REQUEST FOR INFORMATION: Remanufacture of TF-33 Vanes and Stators
ID: FA812125SN0001Type: 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

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

    The Department of Defense, specifically the Air Force Sustainment Command, is seeking information from potential sources for the remanufacture of Vanes and Stators for the TF-33 engine. This Request for Information (RFI) aims to gather insights on industry capabilities related to remanufacturing, logistics, and supply chain management, which are critical for maintaining operational readiness of the TF-33 engine. The initiative is part of a broader strategy to award multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts, with a focus on encouraging participation from small businesses, including those owned by disadvantaged groups and veterans. Interested parties are invited to submit their capabilities electronically by May 2025, and can reach out to Jacob Stephens at jacob.stephens.5@us.af.mil or Jonathan Arias Jr at jonathan.arias.4@us.af.mil for further information.

    Files
    Title
    Posted
    The document lists a series of National Stock Numbers (NSNs) related to various military or government equipment components, specifically within the category 2840, which pertains to systems and equipment used in aircraft propulsion. The NSNs include identifiers for multiple items, indicating a diverse range of component types, from engines to other related gear. The inclusion of numerous NSNs signifies the importance of these items for maintenance, repair, or acquisition in governmental operations, specifically in the defense sector. This listing could be relevant for procurement processes, highlighting the need for suppliers to be aware of these specific items when responding to Request for Proposals (RFPs) or grants. Overall, the document serves as a reference point for federal or local entities involved in the procurement of essential components tied to national defense and aviation technology.
    The document outlines the Repair Qualification Requirements (RQR) for Propulsion Critical Safety Items (CSI) and Critical Application Items (CAI) within the U.S. Air Force's Propulsion Sustainment Division. It establishes the necessary technical prerequisites for potential sources (PS) to obtain engineering approval for repairing propulsion items. The RQR includes details on submission requirements, technical data requests, documentation formats, and guidelines for Company Profiles—including specific elements such as quality assurance certifications and equipment lists. The document specifies two main phases for qualification: the Source Approval Request (SAR) submission and potential Source Demonstration (SD). The SAR categorizes applications based on prior repair experiences and sets forth distinct submission packages for technical data and demonstration evidence. Approval durations for CSI and CAI are set at three and seven years, respectively, with conditions for resubstantiation requests to renew status before expiration. Overall, the guidelines ensure thorough evaluation and compliance, emphasizing quality assurance and technical proficiency in government contracting for propulsion repairs, crucial for maintaining aviation safety and operational readiness.
    The document outlines an Industry Questionnaire regarding a proposed 10-year Indefinite Delivery Indefinite Quantity (IDIQ) contract with two pricing options. Option 1 allows Offerors to set ceiling prices for a decade, with potential two-year increments for price adjustments, while Option 2 involves competing pricing at each task order level without fixed ceiling prices. The questionnaire seeks industry feedback on concerns related to pricing increments, elements of cost for revisions, typical contract lengths with vendors, and the viability of the "H Clause" in a commercial context. Additionally, it addresses the importance of accurate forecasting and demand understanding in meeting contract requirements. The Government is also inquiring about the Offerors' FedMall access and invites further comments from respondents to enrich the market research process. This inquiry aims to refine procurement strategies and compliance with industry needs in federal contracting.
    The document outlines the procedures for price adjustments under an Indefinite Delivery Indefinite Quantity (IDIQ) contract, specifically regarding ceiling price revisions. Contractors are allowed to update their ceiling prices every two years, provided they notify the Contracting Officer in advance. They must submit a detailed proposal that complies with federal regulations, including a Proposal Adequacy Checklist, at least X days prior to the pricing date. If any requested pricing data or additional information is not provided within specified timeframes, contractors risk losing their price revision rights. Furthermore, if negotiations are initiated, contractors must respond to inquiries promptly. Following negotiations, a Certification of Current Cost or Pricing Data is required, with a failure to comply resulting in the loss of revision privileges. The document emphasizes strict adherence to federal regulations governing cost and pricing data, ensuring fair pricing practices in government contracts.
    The Air Force Sustainment Command (AFSC) has issued a Request for Information (RFI) to identify potential sources for remanufacturing the Vanes and Stators of the TF-33 engine. This RFI is part of market research to ascertain industry capabilities and does not constitute a solicitation for proposals or a commitment to contract. The primary goal is to gather insights that will inform an acquisition strategy aimed at delivering high-quality support for the TF-33 engine, which is critical for maintaining operational readiness. The AFSC seeks responses from all types of businesses, including small disadvantaged firms, veterans-owned, and women-owned enterprises, to encourage broad participation. Interested parties are requested to provide details about their capabilities related to remanufacturing, logistics, and supply chain management, as well as past experiences with similar projects. The AFSC intends to award multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts, prioritizing small businesses for specific task orders. Submissions must be made electronically by May 2025, with technical data access requiring appropriate government forms. This RFI is a proactive step in ensuring a reliable supply chain and adherence to quality standards for critical components of a major defense system, reinforcing the Air Force's commitment to operational excellence.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Request for Information: BQM-34S Engine Replacement and Maintenance
