ContractSolicitation

F108 Module 13/15 & 14 LPT Assembly (USAF/USN) Remanufacture

DEPT OF DEFENSE 2840-01-229-5786PN_2840-01-484-3913PN_2840-01-189-2941PN_2840-01-483-8785PN
Response Deadline
Mar 2, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
No Set aside used
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of F108 Module 13/15 and Module 14 Low Pressure Turbine Shaft Assemblies for both the United States Air Force (USAF) and the United States Navy (USN). This competitive acquisition requires contractors to provide all necessary materials, labor, equipment, and technical expertise to restore these engine components to their original life expectancy, adhering to strict quality standards and military specifications. The contract is structured as a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ) with a performance period of 60 months, divided into five one-year ordering periods, and includes specific requirements for reporting and compliance with various military standards. Interested parties should contact Brock May at brock.may@us.af.mil or 405-734-5462 for further details, and note that the solicitation closing date remains unchanged despite recent amendments.

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

15 Files
Synopsis - F108 Modules.pdf
PDF157 KBDec 22, 2025
AI Summary
This government synopsis details a competitive acquisition for the remanufacture of F108 MOD 13/15 & 14 Low Pressure Turbine Assembly Remanufacture (USAF/USN) for the F108 Engine/KC-135. The estimated issue date is January 30, 2026, with a closing date of March 2, 2026. The contract is a Five-Year, Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ), Multiple Award contract with five one-year ordering periods from March 2026 to March 2031. It includes specific minimum and maximum quantities for remanufacture across different ordering periods and models for both USAF and USN, along with required delivery schedules. The synopsis also outlines the CLIN breakdown, including informational CLINs, remanufacture, over and above, and data CLINs. Contact information for the Buyer and Contracting Officer is provided, along with details about an appointed Ombudsman for contractor concerns.
FA812226R0007.pdf
PDF332 KBFeb 13, 2026
AI Summary
This government Request for Proposal (RFP) outlines a requirement for the remanufacture of F108 Module 13/15 and Module 14 Low Pressure Turbine Shaft Assemblies for both the USAF and Navy. The contract is a Multiple Award Indefinite Delivery, Indefinite Quantity, Firm Fixed Price type, with an anticipated performance period of 60 months, divided into five one-year ordering periods. The contractor will be responsible for furnishing all necessary materials, labor, equipment, and technical expertise for remanufacture, modification, testing, storage, and shipping. The solicitation specifies minimum and maximum quantities for each module type per ordering period, along with contract maximums for each. It also details
Packaging Requirements.pdf
PDF98 KBFeb 13, 2026
AI Summary
This document outlines packaging requirements for various items under purchase instrument FD20302400861-00, version 3. It emphasizes compliance with MIL-STD 129 Revision R and MIL-STD 2073-1 Revision E, as well as United Nations restrictions on wood packaging material (WPM) to prevent invasive species. All WPM must be constructed from debarked, heat-treated wood (56 degrees Celsius or 133 degrees Fahrenheit for 30 minutes) and certified by an ALSC-recognized agency, adhering to ISPM No. 15. The file details specific packaging and marking instructions for different items (PACRNs), some requiring
Transportation Data.pdf
PDF97 KBFeb 13, 2026
AI Summary
The document,
CDRLs.pdf
PDF134 KBFeb 13, 2026
AI Summary
This Contract Data Requirements List (CDRL) outlines data submission requirements for contract FD20302400861, covering F108 Multiple Items. It details nine data items, including Commercial Asset Visibility (CAV) Reporting, Contract Depot Maintenance (CDM) Monthly Production Reports, Comprehensive Engine Management System (CEMS) Reporting, Interim Contractor Support (ICS) Reports, Acquisition and Sustainment Data Package (ASDP) Deficiency Reports, Reports of Shipping and Packaging Discrepancies, Counterfeit Prevention Plans, Government Property (GP) Inventory Reports, and Production Surge Plans. Each item specifies reporting authority, frequency, submission details, and distribution. Key requirements include daily CAV AF reporting, monthly CDM production reports within five business days, next-business-day CEMS reporting, monthly ICS reports by the fifth working day, as-required deficiency and discrepancy reports, a Counterfeit Prevention Plan within 90 days of award, annual GP inventory reports within seven days, and a Production Surge Plan within 30 days of award. Many reports require electronic submission via designated systems or email, and several carry export control warnings and specific destruction notices.
