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
    FD2030-25-01310
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking procurement for a shroud segment, turb, under the contract notice FD2030-25-01310. The requirement includes the National Stock Number (NSN) 2840-01-322-2051NZ, with a top drawing reference of 4071453 and an Engineering Data List (EDL) revision dated January 18, 2023. This component is critical for aircraft engine operations, particularly in the context of gas turbines and jet engines, which are vital for military aviation capabilities. Interested vendors should refer to the solicitation information for further details and contact the designated personnel once the solicitation is approved for quotes.
    Spares Procurement for the F100/ SEAL, AIR, AIRCRAFT G
    Dept Of Defense
    The Department of Defense, through the Air Force Sustainment Center (AFSC), is conducting market research for the procurement of spares for the F100 platform, specifically a SEAL, AIR, AIRCRAFT G (NSN: 2840-01-602-8421NZ, P/N: 4081980). Interested parties must demonstrate their capability to manufacture the required item, which includes responsibilities for procurement, inspection, testing, packaging, and shipping, as well as supply chain management and logistics planning. This procurement is critical for maintaining operational readiness and support for the aircraft, with an estimated requirement of three units. Interested vendors are required to submit a Source Approval Request (SAR) package by January 7, 2026, and can direct inquiries to the primary contact at 430scms.afmc.rfiresponses@us.af.mil.
    FD2030-24-00758
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking procurement for a duct turbine for aircraft, identified by NSN 2840-01-504-2791NZ. The requirement includes the provision of a specific component, referenced by top drawing number 4086297, which is critical for aircraft engine functionality. This procurement is part of ongoing efforts to maintain and enhance the operational capabilities of military aircraft, ensuring reliability and performance in various missions. Interested vendors should refer to the solicitation information for further details and contact the designated personnel once the solicitation has been approved for quotes.
    FD2030-25-02414
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation in Oklahoma City, has issued a Special Notice for the procurement of a specific component identified by National Stock Number (NSN) 2840-01-318-5578NZ, which is a housing, antifriction. This procurement is critical for maintaining aircraft engine performance, as the component is essential for the operation of gas turbines and jet engines. Interested vendors should note that the solicitation will be available for quotes once approved by the contracting officer, and they are encouraged to refer to the solicitation information for further details. For inquiries, potential bidders should contact the designated personnel as specified in the solicitation documentation.
    FD2030-26-00244
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation Oklahoma City, is issuing a special notice for the procurement of turbine support components, specifically identified by National Stock Number (NSN) 2840-01-446-6205NZ. The requirement includes the provision of support for turbine components, with the top drawing referenced as 4084713 and an Engineering Data List (EDL) revision dated April 7, 2025. These components are critical for the operation and maintenance of aircraft engines, ensuring reliability and performance in military aviation. Interested vendors should refer to the solicitation information for further details and contact the designated personnel once the solicitation has been approved for quotes.
    NSN2915-01-206-0654NZ_ControllerFuelPum_F100_PN4080022_FD2030-22-01876-02
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is conducting market research for the manufacture of the CONTROLLER, FUEL PUMP (NSN: 2915-01-206-0654NZ, P/N: 4080022) with an estimated requirement of 1,500 units. This Sources Sought Synopsis aims to identify potential sources, including small businesses, and to determine the best acquisition strategy for this critical component used in military aircraft operations. Interested parties must be capable of providing all necessary labor, materials, and logistics support, and are required to submit a Source Approval Request (SAR) package by December 17, 2025, to the 430th Supply Chain Management Squadron. For further inquiries, interested vendors can contact the primary contact at 430scms.afmc.rfiresponses@us.af.mil or the secondary contact, Terri Swain Wooten, at terri.swain-wooten@us.af.mil.
    FD2030-26-00589
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation Oklahoma City, is seeking procurement for an augmentor nozzle with the National Stock Number (NSN) 2840-01-308-4465NZ. The requirement includes the provision of the augmentor nozzle as per the top drawing 4071142, with the latest engineering data revision dated August 8, 2022. This component is critical for aircraft engine operations, specifically in the context of gas turbines and jet engines, ensuring optimal performance and reliability. Interested vendors should refer to the solicitation information for further details and contact the designated personnel once the solicitation has been approved for quotes.
    FD2030-26-0153
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation in Oklahoma City, is issuing a Special Notice for the procurement of turbine nozzle support, specifically identified by National Stock Number (NSN) 2840-01-545-4839NZ. The requirement includes the provision of components related to aircraft engines, as indicated by the associated NAICS code 336412, which pertains to Aircraft Engine and Engine Parts Manufacturing. This procurement is critical for maintaining operational readiness and support for military aircraft, ensuring that essential engine components are available for maintenance and repair. Interested vendors should refer to the solicitation information for further details and contact the designated personnel once the solicitation is approved for quotes.
    29--PARTS KIT,ENGINE WA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of a Parts Kit for Engine WA, identified by NSN 2930016672730. The requirement includes a quantity of 2 units to be delivered to DLA Distribution within 168 days after order placement, with the approved source being 78314 N18436-V40-80. This procurement is critical for maintaining operational readiness and support for military engine systems. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    FD2030-25-02053
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation Oklahoma City, is issuing a special notice for the procurement of a specific component identified by NSN 2840-01-320-1398NZ, which is a Housing, Bleed Air, T. This procurement is crucial for maintaining the operational readiness of aircraft engines, as the component plays a vital role in the functionality of gas turbines and jet engines. Interested vendors should note that the solicitation details will be made available once approved by the contracting officer, and they are encouraged to refer to the solicitation information for further guidance. For inquiries, potential bidders should consult the provided contact information in the forthcoming solicitation documents.