Spares Buy Module Kit, Segment for the F100-PW-220, NSN2915-01-222-6311NZ
ID: FA812125Q0014Type: 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 a Spares Buy Module Kit, Segment for the F100-PW-220 aircraft engine, identified by National Stock Number (NSN) 2915-01-222-6311NZ. This critical component plays a vital role in the engine's fuel control system, ensuring operational integrity and safety for military aircraft, with specific dimensions of 5 inches in length, 5 inches in width, and 8 inches in height, weighing 2.5 pounds and primarily constructed of steel and aluminum. Interested vendors should note that the solicitation is unrestricted, with a maximum delivery quantity of 72 units, and must adhere to strict quality assurance and packaging requirements as outlined in the associated documents. For further inquiries, potential bidders can contact Jessica Adkins at jessica.adkins.3@us.af.mil or Ms. Kawika Tse Ah Lo at kawika.ah_lo@us.af.mil.

    Point(s) of Contact
    Ms. Kawika Tse Ah Lo
    kawika.ah_lo@us.af.mil
    Files
    Title
    Posted
    The document pertains to Solicitation Number FA8121-25-Q-0014 issued by the Department of the Air Force for the procurement of aircraft engine components, specifically a Module Kit, Segment. The solicitation outlines the contract details, qualification requirements, and applicable clauses and provisions relating to small business participation, inspection, and delivery terms. It emphasizes that the acquisition is unrestricted and open to various small business classifications. The total award amount is not specified in the document, but the procurement involves a firm-fixed pricing model with a maximum delivery quantity of 72 units. The contractor must adhere to strict quality assurance standards and unique identification requirements for delivered items, in line with government regulations. Additionally, the document includes clauses regarding payment instructions, small business subcontracting plans, and grounds for termination, ensuring compliance with federal acquisition regulations. This solicitation illustrates the government's commitment to enhancing defense capabilities through careful procurement processes while supporting small business engagement.
    The document outlines a government request for proposal (RFP) for a Module Kit, Segment, associated with the F100-PW-220 aircraft engine's fuel control system. The referenced National Stock Number (NSN) is 2915012226311NZ, and it is categorized as critical due to its role in engine functionality. The item dimensions are specified as 5 inches in length, 5 inches in width, and 8 inches in height, with a weight of 2.5 pounds, primarily constructed of steel. Its main function is to position the sequencing valve upon the digital engine electronic control's request. The item description includes an indication that it is a legacy component that comprises a segment selector closure kit and packing, made from aluminum and steel. The document indicates various codes related to its criticality and security, along with the contact details of the initiator, James D. Roush from AFLCMC / LPSAAC, for further inquiries. Overall, this request highlights the necessity for this specific component in maintaining and enhancing military aircraft performance, emphasizing safety and operational integrity in government contracts.
    The provided document details the Item Unique Identification (IUID) checklist, focusing on compliance with DFARS 252.211.7003 for a specific item requiring IUID marking. The item in question is identified by its National Stock Number (NSN) 2915012226311NZ, referred to as the "Module Kit, Segment." The marking responsibilities are assigned to Duncan W. Baker from AFLCMC/LPSEA2, who provides his contact information. Marking must adhere to the latest version of MIL-STD-130, with explicit instruction that the only authorized marking method is a Bag/Tag, as direct part marking is not permitted for this critical safety item. The document is structured to indicate details about the item, the marking guidance, and the point of contact. Overall, it serves as a compliance document essential for federal and defense contracting processes, ensuring proper identification and safety of the item involved, aligning with government standards for asset management and tracking.
    The document outlines packaging requirements for wood packaging material (WPM) in compliance with United Nations regulations concerning invasive species, specifically the pinewood nematode. It details the construction standards for wooden pallets, containers, and packaging used in international shipments, emphasizing the necessity of using debarked wood and heat-treated materials (HT) to prevent pest transmission. All wooden items must be certified by an agency recognized by the American Lumber Standards Committee (ALSC). The packaging must meet the standards set forth in MIL-STD-2073-1 for military packaging and MIL-STD-129 for military marking. Shipping containers require specific markings, including barcoding and additional identifiers such as serial numbers or model numbers, as indicated on the AFMC Form 158. The document is signed by a packaging specialist and includes contact information for further inquiries. Overall, this file serves as a guideline to ensure safe and compliant packaging practices for military shipments globally, highlighting the government’s efforts to prevent the spread of invasive species through stringent wood packaging regulations.
