F100-PW-220 Sprayring Manifold Assemblies
ID: FA812124R0019Type: 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

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of F100-PW-220 Sprayring Manifold Assemblies, with a focus on repair and overhaul services. This sole source requirement is directed towards Woodward FST, Inc., which is uniquely qualified due to its licensing and prior experience with these components, critical for atomizing fuel in military aircraft engines. The estimated quantity for this procurement is 376 units, with delivery expected to commence within 90 days after order receipt, at a rate of 20 units per month. Interested contractors must submit their proposals by January 7, 2025, and can direct inquiries to Contracting Officer William Heckenkemper at william.heckenkemper@us.af.mil or Contracting Specialist Savannah Mincey at savannah.mincey@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines specifications for a component identified as the "Manifold Assy No 4," with the National Stock Number (NSN) 2915016595074NZ. This component is critical for atomizing fuel as part of the augmentor system for the F100-220 engine, denoted under TCTO number 2j-f100-24. It measures 42 inches in length and width, 10 inches in height, and weighs 22 pounds, constructed from nickel alloy. The component is classified as safety-critical, with security and demilitarization codes provided. The document, initiated by Craig A. Ashcroft from the 421 SCMS/GUMAD office, indicates special requirements concerning handling precious metals and materials. The absence of helium content in the item is noted, and it's indicated that various forms of government-furnished materials (GFM, GFE, GFP) are required. This document serves an essential function in directing the procurement and management of critical defense components within federal contracts and RFP processes, ensuring compliance with specifications while meeting military operational needs.
    The document outlines a federal solicitation for transportation logistics pertaining to a follow-on contract. Initiated on September 15, 2023, under Purchase Instrument Number FD20302300388-00, it includes critical transportation data for multiple shipments to the DLA Distribution Depot in Oklahoma. Key logistical information, such as Destination Codes, National Stock Numbers (NSN), and account codes for transportation funding, is provided for various line items. Specifically, there are three item listings, all marked for the same delivery address, ensuring adherence to the basic contract terms. The overall purpose is to facilitate transportation provisions and financial structures related to federally managed goods. The document maintains a professional tone and emphasizes compliance with federal acquisition regulations, reflecting the government's commitment to structured procurement processes in transportation.
    The document outlines packaging requirements for government procurements under Purchase Instrument FD20302300388-00, adhering to standards such as MIL-STD-129 and MIL-STD-2073-1. It focuses on compliance with international regulations concerning Wood Packaging Material (WPM), particularly to prevent the spread of invasive species like the pinewood nematode. All wooden packaging must be made from debarked wood and heat-treated to specified temperatures for certification by recognized agencies. Mandatory markings and packaging instructions dictate that items must follow Military Packaging and Marking protocols, with additional specifications for shipping container labeling. The document emphasizes the importance of using appropriate preservation methods and documentation based on the AFMC Form 158. Finally, the primary organization responsible for overseeing these requirements is the 406 SCMS, Managed by Packaging Specialist Billy S. Real. The summary ensures strict adherence to federal guidelines to maintain the integrity and safety of materials in military logistics.
    This document outlines the Contract Data Requirements List (CDRL) for the F100-PW-220 Sprayring Manifold No. 4, Contract No. FD20302300388. It specifies various data items required from the contractor, including the Government Property Inventory Report, Shipping and Packaging Discrepancy Report, Commercial Asset Visibility Reporting, Acquisition and Sustainment Data Package Deficiency Report, Contract Depot Maintenance Monthly Production Report, and Technical Order Improvement Report. Each data item includes submission frequency, required content, and distribution specifications. The reports must adhere to DoD export control regulations due to the sensitive nature of the technology involved. Overall, the document serves as a formal guideline for contractors to ensure compliance with governmental requirements related to property accountability, performance reporting, and quality assurance in defense contracting.
    The Performance Work Statement (PWS) outlines the requirements for the overhaul and maintenance of F100-PW-220/220E Augmentor Spray Manifold Assemblies by the contractor, ensuring they are restored to a serviceable condition. Key tasks include disassembly, cleaning, inspection, modification, testing, and shipping the assemblies in compliance with specified Technical Orders (TOs) and regulations. Contractors must maintain an inspection system per ISO 9001 standards and report any identified quality deficiencies. The document emphasizes the importance of security protocols, quality assurance, timely delivery schedules, and meticulous handling of materials, as well as the importance of adherence to various military standards and directives. It also details performance objectives for evaluation and outlines the contractor's responsibilities regarding government property and reporting requirements within the Commercial Asset Visibility (CAV AF) system. The PWS is essential for ensuring maintenance continuity, safety, and compliance within the context of Department of Defense operations and federal oversight.