DIDs.pdf
PDF1080 KBFeb 13, 2026
AI Summary
This document contains four Data Item Descriptions (DIDs) crucial for government contracts related to property and maintenance. DI-MGMT-80441D outlines the Government Property Inventory Report, requiring contractors to provide detailed electronic inventories of both Government-Furnished Property (GFP) and Contractor-Acquired Property (CAP). DI-MGMT-81324C details Comprehensive Engine Management System (CEMS) Reporting for Air Force engines, including access requirements and specific data input for engine status. DI-MGMT-81838 describes Commercial Asset Visibility (CAV) Reporting for tracking government-owned reparable assets through contractor repair cycles via a web-based system. Lastly, DI-MISC-81832 mandates a Counterfeit Prevention Plan, requiring contractors to establish robust procedures for procurement, monitoring, and reporting of suspect counterfeit parts. These DIDs collectively ensure accountability, transparency, and integrity in handling government property and materials.
GFP Attachment.pdf
PDF60 KBFeb 13, 2026
AI Summary
This GFP Attachment, approved on July 25, 2025, details Government Furnished Property (GFP) for solicitation FA812225R0012. It outlines four distinct items: two F108 MOD 13-15 Turbine Assemblies and two F108 MOD 14 LPT Shaft, Turbine, Aircraft. Each item specifies its NSN, CAGE Code, Part Number, and Model Number. Quantities range from 25 to 500 units, all described as "each" and designated for "Use As-Is," with no serial management or upgradability. This document provides essential information for contractors regarding the GFP to be provisioned for the specified program, ensuring clarity on the components involved in the solicitation.
FA812226R0007_______0001.pdf
PDF87 KBFeb 13, 2026
AI Summary
This document is an amendment to solicitation FA812226R0007, effective February 13, 2026. Issued by the Department of the Air Force, AFSC PZAAB, the amendment primarily corrects National Stock Numbers (NSNs) for LPT Stage I Blade subCLINs 0001AB – 4001AB (USAF) and 0002AB – 4002AB (Navy). Specifically, the NSN for USAF subCLINs changed from 2840-01-229-5786 PN to 2840-01-466-7430 PN, and for Navy subCLINs, it changed from 2840-01-484-3913 PN to 2840-01-466-7430 PN. Additionally, the amendment adds Inspection/Acceptance and Quality Assurance information for USAF subCLINs 0001AB – 4001AB across multiple ordering periods (1-5). It clarifies that LPT Stage 1 Blades are not separate deliverables but are included in the module delivery schedule. The solicitation closing date is not extended. All other terms and conditions of the original solicitation remain unchanged.
RDL_2840011892941PN.pdf
PDF61 KBFeb 13, 2026
AI Summary
This document is a Repair Data List (RDL) Revision for a SHAFT, TURBINE, AIRCR with NSN 2840011892941PN and Part Number 301-316-158-0. Dated March 19, 2024, it states that no government-provided data will be available; instead, commercial technical manuals, specifically the CFM56-2A/2B Engine Shop Manual and its supporting publications, apply. The document includes a legend for Furnished Method Codes, indicating how technical data is provided, such as with solicitation, contract award, upon request, or not available. This RDL specifies the data sources for repair and maintenance of the turbine shaft, emphasizing the use of commercial manuals over government data.
RDL_2840012295786PN.pdf
PDF61 KBFeb 13, 2026
AI Summary
The document is a Repair Data List (RDL) Revision for a TURBINE ASSEMBLY,AI, with NSN 2840012295786PN and Part Number 305-482-303-0, dated February 1, 2024. It indicates that no repair data will be provided by the government, and commercial technical manuals apply. The document includes a legend for various furnished method codes, such as 'V - VENDOR DATA (Not Provided)' and 'A - DATA NOT AVAILABLE', further emphasizing the reliance on commercial documentation. This RDL Revision is likely a component of federal government solicitations or contracts, informing potential vendors or contractors about the unavailability of government-furnished repair data for the specified turbine assembly.
RDL_2840014838785PN.pdf
PDF60 KBFeb 13, 2026
AI Summary
The document, titled "RDL REVISION," is a Repair Data List for a SHAFT, TURBINE, AIRCR with NSN 2840014838785PN and Part Number 301-316-158-0-2A. It specifies that no technical data will be provided by the government, and commercial technical manuals apply for repairs. The document includes remarks from Frederick M. Gonzales (January 25, 2024) and Steve R. Gastineau (June 21, 2017), both reiterating that the government will not provide data and commercial technical data should be used. A legend for Furnished Method Codes is also provided, explaining various data provision methods, such as Classified Document, Furnished with Solicitation, Technical Data Furnished with Contract Award, and Vendor Data (Not Provided). This file is likely part of a government procurement or repair contract, outlining the government's responsibility regarding technical documentation.
