.gov and submit a certified DD Form 2345. Interested parties can reach out to Tracey Beringer at tracey.beringer@us.af.mil for further information.
    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.