    The Commercial Asset Visibility (CAV) Reporting Data Item Description (DID) outlines the framework for web-based tracking of government-owned reparable assets at commercial repair facilities. The CAV system allows contractors to report key transactions in real-time, thereby enhancing inventory management and ensuring accurate data updates in the CAV database. Essential reporting requirements include various asset statuses, inductions, shipments, and maintenance activities, as specified in the Contract Statement of Work. The system accommodates multiple reporting functions such as asset receipt, completion, and discrepancies, thereby supporting efficient management of government assets. The CAV framework emphasizes the importance of accurate and timely reporting within contract obligations, ensuring streamlined operations for both federal and local requirements in asset visibility. By standardizing reporting processes, this initiative aims to improve accountability and operational efficiency in asset management.
    The Contract Depot Maintenance (CDM) Monthly Production Report (DI-PSSS-81995A) outlines the requirements for reporting maintenance production data for depot-level contracts. Approved on November 30, 2020, this document serves to provide the government with detailed monthly figures on asset status, performance metrics, and unresolved issues at contractor facilities. The report is structured into two parts: Part I includes essential introductory information and detailed data blocks (A through O) covering aspects such as contract specifics, quantities on hand and produced, and forecasts. Part II, a Production Summary, is included only under specific conditions relating to discrepancies in production forecasts. This rigorous format ensures comprehensive accountability and efficiency in government procurement processes, contributing to effective oversight in relation to contract performance. The document emphasizes the importance of accurate and timely reporting to maintain transparency and operational integrity, particularly in the context of federal grants and contracting activities.
    The Government Property (GP) Inventory Report (DI-MGMT-80441D) outlines requirements for contractors to report inventory of Government Furnished Property (GFP) and Contractor Acquired Property (CAP) used within Department of Defense (DoD) contracts. This report assists in maintaining accurate records of GP by ensuring all items, including those in the possession of subcontractors, are listed efficiently. The DID specifies that the report must be submitted in an electronic format, such as .xls or .xlsx, and includes detailed column headers necessary for proper documentation. These headers cover key data fields such as contract numbers, asset identification numbers, item descriptions, quantities, acquisition costs, asset locations, and classifications of property. This document supersedes prior versions, indicating its role in streamlining government property management processes and ensuring compliance with contractual obligations. The comprehensive reporting standards are crucial for transparency and accountability in federal contracting, significantly impacting the effective management of government resources in relation to federal grants and RFPs.
    The document "Technical Order Improvement Report and Reply" (DI-TMSS-80229D) outlines the requirements and procedures for submitting improvement reports regarding Air Force Technical Orders (TOs). Its primary purpose is to standardize the format and content of these reports, which are generated by contractors responsible for maintaining Air Force equipment. The report process includes specific fields to be completed, such as the reporting date, relevant TO details, and a summary of the deficiency along with recommended changes. It emphasizes the need for clear identification of the technical order involved and categorizes changes as either corrections or improvements. The document also details the approval process, including signatures from key personnel involved in the submission. Overall, this item plays a critical role in maintaining the accuracy and efficiency of technical directives within military operations by facilitating continuous feedback and improvement.
    The Acquisition and Sustainment Data Package (ASDP) Deficiency Report (DR) outlines the process for identifying deficiencies in government-furnished material (GFM) during acquisition or repair contracts. This report serves as a critical tool for the government to pinpoint necessary corrective actions as per USAF Deficiency Reporting protocols. It is applicable when contractors manage custodial records for GFM and aligns with related documentation regarding material improvement. The report requires specific formatting and content stipulations, including a text-searchable format and the use of an Excel spreadsheet template for associated metadata. It details the required information within the deficiency report such as descriptions of the issue, part numbers, manufacturer details, warranty status, and current disposition of deficient items. The document is a crucial resource within governmental Request for Proposals (RFPs) and grants, ensuring compliance and facilitating effective management of contract deliverables related to acquisition and sustainment activities.
    The document primarily serves as a reference for users seeking information on current standards and materials specifications from the Defense Logistics Agency (DLA). It emphasizes the importance of verifying the source for the latest version of documents accessed, specifically from the DLA's ASSIST (Acquisition Streamlining and Standardization Information System) platform. Repeated mentions of the need to check for the current version highlight the fluid nature of government specifications and standards. The document underscores the DLA's role in maintaining updated federal resources relevant to RFPs, grants, and compliance for various stakeholders, ensuring they are working with the most current information available. This focus on accuracy and up-to-date standards is crucial for government procurement processes and project compliance, essential for federal grants and RFPs at all levels of government.