RDL_2840014843913PN.pdf
PDF61 KBFeb 13, 2026
AI Summary
The document, an RDL REVISION dated January 23, 2024, details repair data for a TURBINE ASSEMBLY, AI with NSN 284001483913PN and Part Number 305-482-303-0-2A. It specifies that no repair data will be provided by the government, and commercial technical data and manuals will apply. The document includes remarks from Steve R. Gastineau (June 21, 2017) and Frederick M. Gonzales (February 12, 2016) reiterating that commercial manuals are to be used. A
RQR.pdf
PDF947 KBFeb 13, 2026
AI Summary
This document, RQR-PSD-1 Revision 3, outlines the Repair Qualification Requirements (RQR) for Propulsion Critical Safety Items (CSI) and Critical Application Items (CAI) within the Propulsion Sustainment Division. It establishes the technical requirements for Potential Sources (PS) to obtain Engineering Support Activity (ESA) approval for repairing propulsion items. The RQR details a two-phase approval process: Source Approval Request (SAR) submittal and evaluation, followed by a Source Demonstration (SD) and evaluation, if required. Key aspects include submitting a Company Profile, SAR packages categorized by repair experience (Actual Item, Similar Item, Pre-Developed Repair, Developing Repair), and adherence to specific documentation formats. The document also covers approval duration (three years for CSI, seven for CAI), renewal processes via Source Resubstantiation Requests (SRR), and the requirement for Process Change Requests (PCR) for any modifications to approved SAR documentation. Evaluation methods, conditions for approval or disapproval, and the possibility of on-site audits are also detailed. Appendices provide checklists, forms, and definitions to guide applicants through the process.
Ordering Procedures.pdf
PDF994 KBFeb 13, 2026
AI Summary
This document outlines the ordering procedures for the Remanufacture of F108 Module 13/15 and Module 14 Low Pressure Turbine Multiple Award IDIQ Contract. Services will be procured through firm-fixed-price delivery orders issued against a Multiple Award IDIQ contract, in accordance with FAR 16.505. There are two types of delivery orders: initial Virtual Post Award Conference Delivery Orders and subsequent Delivery Orders for additional services. Subsequent orders require a Fair Opportunity Proposal Request (FOPR) issued to all awardees, with a minimum of one response annually. Proposals are evaluated on Delivery Schedule Compliance (more important) and Price, focusing on completeness, reasonableness, and balance. The government reserves the right to award without interchanges and may conduct interchanges at its discretion. The document also addresses post-award notices, debriefings, protest procedures, proposal preparation costs, FOPR cancellation, and unilateral government rights for
Statement of Work.pdf
PDF421 KBFeb 13, 2026
AI Summary
This Statement of Work (SOW) outlines the requirements for remanufacturing F108 Turbine Assembly Low Pressure Union Assemblies (Modules 13/15 and 14) for the Air Force and Navy. The contractor must restore these engine components to their original life expectancy, adhering to FAA Part 145 facility standards, CFM56 Engine Shop Maintenance Manuals (ESM), and applicable Service Bulletins. Key requirements include maintaining ISO 9001.2015/AS9100 quality systems, managing subcontractors, executing transition plans, and ensuring safety per military standards. The SOW details procedures for receiving, disassembly, remanufacture, testing, and replacement parts quality. Specific remanufacturing requirements for both Air Force and Navy modules are provided, including blade pre-twist angles and honeycomb seal replacements. The contractor is also responsible for extensive reporting, including Commercial Asset Visibility Air Force (CAVAF), Contract Depot Maintenance (CDM) Production Reports, and Deficiency Reports (DRs), as well as proper packaging, handling, and condemnation of assets. Compliance with numerous Service Bulletins and FAA Airworthiness Directives is mandatory. Delivery schedules are specified, with Air Force modules requiring faster turnaround than Navy modules.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedDec 22, 2025
amendedLatest Amendment· Description UpdatedFeb 13, 2026
deadlineResponse DeadlineMar 2, 2026
expiryArchive DateMay 2, 2026

Agency Information

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

Point of Contact

Name
Brock May

Place of Performance

S Coffeyville, Oklahoma, UNITED STATES

Official Sources