2840, Remanufacture F100-220 Combustion Chamber
ID: FA8121-25-R-0002Type: 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

GAS TURBINES AND JET ENGINES, AIRCRAFT, PRIME MOVING; AND COMPONENTS (2840)
Timeline
  1. 1
    Posted Dec 23, 2024, 12:00 AM UTC
  2. 2
    Updated Feb 20, 2025, 12:00 AM UTC
  3. 3
    Due Mar 6, 2025, 9:00 PM UTC
Description

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. This procurement aims to restore critical military aviation components to a serviceable condition, ensuring operational readiness and compliance with stringent quality assurance standards, including ISO 9001-2015. The contract will span five years with five one-year ordering periods, allowing for a maximum of 1,025 units to be procured, and requires adherence to specific shipping and documentation protocols. Interested contractors must submit their proposals by February 20, 2025, at 3:00 PM Central Time, 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.

Point(s) of Contact
Ronald A(Tony) Redus
ronald.redus@us.af.mil
Files
Title
Posted
Feb 20, 2025, 9:06 PM UTC
The CAV AF Reporting Requirements document outlines the contractual obligations for contractors engaged in Contract Depot Maintenance (CDM) for asset visibility of government-owned property in contractor facilities. The CAV AF system is the primary record-keeping tool for monitoring the status of assets, necessitating daily reporting by contractors to reflect accurate asset conditions. Contractors must ensure proper access protocols and training are followed, including submitting access requests and completing Cyber Awareness training. Additional responsibilities include managing assets appropriately and fulfilling reporting obligations for various asset types (e.g., Not-on-Contract items, Nuclear Weapon Related Materiel). The document specifies requirements for accurately using shipping and receipt forms (DD Form 1348-1A) and outlines procedures for handling discrepancies, including submitting Supply Discrepancy Reports (SDRs). The document emphasizes compliance with reporting standards and instructs contractors on maintaining accountability for government property. Overall, this guideline aims to streamline asset visibility and ensure compliance with government regulations, reflecting the government's meticulous oversight principles in RFP processes and grants management.
Feb 20, 2025, 9:06 PM UTC
The document outlines a series of questions from vendors regarding RFP solicitation FA8121-25-R-0002, addressing inconsistencies and recommendations for enhancements in the Performance Work Statement (PWS). A vendor queried a contradiction between pages 1 and 2 of the solicitation, seeking clarification on accuracy, to which the government affirmed the correctness of page 2, indicating an RFP amendment would follow. Another vendor suggested additional repair instructions for a widget, referring to an outside document (Document B). The government clarified that while Document B is a mandatory reference throughout the PWS, there would be no revisions to the specific PWS paragraph as originally requested. This document illustrates the communication process in handling vendor inquiries, ensuring clarity and completeness in government solicitations while emphasizing adherence to referenced materials.
Feb 20, 2025, 9:06 PM UTC
The DD Form 1423-1 is a Contract Data Requirements List (CDRL) utilized by the Department of Defense for tracking specific data items related to military contracts. The document outlines essential information such as contract line item numbers, data item titles, and submission frequencies. The primary data items discussed include a monthly Production Report detailing contractor shipments and an Acquisition and Sustainment Data Package Deficiency Report related to material or quality deficiencies. The Production Report requires comprehensive details on asset orders, shipments, and any delays, submitted by email after each month’s end. The Deficiency Report is to be filed as needed, following the occurrence of deficiencies. Both reports are directed towards the Air Force Life Cycle Management Center (AFLCMC) for oversight. This document plays a critical role in ensuring accountability and timely updates in defense contract management, reflecting federal procedural standards and compliance measures required for effective contract fulfillment.
Feb 20, 2025, 9:06 PM UTC
The document outlines the Data Item Description (DI-TMSS-80229D) for the Technical Order Improvement Report and Reply, which is utilized in contracts where contractors maintain and operate Air Force centrally-acquired equipment. It specifies the format and content requirements for reporting deficiencies in Technical Orders (TOs). The report must be submitted using AFTO Form 22 and includes detailed instructions on the information to be provided, such as report date, technical order data, description of deficiencies, and proposed changes. The document's requirements are structured in a systematic manner, detailing necessary blocks to be filled in the report, ranging from reporting dates to approvals from relevant authorities. It emphasizes the importance of documenting potential cost and time savings resulting from the recommended changes. Additionally, there is guidance on reporting improvements that may affect contract scope or cost, ensuring proper routing for government evaluation. Overall, this Data Item Description facilitates effective communication and documentation of procedural enhancements within the Air Force, enabling continuous improvement in equipment management and operational efficiency.
Feb 20, 2025, 9:06 PM UTC
The document outlines the Status Report (DI-MGMT-80368A), intended to track contractor performance against contract objectives. It provides a structured approach to report on achievements and challenges, allowing the government to monitor project progress effectively. The report includes essential details such as the system or project identification, report type, contract number, and a summary of the overall project status, including milestones, expended efforts, significant issues, and testing results. It emphasizes the importance of reporting on future plans, man-hour and cost expenditures, and deliverable statuses. Additionally, the document allows for customization based on the specific project reporting needs and can be used alongside related reports, specifically the Funds and Man-Hour Expenditure Report. This framework is crucial within the context of government RFPs, federal grants, and state/local RFPs, as it ensures accountability and transparency in contractor performance while supporting informed decision-making by government entities.
Feb 20, 2025, 9:06 PM UTC
