ContractCombined Synopsis/Solicitation

Remanufacture of F108 Fuel Gear Motor

DEPT OF DEFENSE FA812225R0024
Response Deadline
Oct 15, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Full & Open
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Defense, specifically the Air Force Sustainment Center, is seeking a contractor for the remanufacture of F108 Fuel Gear Motors at Tinker Air Force Base in Oklahoma. This procurement involves a firm fixed-price supply contract for one base year with four additional one-year options, focusing on ensuring that the remanufactured motors meet original life expectancy and quality standards. The selected contractor must operate an FAA Part 145 rated facility and adhere to strict quality control measures, including compliance with ISO 9001.2000/ANSI/ASQC Q92, while also providing comprehensive testing and reporting. Interested vendors should contact Michele Clark at michele.clark.2@us.af.mil or William Loftis at william.loftis@us.af.mil for further details, and must submit a capability statement or proposal by the specified deadline, with qualification requirements including an approved Source Approval Request prior to award.

Classification Codes

NAICS Code
336412
Aircraft Engine and Engine Parts Manufacturing
PSC Code
2840
GAS TURBINES AND JET ENGINES, AIRCRAFT, PRIME MOVING; AND COMPONENTS

Solicitation Documents

12 Files
SOW_24JUN2025_Rev3_09052025.pdf
PDF371 KBSep 15, 2025
AI Summary
This Statement of Work (SOW) outlines the requirements for remanufacturing F108 Fuel Gear Motors to Air Force standards, ensuring they meet original life expectancy. The contractor must operate a Federal Aviation Administration (FAA) Part 145 rated facility with capabilities for CFM56-2B engine components, providing all necessary materials. Key aspects include rigorous receiving inspections, adherence to detailed remanufacturing procedures, and comprehensive testing, with the government reserving the right to witness all tests. The SOW emphasizes strict quality control, compliance with ISO 9001.2000/ANSI/ASQC Q92, and robust counterfeit prevention measures. Contractors are required to submit various reports, including deficiency reports, production reports, and a Counterfeit Prevention Plan. Additionally, the document details procedures for handling condemned assets, packaging, shipping, Item Unique Identification (IUID), and outlines surge capacity requirements for unplanned demand.
TRNSPDATA_REPORT.pdf
PDF88 KBSep 15, 2025
AI Summary
This document outlines transportation data and instructions for federal government solicitations, specifically Purchase Instrument Number FD20302400395-00, initiated on June 11, 2024. It details F.O.B. terms (Origin, Destination, and Data/First Article F.O.B. Destination), relevant FAR citations (52.247-29, 52.247-53, 47.305-10), and critical instructions for contacting DCMA Transportation. Vendors must use the DCMA Shipment Instruction Request (SIR) eTool System for shipping instructions on all DCMA-administered contracts, especially for F.O.B. Origin, Foreign Military Sales (FMS), and F.O.B. Destination OCONUS/Export movements to obtain necessary DOD regulatory clearances and documentation. Failure to contact DCMA can result in frustrated freight and additional vendor expenditures. The document also provides specific transportation funds information, including LOA and TACRN details. It lists three data items, each with the same ship-to address: DLA Distribution Depot Oklahoma, Tinker AFB, OK 73145-8000, USA, with specific NSN/Pseudo NSN, purchase instrument line item numbers, and Mark For details. The contact person for transportation data is Mickie J. Etters from 406 SCMS / GULAA.
PKGRQMT_REPORT.pdf
PDF68 KBSep 15, 2025
AI Summary
The document outlines detailed packaging and marking requirements for government purchase instrument FD20302400395-00, version 1, focusing on compliance with MIL-STD 129 Revision R and MIL-STD 2073-1 Revision E. A key emphasis is placed on United Nations-implemented restrictions on Wood Packaging Material (WPM) to prevent the spread of invasive species. All WPM must be constructed from debarked, heat-treated wood (56 degrees Celsius/133 degrees Fahrenheit for 30 minutes) and certified by an ALSC-recognized agency, adhering to ISPM NO.15. Specific packaging requirements for item 3010013672917PN (and similar) include MIL Long Line Packaging at Preservation Level MIL, Packaging Level B, with six units of desiccant. Vendor instructions mandate packaging according to MIL-STD-2073-1 and marking per MIL-STD-129, with additional markings as specified on AFMC Form 158. The document was generated by the 406 SCMS / GULAA office.
GFP_FD20302400395_FA812225R0024_.pdf
PDF54 KBSep 15, 2025
AI Summary
The provided document, identified as Amendment No. 1 to the Consolidated GFP Attachment Version 2.1 4-24, pertains to government-furnished property under a DoD contract. It details the identifying information for a solicitation, contract, or uniform PIID number, including the Issuing Office DoDAAC (FA8122), Issuing Year (25), Contract Type (F), and Sequence Number (0024). The document also specifies the Government Contracting Officer as William Loftis, Jr., with contact information provided. It indicates that the property is non-serially managed and is a DoD Contract (FAR). This amendment serves to update or clarify information related to government-furnished property within the context of federal contracting.
DID_81535B.pdf
PDF187 KBSep 15, 2025
AI Summary
The DI-PSSS-81535B document outlines the requirements for the Acquisition and Sustainment Data Package (ASDP) Deficiency Report (DR). This report is crucial for contractors to identify deficiencies in government-furnished material (GFM) during acquisition or repair contracts, enabling the Government to take corrective action per T.O. 00-35D-54. This Data Item Description (DID) is applicable when contractors maintain custodial records for government property under repair and supersedes DI-PSSS-81535A. The report must be submitted in a text-searchable format, with the Data Objects/Attributes and Associated Metadata (DOAM) listing in Microsoft Excel, following a contract-provided template. Content requirements are detailed in Table I, covering specifics like deficiency description, dates, item identification (NSN, part number, serial number), manufacturer details, contract information, and current disposition of the deficient material. The DOAM template ensures data can be ingested into a Product Lifecycle Management (PLM) solution for comprehensive tracking and linking to the lowest component of the end item.
