F108 STAGE I FAN BLADES
ID: FA813224Q0049Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8132 AFSC PZIMCTINKER AFB, OK, 73145-3303, USA

NAICS

Aircraft Engine and Engine Parts Manufacturing (336412)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT (J049)
Timeline
    Description

    The Department of Defense, specifically the Air Force Sustainment Center at Tinker Air Force Base, is seeking proposals for a Firm Fixed Price contract for the maintenance and repair of F108 Stage I Fan Blades. This procurement aims to ensure compliance with federal acquisition regulations while addressing the specific maintenance services and part numbers outlined in the Performance Work Statement. The F108 Stage I Fan Blades are critical components in aircraft engines, necessitating high standards of quality and adherence to safety protocols during maintenance. Interested vendors must submit their quotes by September 19, 2024, with a contract start date anticipated for October 24, 2024. For further inquiries, potential bidders can contact Bridgette Miles at bridgette.miles@us.af.mil or Jaqueline Hughes at jaqueline.hughes@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The AFMC FORM 158 outlines the packaging requirements for military items, specifically addressing vendor instructions for packaging and marking. It mandates compliance with various military standards (MIL-STD-2073-1, MIL-STD-129), emphasizing proper identification of items through “Item ID” referencing, including NSN/MMAC, and the inclusion of specifications for hazardous materials following federal regulations. It details additional packaging requirements, such as utilizing engineered or specialized containers, ensuring the use of heat-treated wood packing materials per international standards to prevent invasive species risk. The document illustrates a comprehensive approach to secure and efficient military logistics, ensuring that all materials meet strict guidelines for preservation and safety. The emphasis on using existing container designs and adapting them where possible reflects a focus on efficiency and cost management. The requirement for proper marking, handling hazardous materials, and adherence to international trade laws highlights the government’s commitment to maintaining safety standards in military operations. Overall, this document serves as a critical guide for contractors involved in providing packaging solutions to the Department of Defense, ensuring compliance with standards and regulations throughout the supply chain.
    The Air Force Sustainment Center (AFSC) at Tinker Air Force Base, Oklahoma, seeks proposals for a Firm Fixed Price contract focused on the maintenance of F108 Stage I Fan Blades. This RFQ outlines qualification requirements, including specific part numbers and maintenance services needed, alongside references to applicable federal acquisition regulations (FAR, DFARS, and DAFFARS). Quotes are required by 19 September 2024, and must remain valid for a minimum of 90 days. Interested firms must be registered in the System for Award Management (SAM) to be eligible for contract award. The evaluation process will assess the completeness of submissions, price reasonableness, and compliance with solicitation requirements. The anticipated contract start date is 24 October 2024. Items are to be delivered to Tinker AFB, and payment terms are set at Net 30 days post-invoice submission via Wide Area Workflow (WAWF). The document emphasizes the contractor’s responsibility for adhering to performance standards, and includes various clauses and provisions related to federal contracting practices, ensuring comprehensive compliance with labor laws and business ethics. Overall, this solicitation aims to engage qualified vendors for essential aircraft maintenance services, highlighting the importance of adherence to federal guidelines in governmental procurement.
    The Performance Work Statement (PWS) outlines the requirements for the repair of F108 Stage 1 Fan Blades at Tinker AFB, highlighting the responsibilities of the Contractor. It mandates the establishment of a Material Review Board (MRB) to evaluate non-conforming materials, with specified reporting guidelines. The Contractor must be certified for CFM 56-2 Fan Blade repairs and comply with prescribed inspection, repair, and documentation protocols, including the submission of Certificates of Conformance for each repaired part. Strict timelines for repairs are delineated, such as a maximum of 30 days for certain repairs and 90 days for others. The PWS emphasizes a quality management system aligned with industry standards, and necessitates proactive communication regarding production issues. Environmental compliance is critical, with the Contractor required to manage hazardous materials and provide necessary certifications to ensure safety and minimize ecological impact. Regular recordkeeping and reporting on environmental measures are also mandated, along with specific training for Contractor personnel regarding hazardous waste regulations. Overall, the document serves as a comprehensive guideline for ensuring the quality, safety, and timely completion of fan blade repairs, adhering to governmental standards and practices while promoting environmental stewardship.
    The Performance Work Statement (PWS) outlines the requirements for repairing F-108/CFM 56-2A/B Stage 1 Fan Blades at Tinker Air Force Base. The contractor is responsible for supplying all necessary resources for repairs, adhering strictly to relevant quality and technical standards, including ISO/ANSI/ASQ Q9001:2015. Key requirements include compliance with federal, state, and local laws, with an emphasis on environmental protection. The contractor must establish a quality management system and promptly address any non-conforming materials or suspect defective items. The document specifies delivery timelines: 30 calendar days for specific repairs and 90 days for others. Additionally, the contractor must provide proof of shipment and maintain comprehensive records of repairs for five years. The PWS includes provisions for mishap reporting, contractor manpower reporting, and outlines that this work is not mission essential during crises. The structure of the document covers service descriptions, performance requirements, and government-furnished property, ensuring clarity on contractor expectations and deliverables while reinforcing the importance of quality assurance in meeting contract standards.
