This synopsis outlines a competitive federal government Request for Proposal (RFP) for "Support, Turbine, Noz" spares (NSN: 2840015454839NZ, PN: 4088292) for the F100 Engine. The estimated issue date is October 17, 2025, with a closing date of November 1, 2025. The requirement includes a total of 8 each (with a range of 3-15) for line item 0001, plus quantities for First Article items and testing. Qualification and export control requirements apply, and UID is needed if the unit price exceeds $5,000. Qualified sources include Union Machine Co. and Raytheon Technologies Corporation. While not a Small Business Set-Aside, all responsible sources may submit bids, though only qualified sources will be considered. First Article Contractor Testing is required for non-OEM approved sources. This acquisition involves military/space technology, and foreign participation is yet to be determined. The government will not be using Part 12, Acquisition of Commercial Items. The contract is contingent upon fund availability. The solicitation will be available electronically via Sam.gov. This is not a request for competition, but proposals received within 45 days will be considered. Price, technical capability, and past performance will be evaluation factors. An Ombudsman is available for concerns. Questions should be directed to Rhonda Ehrhardt (rhonda.ehrhardt@us.af.mil).
The document is a federal Request for Proposal (RFP) (SPRTA1-26-R-0056) for the acquisition of Aircraft Engine and Engine Parts Manufacturing, specifically for Turbine Stator Support Assemblies (TOBI) (NSN: 2840-01-545-4839 NZ, PN: 4088292). The solicitation, issued by DLA Aviation at Oklahoma City, specifies a NAICS code of 336412 with a size standard of 1,500. It highlights that the acquisition is either unrestricted or set aside for small businesses. A key requirement is First Article Testing (FAT), with options for Bid A (First Article Required) or Bid B (First Article Not Required) for production articles. The required quantity ranges from 3 to 18 units, with an Air Force quantity of 10 each. Offerors must be approved sources and adhere to strict quality standards (ISO 9001-2015). The document details submission procedures for First Article Test Plans and Reports, specifies delivery timelines, and outlines payment instructions via Wide Area WorkFlow (WAWF). It includes numerous FAR and DFARS clauses covering areas such as critical safety items, unique item identification, small business subcontracting, and prohibitions on certain foreign purchases and substances.