TF33 STATORS (VANES & SHROUDS)
ID: FA812124R0031Type: Combined Synopsis/Solicitation
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

GAS TURBINES AND JET ENGINES, AIRCRAFT, PRIME MOVING; AND COMPONENTS (2840)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide remanufactured TF33 Stators (Vanes and Shrouds) under a Combined Synopsis/Solicitation notice. The procurement aims to restore these critical components to their original life expectancy, adhering to stringent Air Force standards, which include comprehensive cleaning, inspection, and remanufacturing processes. These components are vital for the operational readiness of military aircraft, emphasizing the importance of quality assurance and compliance with established military protocols. Interested parties must ensure they are approved sources in accordance with FAR 52.209-1 and are encouraged to submit Source Approval Requests promptly, with all quotes due by the specified deadline. For further inquiries, contact Jonathan Arias Jr. at jonathan.arias.4@us.af.mil or Jacob Stephens at jacob.stephens.5@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This government document outlines the Contract Data Requirements List (CDRL) for the contract FD20302301925, specifically relating to the TF-33 Vane, Compressor, Air system. It details multiple data item requirements that contractors must fulfill, including Commercial Asset Visibility Reporting, Acquisition and Sustainment Data Packages, Monthly Production Reports, Shipping Discrepancies Reports, and Government Furnished Material Reports. Each requirement specifies authorities, frequency of submission, distribution statements, and submission methods. Reports must typically be submitted in English, within defined timelines, often within 24 hours for transactional data or monthly for production statistics. There are strict protocols for discrepancies, including electronic submission using designated formats. The document ensures timely accountability and oversight of inventory and maintenance actions critical to national defense operations, reflecting the government’s commitment to effective contract management and data integrity. This comprehensive framework facilitates compliance with federal regulations and the Department of Defense's standards.
    The Government Property (GP) Inventory Report, identified as DI-MGMT-80441D, serves as a required data deliverable for contractors associated with the Department of Defense (DoD). Its primary purpose is to provide a systematic inventory of both Government Furnished Property (GFP) and Contractor Acquired Property (CAP) that contractors possess, including any assets held by subcontractors. This report must be submitted for all contracts involving GP. The document outlines the report's format and content, specifying that it should be submitted electronically in .xls or .xlsx format. Key columns in the report include information such as contract number, asset identification numbers, item descriptions, manufacturer details, quantity, asset location, and classification type, among others. By standardizing the inventory process, the report ensures transparency and accountability in the management of government property, enabling effective tracking and oversight. It is important that this report follows the structure and specifications set out in this document to comply with government requirements.
    This document comprises repeated reminders to verify the current version of a source related to government files, specifically obtained from the Defense Logistics Agency's (DLA) assist website as of August 20, 2020. The emphasis is on the necessity of ensuring that the information being utilized is up-to-date and reliable before use in federal government Requests for Proposals (RFPs), grants, and other related documents. The lack of substantive content indicates a procedural focus on verification rather than providing detailed insights or analyses pertinent to federal or state/local RFPs or grants. Each entry reiterates the importance of checking the source, suggesting a diligence protocol critical for maintaining accuracy in government submissions and documentation. Thus, while the repeated statements emphasize the need for current information, they do not contribute additional context or insights regarding specific projects or funding opportunities.
    The Commercial Asset Visibility (CAV) Reporting Data Item Description (DI-MGMT-81838) outlines an automated web-based system used for tracking government-owned reparable assets through the repair cycle at contractor facilities. The CAV application aims to enhance inventory management and facilitate real-time reporting by enabling contractors to log transactions as they occur, thereby updating a centralized database. The document specifies the required format and content for reporting, detailing various transaction types such as asset receipts, inductions, completions, and shipments. Contractors are instructed to handle multiple status codes and reporting functionalities, including proof of shipment, item maintenance, and discrepancy reporting. This comprehensive approach ensures that all asset movements are documented and easily accessible. By establishing a standardized reporting mechanism, the CAV framework supports accountability, efficiency, and accuracy in managing government assets, aligning with broader federal oversight processes. This initiative is critical for optimizing repair operations and ensuring that government assets are managed effectively throughout their lifecycle.