DID_81534B.pdf
PDF124 KBSep 15, 2025
AI Summary
The Acquisition and Sustainment Data Package (ASDP) Teardown Deficiency Report (DI-PSSS-81534B) outlines requirements for contractors to report equipment deficiencies. This document is crucial for maintaining custodial records of government property under repair or for detailed analysis during teardown investigations. It mandates a factual narrative analysis of deficiencies, including cause of failure, recommended corrective actions, and preventative measures. Reports must be in a text-searchable format, with embedded models where applicable, and a Data Objects/Attributes and Associated Metadata (DOAM) listing in Microsoft Excel. The DID categorizes deficiencies into workmanship, material failure, no defect found, technical data issues, field-induced, maintenance, design, and handling/shipping problems. These reports must be ingestible into a Product Lifecycle Management (PLM) solution for comprehensive tracking and linking to specific components.
DID_80969.pdf
PDF157 KBSep 15, 2025
AI Summary
The provided document, sourced from http://assist.dla.mil, serves as a verification reminder for users to check the source to ensure they are using the current version. This is critical in contexts such as federal government RFPs, federal grants, and state and local RFPs, where up-to-date information is essential for accuracy and compliance. The document's main purpose is to emphasize the importance of verifying the timeliness of information from its source.
DID_80809B.pdf
PDF185 KBSep 15, 2025
AI Summary
The DI-NDTI-80809B data item description outlines the requirements for Test/Inspection Reports, crucial for evaluating compliance with government system requirements and specifications. Applicable to various testing phases, including developmental and qualification, this document supersedes previous versions. It details mandatory content, such as cover page information, a table of contents, introduction with objectives, item identification, and a comprehensive summary of results and recommendations. The report must include detailed procedures, test equipment identification, actual recorded data, analysis of results, conclusions on item performance and procedural effectiveness, and recommendations for acceptance, redesign, or further testing. Crucially, it requires certifications of accuracy and compliance, authenticated by contractor personnel and government witnesses, ensuring transparency and accountability in the testing process.
DID_80503.pdf
PDF278 KBSep 15, 2025
AI Summary
The provided file consists solely of repetitive disclaimers stating "Source: http://assist.dla.mil -- Downloaded: 2020-08-20T18:47Z Check the source to verify that this is the current version before use." The main purpose of the document is to advise users to verify the currency of the information by checking the source. It contains no other substantive content relevant to government RFPs, federal grants, or state and local RFPs, beyond indicating a download from a DLA (Defense Logistics Agency) assist website. Therefore, the file itself is not a substantive government document but a series of identical disclaimers.
DID_80441D.pdf
PDF149 KBSep 15, 2025
AI Summary
The DI-MGMT-80441D Government Property (GP) Inventory Report is a Data Item Description (DID) that mandates contractors to periodically submit an inventory of government property in their possession, including both Government Furnished Property (GFP) and Contractor Acquired Property (CAP), to the Department of Defense (DoD) Service or Agency. This DID applies to all contracts involving GP and supersedes DI-MGMT-80441C. The report must be submitted in an electronic .xls or .xlsx format and include specific data fields such as Contract Number, Asset Identification Numbers, Item Description, Quantity, Unit Acquisition Cost, Asset Location, Type and Classification of Government Property, Date of Last Physical Inventory, and Federal Condition Code. This ensures accountability and tracking of government assets throughout the contract lifecycle.
DID_10184.pdf
PDF149 KBSep 15, 2025
AI Summary
The DI-MGMT-80441D Government Property (GP) Inventory Report is a crucial document for contractors to periodically provide a comprehensive inventory of government-owned property. This includes both Government Furnished Property (GFP) and Contractor Acquired Property (CAP) in their possession, extending to subcontractors. Applicable to all contracts involving GP, this Data Item Description (DID) outlines the mandatory electronic .xls or .xlsx format and specific content requirements. The report must include detailed fields such as Contract Number, Agency/Service Asset Identification Number, Item Description, Manufacturer Part/Model/Serial Numbers, National Stock Number, Quantity, Unit of Measure, Unit Acquisition Cost, Unique Item Identifier (if applicable), Asset Location, Type of Government Property, Classification of Government Property, Date of Last Physical Inventory, and Federal Condition Code. This DID supersedes DI-MGMT-80441C and is essential for ensuring accountability and transparency in the management of government assets within federal contracts.
CDRL1_REPORT_.pdf
PDF144 KBSep 15, 2025
AI Summary
This government Request for Proposal (RFP) FA8122-25-R-0024, issued by the Department of the Air Force, AFSC PZAAB, is for the remanufacture of F108 Fuel Gear Motors. The contract is a Firm Fixed Price (FFP) Requirements type, spanning a 1-year basic ordering period and four 1-year option periods, totaling 5 years. The contractor will remanufacture Government-provided F108 Fuel Gear Motor segments, supplying all necessary materials. Key deliverables include 28 remanufactured units per year, along with various data reports and provisions for "Over and Above" work for damaged components. Delivery will occur at a rate of 15 units every 30 days. The solicitation includes numerous FAR and DFARS clauses, addressing areas such as unique item identification, safeguarding defense information, and small business utilization, ensuring comprehensive compliance and reporting requirements.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedSep 15, 2025
deadlineResponse DeadlineOct 15, 2025
expiryArchive DateOct 30, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA8122 AFSC PZAAB

Point of Contact

Name
Michele Clark, Contracting Specialist

Place of Performance

S Coffeyville, Oklahoma, UNITED STATES

Official Sources