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), has issued a Request for Information (RFI) to identify companies capable of delivering turbojet engines for the BQM-34S production restart. This initiative aims to engage with industry stakeholders to explore future capabilities and alternatives related to the BQM-34S program, which has been in the Operations and Sustainment phase since 1998. Interested parties are encouraged to submit white papers detailing their capabilities, including experience with General Electric J85 engines, by December 2, 2025, with all inquiries directed to Kasey Tasciotti and Tamiko C. Blackson via email. It is important to note that this RFI does not constitute a commitment to issue a future Request for Proposal, and all costs incurred in responding will be the responsibility of the interested parties.
    Vane Segment, Compre.
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency at DLA Aviation in Oklahoma City, is preparing to issue a Request for Proposal (RFP) for the acquisition of Vane Segments, specifically 22 units identified by National Stock Number (NSN) 2840-01-619-7379NZ, with a delivery deadline of February 11, 2026. This procurement is critical as the Vane Segments are classified as safety items, necessitating adherence to first article and qualification standards, and the acquisition is export-controlled with no surplus materials permitted. The RFP is expected to be released on December 2, 2024, and will close on December 24, 2024; interested parties should note that this opportunity is not set aside for small businesses, with Raytheon Technologies Corporation identified as the approved source. For further inquiries, interested vendors can contact David Todd Isaac at david.isaac.4@us.af.mil or by phone at 405-855-3000.
    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 six VANE SEGMENT, COMPRE (P/N 4067T63G01, NSN 2840-01-286-0702OK), which are classified as Critical Safety Items (CSI). This sole-source solicitation is directed specifically to General Electric Company, requiring new manufacture of the items with no surplus allowed, and mandates compliance with unique identification and higher-level quality assurance standards. The procurement is significant for maintaining the operational readiness of aircraft engines, with delivery of three units requested by August 11, 2026, and pricing and delivery proposals due by November 14, 2025. Interested parties can reach out to Dillon Endecott at Dillon.Endecott.1@us.af.mil or Adrian Campos at adrian.campos@us.af.mil for further information.
    ENGINE,GAS TURBINE (25-R-1112)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of three gas turbine engines (NSN: 2835-01-597-9583, P/N: 384238-8) intended for Foreign Military Sales (FMS) customers. The solicitation emphasizes strict compliance with various military standards for packaging, marking, and quality assurance, including adherence to MIL-STD-130, MIL-STD-129, and MIL-STD-2073-1E, as well as ISO 9001-2015 certification. The successful contractor will be responsible for ensuring on-time delivery and maintaining supply chain traceability, with inspections and acceptance occurring at the origin. Interested parties should contact Johnny Wakefield at johnny.wakefield.2@us.af.mil or call 385-591-3547 for further details regarding the proposal submission process.
    Support, Fan Componet
    Buyer not available
    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.
    TF-33 Vibrator, Ignition C
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of ten "Vibrator, Ignition C" units, which are critical safety components for aircraft engines. This unrestricted Request for Proposal (RFP), identified as SPRTA1-26-R-0054, requires compliance with various regulations, including the Defense Priorities and Allocations System and ISO 9001-2015 quality assurance standards. The procurement is essential for maintaining the operational safety and reliability of military aircraft, with offers due by November 28, 2025, at 3:00 PM. Interested contractors can reach out to Jeremy Bryant at jeremy.bryant@us.af.mil or call 405-855-7112 for further information.
    _TurbineRotor_F110_
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of turbine rotors (NSN: 2840-01-597-5182 PR) under the Request for Proposal (RFP) SPRTA1-26-R-1525. This non-competitive acquisition is aimed at obtaining 26 units of turbine rotors, which are critical components in aircraft engine systems, with a firm-fixed-price contract structure and a required delivery date of October 1, 2026, to DLA Distribution Depot Oklahoma. Interested vendors must submit their offers by November 24, 2025, at 3:00 PM, and can direct inquiries to James Callins at 405-855-3581 or via email at JAMES.CALLINS@US.AF.MIL.
    Remanufacture of Electro-Mechanical Actuator
    Buyer not available
    The Department of Defense, through the Air Force Sustainment Center at Tinker AFB, is seeking contractors for the remanufacture of Electro-Mechanical Actuators (P/N R16115, NSN 1680-01-267-9557RK). The contractor will be responsible for providing all necessary labor, facilities, equipment, and materials to meet the specifications outlined in the Statement of Work, which includes managing special tools, parts control, and compliance with safety and quality standards. These actuators are critical components used to maintain wing functionality in aircraft, emphasizing the importance of reliability and performance in military operations. Interested vendors must submit a Source Approval Request if not previously qualified, with a firm fixed price, two-year IDIQ contract anticipated to be awarded following the solicitation release on or about November 19, 2025, and closing on January 6, 2026. For inquiries, contact Nonika Allen at nonika.allen.1@us.af.mil or Morgan Mcgarity at morgan.mcgarity@us.af.mil.
    _TurbineRotor_F110_
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is seeking suppliers for the procurement of turbine rotors, specifically the NSN 2840015975182, which is critical for aircraft engine operations. The requirement includes a quantity of 26 units of the rotor, made from Inconel, with a delivery deadline set for October 1, 2026, to Tinker Air Force Base in Oklahoma. These turbine rotors play a vital role in driving the fan of aircraft engines, underscoring their importance in maintaining operational readiness. Interested vendors are encouraged to submit capability statements, proposals, or quotations to James Callins at james.callins@us.af.mil or by phone at 405-855-3581, as electronic procedures will be utilized for this solicitation.
    F108 Stage 1 Fan Blade Repair 005-010 (please respond by 24 February 2025 at 4:00 PM CST)
    Buyer not available
    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.