    The document outlines the requirements for the Contract Government Furnished Material (GFM) Monthly Requisition and Inventory Report, designated as DI-MGMT-82128A. Its primary purpose is to provide the Government with essential monthly data regarding GFM balances, including consumption, transfers, and inventory conditions. The report format is specified, consisting of essential blocks that capture information from the Production Management Specialist (PMS) and Contractor regarding as-of dates, business details, contract numbers, and various inventory metrics such as quantities received, transferred, and on-hand balances. Additionally, the document supersedes an earlier version, indicating its updated application across any depot-level maintenance contract. The report must be submitted within ten business days of the previous month’s end, ensuring timely assessment and management of government materials. This framework is crucial for effectively tracking government inventories and facilitating accurate reporting within government procurement and logistical processes.
    The Acquisition and Sustainment Data Package (ASDP) Deficiency Report (DR) serves as a critical tool for identifying deficiencies in government-furnished material (GFM) in acquisition or repair contracts managed by contractors. Approved on July 15, 2022, the report is designed to facilitate the government's corrective action procedures in accordance with USAF guidelines. It is essential when contractors oversee custodial records for government property undergoing repairs, and it aligns with related reports like the ASDP Material Improvement Project Report. The report requires a precise format, including a text-searchable format for the deficiency report and a Microsoft Excel template for associated metadata. Key content elements encompass details like the origin of the report, type of deficiency (e.g., Category I or II), descriptions of the issues, and relevant item identifications such as National Stock Numbers and parts records. This structured approach ensures proper documentation necessary for integrating deficiency data into Product Lifecycle Management solutions, aiding in the tracking and resolution of issues related to government property. The report supersedes previous versions, reinforcing its role in improving management and accountability in federal contracts.
    The Contract Depot Maintenance (CDM) Monthly Production Report (DI-PSSS-81995A) serves as a standardized tool for documenting and reporting maintenance production data for depot-level contracts involving the Department of Defense. It provides essential insights into maintenance performance, asset accountability, and forecasts next month's production. The report is composed of detailed sections, where Part I includes identification and contact information of relevant personnel and contractors, while Blocks A through O capture key metrics such as item identification, quantities of reparables received, inducted, produced, and shipped, as well as any condemned items. Additionally, a Production Summary is included if there are discrepancies between reported production forecasts and contract quantities or if production issues arise. The report must be submitted within 10 business days following the end of each reporting month. In summary, this document is critical for maintaining oversight and accountability in contract management within the federal government's maintenance activities, ensuring that contractors meet performance metrics while addressing any outstanding challenges. Compliance with this reporting structure supports effective resource management and operational readiness within defense contracts.
    The government document outlines specific packaging requirements for wooden materials used in military shipments, focusing on compliance with international regulations to prevent the spread of invasive species, particularly the pinewood nematode. It mandates the use of debarked, heat-treated wood for all wooden pallets and containers, specifying treatment protocols and the necessity for certification by an accredited agency. The packaging must adhere to MIL-STD-2073-1 standards, ensuring proper military packaging practices, while shipping and storage markings follow MIL-STD-129 criteria. Additional labeling requirements may include serial numbers and OEM details. The document serves as a vital guideline in the procurement process for federal grants and RFPs, emphasizing the significance of proper packaging techniques to align with international trade regulations and maintain environmental protections.
    The document outlines Special Packaging Instructions (SPI) for the Vane & Shroud Assembly used in J-57 and TF-33 jet engines, designated by code ID 98748 and SPI number F 00-054-1345. It specifies preservation and cleaning guidelines in accordance with military standards (MIL-STD-2073), detailing serviceable and unserviceable packaging methods. Emphasis is placed on usage of a reusable container, appropriate preservatives for retaining pins, and compliance with marking protocols (MIL-STD-129). The document includes various specifications related to packing materials, dimensions of containers, and weight considerations. It highlights the importance of securing a tight pack with top pads and additional guidelines for containers and packaging levels. The revisions history indicates updates to preservation methods and specifications to maintain compliance. This SPI serves as a crucial guideline for ensuring the secure and safe transport of sensitive military components, reflecting the government’s focus on detailed standards for defense-related logistical operations. Overall, the document is integral in standardizing the handling of specific military hardware to prevent damage during transit and storage.