    The document pertains to a series of federal and state/local requests for proposals (RFPs) and grants related to various projects. It outlines the requirements and guidelines for proposals aimed at enhancing governmental programs or services. The core purpose is to solicit applications from interested parties that can effectively meet specified needs, ranging from public health initiatives to infrastructure improvements. Key points include a detailed explanation of the proposal submission process, criteria for evaluation, funding allocation, and deadline adherence. Additionally, the document emphasizes compliance with established regulations and standards, ensuring that all proposed projects prioritize safety, efficiency, and community benefit. Supporting details provide insights into the types of projects eligible for funding, the importance of multi-disciplinary collaboration, and the necessity of showcasing previous competencies. The structured format establishes a clear pathway for applicants to understand the expectations and improve their chances of successful proposal acceptance, thereby fostering enhanced service delivery across diverse sectors within government operations.
    The document outlines the DD Form 1423-1, a Contract Data Requirements List necessary for the Department of Defense (DoD) procurement process. It specifies a requirement for a Deficiency Investigation Report related to the "F108 1st Stage Fan Blade." The contractor is required to investigate defective items following specific guidelines, submitting their findings within 30 days of receiving a Product Quality Deficiency Report (PQDR). Key components of the form include data item titles, submission dates, and contractual details, ensuring the data is properly categorized and submitted to the appropriate government office. The document provides detailed instructions for both government personnel and contractors on filling out the form, categorizing data items, and estimating associated costs. It emphasizes the importance of accurate reporting and compliance with government standards in managing procurement documentation. This form serves a critical role in the government's oversight of contracts and the quality assurance process in defense procurement.
    The document outlines the DD Form 1423-1, which is a Contract Data Requirements List (CDRL) utilized by the Department of Defense for detailing contract data requirements related to a specific item, in this case, a repairable inspection report for the F108 1st Stage Fan Blade. The form encompasses essential sections such as the contract line item number, data item number, title, authority references, and distribution details for the required data. A key feature includes the Material Review Board (MRB), which the contractor must establish to evaluate any non-conforming materials, producing a report within 30 days of their identification. The document also provides instructional guidance for government personnel and contractors regarding the accurate completion of the form, including categories for technical data, pricing groups, and submission dates. The CDRL aligns with government RFPs and grant processes, emphasizing compliance, accurate data reporting, and oversight by designated offices to ensure contract adherence and efficiency in program management.
    The document presents the DD Form 1423-1, a Contract Data Requirements List necessary for federal contracts, particularly in relation to the repair and maintenance of military equipment, exemplified by the 1st Stage Fan Blade. It outlines requirements for a Certificate of Conformance, which contractors are mandated to provide after repairs. This certificate must detail the quality control measures taken and confirm compliance with technical data. The contractor is required to submit a sample CoC for approval within seven days post-contract award. The form includes sections for essential contract data such as item categories, contract numbers, and pertinent contacts. Instructional guidance is also provided for filling out the form, emphasizing clarity on data item definitions and the submission process. This document reflects standard protocols for ensuring quality assurance and documentation in defense contracting, central to government procurement processes.
    The document is a DD Form 1423-1, outlining the Contract Data Requirements List (CDRL) for a specific item, the F108 1st Stage Fan Blade. The form requires comprehensive details about the data item needed for the contract, including its category, title, authority, requiring office, frequency of submission, and distribution specifications. The report, which utilizes AFMC Form 413, must be sent monthly and includes a historical summary of repairs. The contractor is instructed to prepare submissions by the fifth working day each month, starting with the month the contracted assets are repaired. It also provides detailed instructions for both government personnel and contractors on completing the form, emphasizing the importance of data item description, referencing contract taskings, and ensuring compliance with submission dates and specifications. The summary reinforces the crucial role of accurate reporting and documentation in the contract compliance process within the context of federal RFPs and contract management, ensuring that all parties meet obligations and maintain quality control throughout the project lifecycle.
    The DD Form 1423-1 serves as a Contract Data Requirements List essential for reporting discrepancies in shipping and packaging related to the F-108/CFM 56-2A/2B engine component. It outlines the contractor's obligations, including conducting inspections upon receiving items to assess their condition and identifying shipment issues such as misdirection or damage. The contractor is required to initiate a Report of Shipping and Packaging Discrepancy (Supply Discrepancy Report - SDR) using the provided WEB SDR platform, or a manual form if electronic submission fails. Key sections detail the contractual obligations, data submission requirements, and the processes involved in addressing discrepancies to maintain compliance with governmental standards. Additionally, guidance is provided for completing the form, specifying various data categories, and estimating data item costs. This document reflects the importance of adherence to stringent reporting and quality requirements in federal contracts. Overall, it encapsulates the structured approach necessary for effective communication regarding contractual data requirements in the governmental contracting process.