    The document is a Justification and Approval (J&A) for Other Than Full and Open Competition regarding a follow-on contract for the overhaul of the F100 Manifold Assembly No. 4, primarily for the United States Air Force (USAF). The J&A confirms that Woodward FST Inc. is the only qualified contractor due to its unique licensing through Pratt and Whitney and expertise gained from prior removals. The acquisition strategy involves a firm fixed price, indefinite delivery/indefinite quantity (ID/IQ) contract spanning ten years, aimed at minimizing service gaps in repair for critical military aircraft components. Market research indicated no additional viable sources, as previous solicitations did not yield alternative contractors. The necessity for timely services is underscored, as delays could jeopardize aircraft availability and mission readiness. The J&A emphasizes compliance with FAR regulations and the need for fair pricing, with ongoing monitoring of potential contractors to foster future competition. Overall, this document validates the request for exclusive procurement under defined legal authority to meet critical military operational needs efficiently.
    The document outlines a Request for Proposal (RFP) FA8121-24-R-0019 issued by the Department of the Air Force for the overhaul of the "Manifold Assy No 4" used in F100-220 engines, detailing specifications, quantities, and contractual requirements. The solicitation details a firm fixed price contract encompassing multiple ordering periods emphasizing the delivery of a total of 48 units, within a minimum-maximum range stipulated for each batch. Each ordering period, from 1 through 10, includes data and specifications for non-separately priced data items, highlighting the requirement for government property inventory reports, shipping discrepancy reports, and monthly production documentation. Notably, the document stipulates procedures for "over and above work," allowing for negotiations on additional necessary tasks discovered during execution. Quality assurance requirements and compliance standards are emphasized, along with specific terms regarding pricing and delivery timelines. This RFP underscores the Air Force's intent to procure critical engine components through a structured bidding process, ensuring that potential contractors are aware of all legal, operational, and logistical expectations during engagement.
    The document outlines special packaging instructions for the Spray Ring Assembly, identified by part number 4073248 and national stock number 2915-01-352-4672. It specifies preservation methods according to MIL-STD-2073 and emphasizes cleaning and drying processes. The assembly must be marked in accordance with MIL-STD-129 and includes several special markings, including handling precautions for hazardous materials. Notably, items containing residual fuel are classified as hazardous and must be packed per relevant regulations, including distinct labeling as Dangerous Goods. The document provides detailed specifications for packaging components, including dimensions, quantities, and materials used, referencing various ASTM specifications and including a requirement for absorbent materials. Tags are required to indicate compliance with shipment preparation standards, and documentation certifying proper drainage and purging is mandatory for certain items. The comprehensive guidelines ensure safe and compliant handling of the assembly throughout the shipping and storage processes, reflecting adherence to military and federal safety standards necessary for government contracts.
    Similar Opportunities
    F-100 Augmentor Nozzle SE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of the F-100 Augmentor Nozzle, a critical safety item for military aircraft. The procurement aims to acquire 373 units from approved sources, specifically RTX Corporation and Soldream, Inc., with delivery expected by June 30, 2025. This contract action is essential for maintaining the operational readiness of military aircraft, and while the solicitation is not set aside for small businesses, they are encouraged to pursue subcontracting opportunities. Interested parties should note that the estimated issuance of the Request for Proposal (RFP) SPRTA1-25-R-0186 is on February 7, 2025, with a closing date of March 10, 2025. For further inquiries, contact Jeremy Bryant at jeremy.bryant@us.af.mil or call 405-855-7112.
    F-100 Nozzle Augmenter Ex
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of 734 F-100 Nozzle Augmenter Ex units, which are critical safety components for military aircraft. The procurement requires adherence to specific specifications and includes first article and qualification assessments, with delivery timelines ranging from March 31, 2025, to June 30, 2026. This solicitation is significant due to the military application of the technology, and it is not set aside for small businesses, with restrictions on foreign participation. Interested vendors should submit proposals by the closing date of March 12, 2025, and may contact Jeremy Bryant at jeremy.bryant@us.af.mil or 405-855-7112 for further information.
    F-100 Seal, Metallic, Aircr
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of F-100 Seal, Metallic, Aircraft, a critical safety item essential for aircraft operations. The procurement involves a total requirement of 663 units, with a minimum order of 167 and a maximum of 998, and is subject to first article and qualification requirements due to its safety designation. This solicitation, identified as SPRTA1-25-R-0227, is particularly important as it involves components for gas turbines and jet engines, which are vital for military aviation. Interested bidders must submit their proposals by February 24, 2025, and can direct inquiries to Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112. The solicitation will be available electronically, and only specified sources are approved for this contract.