    The Statement of Work (SOW) for the remanufacture of TF33 Stators (Vanes and Shrouds) establishes guidelines to restore these components to original life expectancy in line with Air Force standards. The 421st Supply Chain Management Squadron, alongside the Air Force Life Cycle Management Center, oversees this procurement under request number FD2030-23-01925. Key tasks include the contractor's provision of all necessary materials, disassembly, cleaning, inspection, and remanufacture processes. Detailed procedures cover requirements for cleaning, inspection criteria, and specific manufacturing protocols, such as removal of inappropriate braze materials and adherence to technical orders. The contractor is accountable for quality assurance, documentation of inspections, and compliance with deficiency reporting protocols. Furthermore, the contractor must implement a comprehensive Supply Chain Risk Management plan, address cybersecurity threats, and continuously monitor subcontractor compliance. The SOW emphasizes rigorous documentation, reporting requirements, and safety protocols, ensuring all operations align with established military standards. By outlining these stringent requirements, the SOW aims to maintain high-quality output while supporting the operational readiness of the Air Force fleet.
    The document outlines transportation data relevant for federal procurement under the purchase instrument number FD20302301925-00, initiated on September 3, 2024. It specifies transportation provisions, including terms of delivery (F.O.B. Destination) and necessary contact guidelines for the Defense Contract Management Agency (DCMA) regarding shipping instructions. It emphasizes the importance of obtaining clearances and documentation before shipping to avoid additional costs. The file includes details on multiple items shipped to the DLA Distribution Depot in Oklahoma, with relevant National Stock Numbers (NSNs), purchase instrument line item numbers, shipping addresses, and requisition specifics. Transportation funds information, including various account codes, is also highlighted. The document ends with a contact for further inquiries and is signed by Chiquita D. Cole from the 406 SCMS office, stressing the importance of following the prescribed procedures for transportation under this procurement request. This summary reflects the document’s focus on compliance with logistical and administrative requirements in government contracting for transportation services.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Overhaul of F100-PW-220 5th-12th Stage Stators, NSNs: 2840013662958NZ, 2840013662957NZ, 2840013655052NZ, 2840013635965NZ, 2840013564274NZ, 2840013563536NZ, 2840013575078NZ, 2840013569500NZ, 2840013575079NZ
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the repair and overhaul of F100-PW-220 5th-12th Stage Stators at Tinker Air Force Base, Oklahoma. This Sources Sought Synopsis aims to identify businesses capable of providing the necessary labor, materials, facilities, and equipment for the repair, testing, preservation, and logistics management of these components. The F100-PW-220 stators are critical for aircraft engine performance, making this procurement essential for maintaining operational readiness. Interested parties, including large and small businesses as well as disadvantaged or veteran-owned firms, are encouraged to respond with their capabilities and credentials in accordance with the NAICS code 336412. For further inquiries, contact John Freeman at John.Freeman.16@us.af.mil.
    1st Stage Turbine Stator Support (TOBI)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the 1st Stage Turbine Stator Support (TOBI) as part of its aircraft engine and engine parts manufacturing initiative. The procurement aims to acquire turbine support components that are critical for safety, requiring compliance with specific materials specifications and quality assurance protocols. This contract is essential for maintaining and enhancing the operational capabilities of military aircraft, ensuring that all components meet stringent safety and performance standards. Interested contractors must submit their quotes by the specified deadline, and for further inquiries, they can contact Jonathan Arias Jr. at jonathan.arias.4@us.af.mil or Jacob Stephens at Jacob.stephens.5@us.af.mil.
    15 - FMS REPAIR - STABILATOR ASSY
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking a contractor for the sole source repair of Stabilator Assemblies, identified by NSN 7R 1560-012027151 and part number 70200-27001-045, with a total quantity of four units. This procurement is critical as the government lacks sufficient data to engage alternative sources, emphasizing the importance of maintaining operational readiness for aircraft components. Interested vendors must obtain Government Source Approval prior to award and submit the necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure, which is available online. For inquiries, potential bidders can contact Dana L. Scott at dana.scott@navy.mil, with proposals required to meet all specified criteria to be considered for this opportunity.