    The document outlines a pricing matrix related to a federal Request for Proposals (RFP) identified as FA812125Q0001, intended for the production of a Module Kit (Segment) with a designated National Stock Number (NSN: 2915-01-222-6311NZ). It emphasizes the requirement for offerors to provide unit pricing for specific CLINs (Contract Line Item Numbers), while noting that certain costs should be integrated into the overall pricing structure. The document specifies how the extended price will be auto-calculated based on the provided unit price, with instructions guiding offerors on the completion of the pricing matrix. Additionally, the document highlights that some prices are not separately priced and must be included in the overall cost for designated CLINs, showcasing the structured approach the government employs in budgeting and procurement processes. This file reflects typical practices in federal contracts, ensuring clarity and compliance for potential vendors bidding on government projects.
    The document outlines the recommended quality assurance provisions and special inspection requirements for a government contract, specifying the involvement of various parties and standards. It identifies critical details such as the item manager, contact information, and points of inspection and acceptance, emphasizing adherence to regulations from the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS). Key quality requirements include a Certificate of Conformance, responsibilities for inspection, and compliance with ISO 9001:2015 standards. It specifies that no Class I ozone-depleting substances should be used, ensuring environmental compliance. Additionally, the document mandates a quality pre-award survey for new sources and includes a note on maintaining quality provisions without downgrading unless coordinated with Technical Authority, highlighting the importance of quality management in federal procurement. The signature of a Technical Authority verifies the document, indicating its formal approval and detailing the organizational structure involved in ensuring compliance and quality throughout the contracting process. Overall, the document serves to ensure stringent quality and compliance standards in government contracting processes, critical for maintaining integrity and safety in federal operations.
    The Surplus Materiel Worksheet dated September 13, 2021, outlines the evaluation process for surplus items, specifically for a component related to the F100-PW-220/229 application. The document emphasizes that surplus materiel may fulfill government requirements, necessitating an evaluation per AFMC FAR Supplement Part 5352. Various criteria are established to determine acceptability, including part number verification, prior government ownership, and inspection and testing protocols. Items must be in original condition, without damage or corrosion, and misrepresentation by offerors is grounds for rejection. The document also mandates that any rejected items are returned at no cost to the government. The evaluator, Cyle R. Fabrie, reinforces the significance of adhering to established standards to ensure that surplus material meets government specifications, ensuring accountability and quality in the procurement process. This worksheet reflects the government's structured approach to evaluating surplus materiel, emphasizing compliance, documentation, and transparency in the procurement process.
    The document outlines transportation data related to a government solicitation for procurement, specifically focusing on shipping and freight classifications. Initiated on October 3, 2024, it provides key details such as the purchase instrument number, shipping instructions, and freight terms. The document specifies that vendors must contact the Defense Contract Management Agency (DCMA) for shipping guidance and is structured with various transportation-related clauses and account codes pertinent to financial transactions. The shipping destination is identified as the DLA Distribution Depot at Tinker Air Force Base in Oklahoma, emphasizing the importance of adhering to proper shipping protocols to avoid additional costs. The document is signed by Dorothy A. Langford from the 406 SCMS/GULAA, emphasizing its official nature and notifying stakeholders of the transportation requirements associated with the solicitation. Overall, this file is critical for ensuring compliance with shipping regulations in federal procurement processes.
    Lifecycle
    Similar Opportunities
    NSN 2915014071507NZ_ Fuel Control, Main, t_F100_PN: 4089355_FD20302500169
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the procurement of 30 units of a critical fuel control component (NSN: 2915-01-407-1507NZ), exclusively sourced from Honeywell International Inc. This procurement emphasizes the need for new manufacture only, with a delivery schedule that requires monthly installments from August 2025 through December 2027, adhering to stringent quality assurance standards due to its classification as a Critical Safety Item. Interested parties must submit pricing and delivery information by February 28, 2025, in accordance with the terms of their Blanket Ordering Agreement (BOA), and inquiries can be directed to Alex Varughese at alex.varughese.1@us.af.mil.
    NSN 2915014071507NZ_ Fuel Control, Main, t_F100_PN: 4089355_FD20302500169
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is seeking proposals for the procurement of the F100 Fuel Control, Main, identified by NSN 2915-01-407-1507NZ and part number 4089355. This critical safety item is essential for controlling fuel flow and compressor operations in the F100 engine, with an estimated requirement of 30 units and a delivery schedule extending from August 2025 to March 2027. The solicitation is expected to be issued on January 28, 2025, with responses due by February 28, 2025, and interested parties should direct inquiries to Alex Varughese at alex.varughese.1@us.af.mil.
