F100-PW-220 Sprayring Manifold Assemblies
ID: FA812124R00190001Type: Special Notice
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

ENGINE FUEL SYSTEM COMPONENTS, AIRCRAFT AND MISSILE PRIME MOVERS (2915)
Timeline
    Description

    The Department of Defense, specifically the U.S. Air Force, is seeking proposals for the overhaul of F100-PW-220 Sprayring Manifold Assemblies, with a focus on competitive pricing as the primary evaluation factor. This procurement is crucial for maintaining the operational readiness of aircraft engines, as these assemblies are integral components of the engine fuel system. The response deadline for proposals has been extended to April 30, 2025, and interested parties should direct inquiries to William Heckenkemper or Savannah Mincey via their respective emails. Compliance with the Statement of Work and accurate pricing submissions are essential for consideration in this contract opportunity.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Contract Data Requirements List (CDRL) relevant to the F100-PW-220/220E Augmentor Spray Manifold Assembly contract, specifically requiring a monthly cumulative production report from the contractor. This report must detail items under contract, including serial numbers, shipment dates, quantities, and tracking information. The contractor is expected to submit this report by email within five working days following each month-end until all delivery orders are fulfilled, with the final report clearly labeled as such. If delays occur, the contractor must promptly inform the Air Force Life Cycle Management Center (AFLCMC) of the reasons, including potential constraints such as parts shortages or test-station issues. The form serves as a guideline for both government personnel and contractors on the expectations for data deliverables under this contract, emphasizing the importance of accurate and timely reporting for effective contract management. Additionally, the document provides instructions for completing various sections and specifies requirements for data pricing related to the production or development of data items delivered to the government. Overall, this CDRL seeks to ensure accountability and transparency in defense contract reporting.
    The document outlines the Contract Data Requirements List (CDRL) for a deficiency report regarding the F100-PW-220/220E Augmentor Spray Manifold Assembly, managed under contract number FD2030-25-30244. It specifies data collection and submission guidelines as directed by the Air Force Life Cycle Management Center. The report is required whenever material or quality deficiencies occur and must be submitted using SF Form 368. Key sections include data item titles, required frequencies of submission, distribution details, and specific responsibilities for oversight and approval. Additionally, the document details the pricing categorization for required data, ranging from essential to minimal effort data items. The form serves as a framework for contractors to assess and report on data preparation responsibilities within this federal contract. Overall, this CDRL ensures compliance with government requirements for quality assurance and data management in defense contracting.
    The Status Report Data Item Description (DID) outlines the structure and requirements for documenting contractor progress toward achieving contract objectives in government projects. It is intended for use by contractors to report accomplishments, challenges, and comparisons against planned goals, thus allowing the government to evaluate contractor performance effectively. The report should be formatted by the contractor and include essential identification components such as project title, report type, contract number, and security classification when needed. Key content elements include a project summary, milestone/task status, future plans, itemized man-hours and costs, delivery statuses, and contact information of the report preparers. The DID is tailored to specific project requirements, emphasizing flexibility in its application while ensuring comprehensive coverage of contractor activities. This document serves as a critical tool for government oversight in RFP processes and grants, facilitating informed decision-making regarding contractor performance and project management.
    The Acquisition and Sustainment Data Package (ASDP) Deficiency Report (DR) outlines the requirements for identifying and reporting deficiencies in government-furnished material (GFM) related to acquisition or repair contracts. The report serves as a critical tool for contractors to communicate deficiencies to the Government, enabling corrective actions per USAF protocols. The document specifies the format and content for these reports, emphasizing that they must be submitted in a text-searchable format compatible with Product Lifecycle Management (PLM) systems, facilitating effective tracking and management of reported deficiencies. Key components of the report include the nature of the deficiency, identification of responsible parties, and detailed metadata concerning the deficient items, such as part numbers, manufacturer data, and operational statistics. The report also includes sections for warranty information and the current status of the deficient items. This structured approach ensures comprehensive documentation and promotes transparency and accountability in the reporting process, ultimately aiding in the sustainability and effectiveness of GFM during acquisition and repair phases. By superseding a previous version, this document reflects updated practices in deficiency reporting that align with the needs of the Department of Defense.
    This document outlines an amendment to the solicitation FA812124R0019 from the Department of the Air Force, extending the due date for offers related to the overhaul of F100-PW-220 Sprayring Manifold Assemblies. The new deadline is set for March 31, 2025. This contract consists of multiple ordering periods, detailing firm fixed prices for specified quantities of manifold assemblies, alongside data requirements and over and above work provisions. Each ordering period indicates expected minimum and maximum quantities, delivery timelines, and data items that contractors must report, including inventory and discrepancy reports. The contracting officer will assess proposals based on the total evaluated price, reinforcing that non-compliance with submission guidelines may lead to rejection. This initiative reflects the Air Force's strategy to manage and maintain critical parts for its aircraft, ensuring efficient maintenance while adhering to government procurement protocols.