    2835-01-456-6509 (24-R-0245)
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for the acquisition of turbine and turbine generator set units, specifically accessory gearboxes for the F-15 aircraft. The procurement involves a total of 28 units, including 18 units of part number 386704-4-1 and 10 units of part number 386706-4-1, with strict adherence to quality standards such as ISO 9001-2015 and AS9100. This opportunity is critical for maintaining operational readiness and support for military aviation systems. Interested vendors must submit their proposals by October 4, 2024, and can direct inquiries to Johnny Wakefield at 385-519-8310 or via email at johnny.wakefield.2@us.af.mil.
    28--VANE ASSEMBLY,COMPR
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of three units of the Vane Assembly, Compressor, identified by NSN 2840008956103. The solicitation is a Request for Quotation (RFQ) and requires delivery to DLA Distribution in Corpus Christi, Texas, within 145 days after order placement. This component is critical for turbine and turbine generator set units, underscoring its importance in maintaining operational readiness for defense systems. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and any inquiries should be directed to the buyer via the email address provided in the solicitation document.
    New Manufacture: F100 Turbine Shroud Segment PN 4077434-01
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the manufacture of the F100 Turbine Shroud Segment, part number 4077434-01. This procurement is noncompetitive and sourced to a specific contractor in accordance with Industrial Mobilization procedures, emphasizing the need for compliance with stringent quality assurance standards, including First Article Testing (FAT) to ensure the safety and reliability of the components. The F100 Turbine Shroud Segment is a critical component in aircraft engine systems, underscoring its importance in maintaining operational readiness and safety in military aviation. Interested contractors must submit their proposals by September 23, 2024, at 4:00 PM Central Time, and can direct inquiries to Breann Irving at breann.irving@us.af.mil or by phone at 405-855-3522.
    28--VANE,COMPRESSOR,AIR
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 190 units of the VANE, COMPRESSOR, AIR (NSN 2840011310565). This solicitation is part of a combined synopsis/solicitation process, and the approved source for this item is 99207 6045T18P02. The goods are critical components used in aircraft engines, highlighting their importance in maintaining operational readiness and efficiency. Interested vendors must submit their quotes electronically, as hard copies will not be available, and all inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The delivery is expected at DLA Distribution Jacksonville within 162 days after order placement.
    FD2030-23-00291-02
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE is seeking a procurement for a SHROUD, COMPRESSOR A. This item, with National Stock Number (NSN) 2840-01-309-1177NZ, is typically used in gas turbines and jet engines as a prime moving component. The procurement is being handled by DEFENSE LOGISTICS AGENCY, specifically the DLA AVIATION OKLAHOMA CITY office. The primary contact for this procurement is SEE SOLICITATION INFORMATION TO FOLLOW. Once the solicitation is approved by the contracting officer, it will be available for quotes. The shroud is described by top drawing 4076475-01 EDL with a revision date of 7/24 OCT 2023. The responsible individual for this procurement is Deanne M. Cliburn.
    FD2030-24-00114
    Active
    Dept Of Defense
    Special Notice from the Department of Defense, Department of the Air Force, is seeking to procure a vane segment, fan, AI top drawing with specific details provided. This item, NSN: 2840-01-545-3270NZ, is typically used in gas turbines and jet engines for aircraft as a prime moving component. The procurement target is a specific vane segment used in the fan of an aircraft engine. The notice provides the necessary information for interested parties to submit quotes once the solicitation has been approved by the contracting officer.
    Remanufacture of B-1B Electro-Mechanical Actuator
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of B-1B Electro-Mechanical Actuators under Solicitation FA8118-24-R-0066. This procurement involves a five-year firm-fixed-price requirements contract, which includes a three-year base period and a two-year option, aimed at ensuring the availability of high-quality remanufactured parts critical for military aircraft operations. The selected contractor will be responsible for adhering to stringent quality assurance measures, packaging requirements, and reporting obligations, all while supporting the operational integrity of military systems. Interested vendors, particularly small businesses including Women-Owned and Service-Disabled Veteran-Owned entities, should contact Matthew Churchwell at matthew.churchwell.2@us.af.mil or Jacqueline West at jacqueline.west@us.af.mil for further details and to ensure compliance with all submission guidelines.