    Spray Ring Assembly
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the supply of 23 Spray Ring Assembly units, classified as critical safety items. The procurement requires adherence to specific qualification standards, including the submission of first articles, with an anticipated request for proposal (RFP) issue date of January 22, 2025, and a submission deadline of February 12, 2025. These units are essential for aircraft and missile fuel systems, underscoring the government's commitment to maintaining safety and compliance in defense operations. Interested bidders can contact David Todd Isaac at david.isaac.4@us.af.mil or by phone at 405-855-3000 for further details, with a delivery deadline set for July 25, 2025.
    2840, Remanufacture F100-220 Combustion Chamber
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of the F100-220 combustion chamber under solicitation FA8121-25-R-0002. The contract encompasses a five-year performance period for the remanufacture of up to 1,025 combustion chambers, with a focus on adhering to quality assurance standards and compliance with ISO regulations. This procurement is critical for maintaining operational readiness of military aircraft, ensuring the reliability and safety of essential engine components. Interested contractors must submit their proposals by March 21, 2025, and can direct inquiries to Ronald A(Tony) Redus at ronald.redus@us.af.mil or Jacob Stephens at jacob.stephens.5@us.af.mil for further information.
    SPRAY RING ASSEMBLY
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting offers for the procurement of a spray ring assembly, a critical safety component used in aircraft augmentor modules. The solicitation, identified as SPRTA1-25-Q-0146, has been amended to increase the required quantity from 13 to 15 units and extend the closing date for offers to March 28, 2025, at 3:00 PM CST. This assembly plays a vital role in enhancing thrust and ensuring the safety of military aircraft operations. Interested contractors must comply with various federal regulations, including export control certifications, and are encouraged to contact Ryan Newton at ryan.newton.4@us.af.mil or 405-855-3545 for further details.
    F-100 Vane Segment, Compre
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of F-100 Vane Segments, specifically NSN: 2840-01-619-3223NZ and Part Number: 4084477-01, exclusively from Pratt & Whitney. The objective is to acquire 56 units by November 20, 2025, under the existing framework SPE4A1-21-G-0001, with strict adherence to quality assurance standards due to the item's classification as a Critical Safety Item (CSI). This procurement is vital for maintaining the operational readiness and safety of military aircraft, emphasizing the importance of compliance with military standards and the Buy American Act. Interested vendors must submit their pricing and delivery timelines by March 16, 2025, and can contact Jeremy Bryant at jeremy.bryant@us.af.mil or 405-855-7112 for further information.
    F-100 Cylinder Assembly, A
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of the F-100 Cylinder Assembly, a critical component for military aircraft. The solicitation (SPRTA1-25-Q-0821) specifically requests seven units from Honeywell International, Inc., with a focus on compliance with stringent quality assurance standards, including ISO 9001:2008, and adherence to the Buy American Act. These assemblies are categorized as Critical Safety Items, underscoring their importance in maintaining operational readiness for defense needs. Interested vendors must submit pricing and delivery information by March 16, 2025, with delivery required by July 20, 2025. For further inquiries, contact Jeremy Bryant at Jeremy.bryant@us.af.mil or call 405-855-7112.
    F-100 Seal, Metallic, Aircr
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of F-100 metallic seals, a critical safety item, under contract number SPRTA1-25-R-1155. A total of 588 units are required, with a delivery deadline set for July 23, 2026, and the estimated issue date for the Request for Proposal (RFP) is February 12, 2025, with a proposed closing date of March 14, 2025. This procurement is essential for maintaining the operational integrity of military aircraft, and it is subject to specific qualification and export control requirements, with no small business set-asides. Interested parties should contact Jeremy Bryant at jeremy.bryant@us.af.mil or call 405-855-7112 for further details and to ensure their proposals meet the evaluation criteria, which will include pricing, technical capabilities, and past performance.
    F-100 Vane Segment, Compre
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of 11 F-100 Vane Segments, specifically part number 4089080-04 and NSN 2840-01-619-7385NZ, which are exclusively sourced from Pratt & Whitney. Suppliers are required to submit pricing and delivery information by March 20, 2025, while adhering to stringent requirements related to inspection, quality assurance, and compliance with the Buy American Act. These vane segments are critical components for aircraft engines, underscoring their importance in maintaining the safety and operational readiness of military aviation. Interested vendors should direct inquiries to Jeremy Bryant at jeremy.bryant@us.af.mil or call 405-855-7112 for further details regarding the solicitation process.