    This document details an equipment inventory related to the Federal government’s acquisition needs, specifically listing 2,240 F108 1st Stage Blades. Each entry includes vital information such as quantity, description, manufacturer, NSN, model and part numbers, serial numbers, and contact points for personnel. The main purpose of this list is to provide clarity and organization for procurement processes associated with federal requests for proposals (RFPs), grants, and state and local RFPs, ensuring relevant parties can easily access specifications and point of contact information. Additionally, it notes the requirement for battery information if applicable. Overall, the document serves as a comprehensive reference for managing equipment needs in accordance with government regulations and procurement protocols.
    Lifecycle
    Title
    Type
    F108 STAGE I FAN BLADES
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    F100 Blade Set, Turbine, A
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE AIR FORCE is seeking a F100 Blade Set, Turbine, A. This item is typically used for the F100 Engine and is a Critical Safety Item (CSI). The blade set is 6 in. long, 6 in. wide, 3 in. high, and weighs 1 lb. It is a set of two moment weight blades that are installed together. The procurement requires a quantity of 3,347 units to be delivered to Tinker Air Force Base (TAFB), OK by November 14, 2024. The contract will be a one-time firm-fixed-price (FFP), "C" type contract. The estimated solicitation issue date is November 13, 2023, and the closing/response date is December 13, 2023. The primary contact for this procurement is Jonathan Arias Jr. at jonathan.arias.4@us.af.mil.
    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.
    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.
    28--BLADE SET,FAN,AIRCR, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of a Blade Set, Fan, Aircraft. The contractor will be responsible for overhauling, upgrading, and returning the specified items to a Ready For Issue (RFI) condition, adhering to strict quality and inspection standards as outlined in the Statement of Work. This procurement is critical for maintaining operational readiness of naval aircraft, ensuring that essential components are functioning reliably. Interested contractors should note that the monetary limitation for repair purchase orders is set at $144,400, and inquiries can be directed to Charles Horan at 215-697-1303 or via email at CHARLES.F.HORAN@NAVY.MIL.
    FAN,CENTRIFUGAL
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanical, is soliciting proposals for the repair of centrifugal fans, classified under NAICS code 336413. The procurement aims to increase the quantity of required items from 16 to 18, with a firm-fixed-price structure for the repair services, emphasizing the need for timely teardown and evaluation rates, as well as adherence to specified turnaround times. These centrifugal fans are critical components for aircraft air conditioning, heating, and pressurizing systems, underscoring their importance in maintaining operational readiness. Interested vendors must submit their proposals by September 27, 2024, and can direct inquiries to Jordan Burt at 717-605-1318 or via email at JORDAN.BURT@NAVY.MIL.
    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.
    F110 FDT Temperature Sensors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Firm Fixed Price contract for the remanufacture of F110 FDT Temperature Sensors, with the procurement process managed by the Air Force Sustainment Center at Tinker Air Force Base, Oklahoma. This opportunity is classified as a sole source requirement, indicating that only one responsible source can fulfill the contract, and interested offerors must be qualified prior to consideration for award. The F110 FDT Temperature Sensors are critical components used in aircraft engine fuel systems, ensuring operational safety and efficiency. Proposals are due by October 8, 2024, at 3:00 PM CST, and interested parties should direct inquiries to Brandi Bridgett at brandi.bridgett@us.af.mil or Tara Parker at tara.parker.4@us.af.mil.
    NSN2915-01-513-3409_HousingFuelPump_F108_PN219823-1_FD2030-24-01158
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of a critical safety item, specifically a housing for a fuel pump (NSN: 2915-01-513-3409). This procurement aims to secure supplies necessary for the F108 engine, with an emphasis on competitive pricing for varying quantities ranging from 15 to 90 units, reflecting the government's flexible procurement strategy. The solicitation is particularly significant as it encourages participation from small businesses, including those owned by women and veterans, while adhering to stringent federal regulations and safety standards. Interested vendors must submit their proposals by September 23, 2024, with the solicitation expected to be issued on August 23, 2024; for further inquiries, contact Alex Varughese at alex.varughese.1@us.af.mil.
    361 TRS Custom F-108 Engine Stands
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of custom F-108 engine stands for the 361 TRS at Sheppard AFB, Texas. This opportunity is a total small business set-aside, requiring contractors to provide detailed specifications and engineering standards as outlined in the attached blueprints and pictures. The engine stands are critical for maintaining operational readiness and safety in military aviation, emphasizing the importance of compliance with federal standards and regulations. Interested vendors must submit their quotes via email by 4:00 PM CST on September 20, 2024, and direct any questions to 2Lt Brooke Hofman or Casey Adams before the deadline for inquiries on September 18, 2024.
    NOZZLE ASSEMBLY,TUR
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of 255 units of the F110-GE-100/129 engine nozzle assembly, identified by NSN 2840-085461713 and part number 2788M46G01(07482). This solicitation is classified as a critical application item and is subject to stringent configuration control, as it is designated as an Air Force Critical Safety Item. Interested vendors must submit their proposals in writing by the deadline, with the solicitation issue date set for October 4, 2024. For further inquiries, potential offerors can contact Cindy Hunt at (804) 971-7217 or via email at cindy.hunt@dla.mil.