    The document outlines the amendment of solicitation for a federal contract regarding the overhaul of F100-PW-220 Spray Manifold Assemblies for the U.S. Air Force. The key amendment extends the solicitation due date from March 31, 2025, to April 30, 2025, and incorporates specific Foreign Military Sales (FMS) Contract Line Item Numbers (CLINs). The solicitation is structured to solicit competitive proposals based on price as the sole evaluation factor, emphasizing compliance with the requirements outlined in the Statement of Work (SOW). The government intends to award to the lowest evaluated price that meets all proposal requirements. It includes details on quantities, delivery schedules, quality assurance standards, and additional work identified after the initial proposal. The document emphasizes that proposals must detail pricing accurately and adhere strictly to the provided instructions. Furthermore, it outlines debriefing procedures for unsuccessful bidders and underscores the importance of complete and compliant submissions. This amendment reflects the government’s ongoing process to procure necessary service contracts while ensuring transparency and adherence to federal regulations.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    F-100 Augmentor Nozzle SE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the F-100 Augmentor Nozzle SE, specifically under solicitation number SPRTA1-26-R-0642. This procurement focuses on Aircraft Engine and Engine Parts Manufacturing, with strict qualification requirements including "Export Controlled" certification and adherence to ISO 9001-2015 standards, as well as First Article Testing protocols. The Augmentor Nozzle SE is critical for aircraft engine performance, and the contract emphasizes compliance with various legal and ethical standards, including the Buy American Act. Proposals are due by January 9, 2026, at 3:00 PM, and interested parties can contact Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112 for further information.
    F-100 Case, Compressor, Air
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of F-100 compressor air cases under the presolicitation notice SPRTA1-24-R-1845. This procurement aims to secure a minimum of 3 and a maximum of 18 units, with a delivery schedule of 2 units per month starting before June 16, 2025, and is not classified as a critical safety item. The solicitation will be available electronically, and proposals will be evaluated based on price, technical merit, and past performance, with submissions due within 45 days of publication. Interested parties can direct inquiries to Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112.
    SPRTA1-26-R-0106 (NSN: 2840-01-448-7511)
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is issuing a presolicitation for Request for Proposal (RFP) SPRTA1-26-R-0106, which seeks support for the Turbine Duct and Vane Assembly (NSN: 2840-01-448-7511, PN: 4083681-01) specifically for the F-110 aircraft. This procurement involves a total quantity based on FA requirements across six line items, with specific counts including 2, 4, and 1 lot for various components. The goods are critical for maintaining the operational readiness of military aircraft, underscoring their importance in defense logistics. Interested vendors should note that the estimated issue date for the RFP is November 28, 2025, with a closing date of December 28, 2025. For further inquiries, potential bidders can contact Alson Dacalio at alson.dacalio@us.af.mil or by phone at (405) 739-8448.
    F100 SHROUD, COMPRESSOR, A
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is seeking proposals for the procurement of the F100 Shroud, Compressor, A. This presolicitation opportunity is aimed at acquiring components essential for aircraft engine operations, specifically within the Aircraft Engine and Engine Parts Manufacturing industry. The contract action is expected to remain below the simplified acquisition threshold, allowing for electronic responses via the Government Point of Entry (GPE). Interested parties can reach out to primary contact Aric Harmon at aric.harmon.1@us.af.mil or secondary contact James Headington at James.Headington.1@us.af.mil for further details regarding the solicitation, referenced as FD2030-25-00258.
    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.
    Spares Procurement for the F100/ SEAL, AIR, AIRCRAFT G
    Dept Of Defense
    The Department of Defense, through the Air Force Sustainment Center (AFSC), is conducting market research for the procurement of spares for the F100 platform, specifically a SEAL, AIR, AIRCRAFT G (NSN: 2840-01-602-8421NZ, P/N: 4081980). Interested parties must demonstrate their capability to manufacture the required item, which includes responsibilities for procurement, inspection, testing, packaging, and shipping, as well as supply chain management and logistics planning. This procurement is critical for maintaining operational readiness and support for the aircraft, with an estimated requirement of three units. Interested vendors are required to submit a Source Approval Request (SAR) package by January 7, 2026, and can direct inquiries to the primary contact at 430scms.afmc.rfiresponses@us.af.mil.
    Support, Fan Componet
    Dept Of Defense
    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.
    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.
    NSN6620-01-544-4853NZ_BuildSetEngine_F100_PN4088395_FD2030-26-00512
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is conducting market research to identify potential manufacturing sources for the procurement of Build Set, Engine Mo, NSN 6620-01-544-4853NZ, with an estimated requirement of 1,500 units. This Sources Sought Synopsis aims to assess whether the requirement can be fulfilled competitively or set aside for small businesses, emphasizing the importance of these components for military aviation operations. Interested parties are encouraged to provide company information and may need to complete a Source Approval Request (SAR) package, with responses due by December 17, 2025. For further inquiries, contact Terri Swain Wooten at terri.swain-wooten@us.af.mil or the 430 SCMS at 430scms.afmc.rfiresponses@us.af.mil.
    LAU PAGS FIELD REPA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of parts for AV-8B and F402 aircrafts, specifically NSN: 1620-00-890-3202, under the presolicitation titled "LAU PAGS FIELD REPA." The contract will be an Indefinite Quantity Contract with an estimated annual quantity of 80 units over a term of 60 months, requiring delivery within 560 days after receipt of order. This procurement is critical for maintaining aircraft operational readiness, and it is classified as unrestricted, allowing all responsible sources to submit offers. Interested parties should prepare their proposals in accordance with the solicitation, which will be available on the DLA Internet Bid Board System (DIBBS) around December 8, 2025. For further inquiries, contact Renee Griffin at renee.griffin@dla.mil or (445) 737-2040.