    Spares Buy Seat Bearing for the F100 Aircraft, NSN: 3110-01-454-4610NZ
    Buyer not available
    The Department of Defense, through the Air Force Sustainment Center, is seeking proposals for the procurement of 88 seat bearings for the F100-PW-220 Core Engine Module, identified by NSN 3110-01-454-4610NZ. This solicitation represents a strategic one-time buy under full and open competition, emphasizing the need for qualified sources to ensure compliance with stringent military specifications and quality assurance standards. The seat bearings are critical components for aircraft operations, underscoring their importance in maintaining the functionality and safety of military aircraft. Proposals are due by March 4, 2025, at 5:00 PM CDT, and interested parties should direct inquiries to Jessica Adkins at jessica.adkins.3@us.af.mil or Ms. Kawika Tse Ah Lo at kawika.ahlo@us.af.mil for further information.
    NSN2840-01-456-0085_FrontFrame_F110_PN9343M40G19_FD2030-25-01013
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking potential suppliers for new spare parts related to the NSN 2840-01-456-0085, specifically for the F110 engine system. This Sources Sought notice (FD2030-25-01013) aims to gather market data to assess the viability of a Small Business Set-Aside for manufacturing various components, inviting responses from all types of businesses. The initiative is crucial for enhancing the supply chain of critical components for the Air Force, located at Tinker Air Force Base in Oklahoma. Interested parties must respond electronically with the required information, including business size and ownership status, to the primary contact at 421SCMS.Requirements@us.af.mil, as this notice does not constitute a Request for Proposal and no funds are available for this solicitation.
    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.
    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.
    NSN 4710002926302NZ F100 Tube Assembly, Metal - Spares Buy
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of a metal tube assembly (NSN 4710002926302NZ) as part of a spares buy initiative. This contract falls under the Aircraft Engine and Engine Parts Manufacturing industry and aims to ensure the availability of critical components necessary for military aircraft operations. Interested suppliers must comply with stringent quality assurance standards and provide detailed documentation regarding the condition and history of the surplus materials, as outlined in the associated solicitation and evaluation forms. For further inquiries, potential bidders can contact Ronald A(Tony) Redus at ronald.redus@us.af.mil or Jacob Stephens at Jacob.stephens.5@us.af.mil, with the solicitation details available under FA8121-25-Q-0010.
    FD2030-24-01707
    Buyer not available
    The Department of Defense is issuing a special notice for potential sources capable of providing the NSN 2840-01-319-3978NZ, a combustion case for aircraft engines. This is a preliminary notice ahead of a formal solicitation, currently in development. The upcoming solicitation will seek quotes for fulfilling this requirement. The solicitation will include detailed requirements and instructions for potential bidders. It is anticipated to be released in the near future, with attention drawn to the top drawing, 4078507, and its latest revision of 9/17 Jan 2023. Interested parties should monitor the federal contracting system for the official solicitation, which will include information on how to submit quotes, evaluation criteria, and any applicable deadlines. For now, potential bidders are advised to review the National Stock Number (NSN) and the associated drawings, as well as ensure they are capable of meeting the required Mil-Spec standards. Questions regarding this opportunity should be directed to the primary contact once the formal solicitation is released. The contact information will be provided therein.
    NSN: 2840-01-224-4243PN PN: 9529M97G15 NOUN: SUPPORT, TURBINE NOZ ENGINE: F108 PR: FD2030-25-00624
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is seeking qualified vendors to supply turbine nozzle support components for the F108 engine, specifically identified by NSN 2840-01-224-4243PN and PN 9529M97G15. The procurement requires adherence to stringent Manufacture Qualification Requirements (MQR) for Propulsion Critical Safety Items (CSI) and Critical Application Items (CAI), including the submission of a Source Approval Request (SAR) and maintenance of a valid Company Profile that outlines quality assurance certifications and supplier details. These components are critical for ensuring the operational readiness and safety of military aircraft, emphasizing the importance of compliance with quality and safety standards throughout the procurement process. Interested parties should contact Alex Varughese at alex.varughese.1@us.af.mil for further details, with proposals due by March 24, 2025, and a commitment to maintain quoted prices firm for 120 days.
    MODULE KIT,SENSOR,T
    Buyer not available
    The Defense Logistics Agency, specifically DLA Aviation at Oklahoma City, is soliciting quotations for a Module Kit, Sensor, identified by National Stock Number (NSN) 2915-01-224-0778 NZ. This procurement requires compliance with critical safety item considerations and various federal regulations, including the Buy American Act, emphasizing the need for high-quality standards and unique item identification. The sensor module is essential for aircraft and missile fuel systems, underscoring its importance in defense operations. Quotations are due by March 17, 2025, and interested parties should contact Wannie Debouse at wannie.debouse@us.af.mil or call 405-855-3523 for further details.