The Government Property (GP) Inventory Report (DI-MGMT-80441D) facilitates contractors in providing the Department of Defense (DoD) with a comprehensive listing of Government Furnished Property (GFP) and Contractor Acquired Property (CAP) in their possession. Applicable to all contracts involving GP, this report requires electronic submission in .xls or .xlsx format. The document specifies content requirements, including essential column headers such as contract number, item description, manufacturer details, quantity, acquisition costs, asset locations, and condition classifications. The intent is to streamline inventory reporting and ensure accurate tracking of government property used by contractors, contributing to efficient management and oversight. The update supersedes previous versions and serves as a crucial resource for maintaining accountability and regulatory compliance within federal contracts.
Feb 20, 2025, 9:06 PM UTC
The document appears to be a repetitive acknowledgment of the resource link to the Defense Logistics Agency (DLA) website, specifically the ASSIST (Acquisition Streamlining and Standardization Information Systems) platform associated with downloading government-related specifications or standards. It stresses the importance of verifying that the downloaded version is current before use, which indicates a focus on ensuring compliance with the latest governmental guidelines and requirements in federal contracts or grants. This repetitive nature suggests an emphasis on diligence and the necessity of maintaining updated information for those involved in federal grants, RFPs, or related projects. The main topic thus centers on the proper management of official documents and specifications in governmental practices, indicating that users must consistently check sources for the most up-to-date content to ensure adherence to regulatory standards.
Feb 20, 2025, 9:06 PM UTC
The government file pertains to RFPs (Request for Proposals) and grants, emphasizing the importance of following established protocols for proposals to ensure compliance and transparency. It encompasses federal grants and both state and local RFPs, providing guidelines for potential bidders on the submission process, eligibility criteria, and evaluation methodologies. Key components include the necessity for applicants to understand the specific requirements of each RFP and the importance of adherence to deadlines. The document encourages collaboration among agencies to streamline processes and fosters accessibility for diverse applicants. It highlights the role of thorough documentation and adherence to regulations in maintaining integrity throughout the procurement process. Ultimately, this file serves as a foundational resource for entities engaging with federal and state procurement systems, ensuring a clear understanding of the expectations and obligations involved.
Feb 20, 2025, 9:06 PM UTC
The document titled "Acquisition and Sustainment Data Package (ASDP) Deficiency Report (DR)" serves as a formal report used by contractors to identify deficiencies in government-furnished material (GFM) during acquisition or repair contracts. It outlines the requirements for submitting detailed deficiency reports, including essential data elements and formats suitable for incorporation into a Product Lifecycle Management (PLM) system. The report must be prepared in a text-searchable format with specific metadata provided in an Excel spreadsheet. Key sections of the report include the description of the deficiency, identification of the deficient item (including part numbers, NSNs, and manufacturer details), and disposition of the material. Additionally, the report categorizes deficiencies as either Category I or Category II, emphasizing the complete tracing of issues to ensure accountability and tracking within the government contracting framework. This document is critical for ensuring effective communication between contractors and government entities to facilitate necessary corrective actions and improve material compliance. Overall, this formal guideline enhances the acquisition and sustainment process while maintaining government oversight.
Feb 20, 2025, 9:06 PM UTC
The Commercial Asset Visibility (CAV) Reporting system, detailed in document DI-MGMT-81838, is an automated, web-based platform designed to track government-owned reparable assets during the repair cycle at commercial vendors. Its primary goal is to enhance inventory management of these assets by enabling real-time transaction reporting that updates the CAV database automatically. The document outlines the necessary reporting format, which is specified in the Contract Statement of Work, and details various types of transactions that contractors must report, including asset receipts, inductions, and shipments, along with associated status code changes. The CAV application ensures that commercial repair vendors can access their repair data and generate required reports efficiently. This clear structure reinforces the government's commitment to effective asset management and accountability in the procurement and repair of government property.
Feb 20, 2025, 9:06 PM UTC
The Contract Depot Maintenance (CDM) Monthly Production Report, outlined in Data Item Description DI-PSSS-81995A, serves to inform the Government of the monthly production metrics related to depot maintenance contracts. This report includes crucial data on asset status, production performance, and issues unresolved at the month's conclusion. The format dictates specific content, such as contractor and government contact details, contract numbers, and production statistics detailing the quantities of items received, produced, and shipped. The report is mandated to be submitted within ten business days of the previous month’s end. Detailed insights are collected in designated blocks, encompassing item identifiers, delivery order numbers, quantities on-hand, and forecasts for future production. Additionally, a production summary is required under specific conditions, such as discrepancies between forecasted and actual production figures. Ultimately, the document plays a vital role in monitoring contractor performance, ensuring accountability, and facilitating effective communication between the government and contractors in the maintenance sector.
Feb 20, 2025, 9:06 PM UTC
The Comprehensive Engine Management System (CEMS) Reporting document outlines requirements for contractors maintaining Air Force (AF) engines and components, necessitating complete and accurate inventory tracking. It provides detailed instructions for reporting engine and component status to the AF Accountable Property System of Record (APSR) through CEMS. Key elements include obtaining access to government systems, security clearance protocols, and specific data entry guidelines for various reporting blocks, including serial number, occurrence date, and transaction codes. The document also specifies the format and content for data input, emphasizing compliance with the associated technical orders. Additionally, it establishes rules for engine ownership accounts and transfer reporting, ensuring accountability in engine management across the AF. The overarching goal is to maintain accurate records for operational readiness and accountability of AF engine assets.
Feb 20, 2025, 9:06 PM UTC
The Department of the Air Force issued an amendment to the solicitation FA8121-25-R-0002, effective January 30, 2025, to extend the proposal due date to 3 PM Central Time on February 12, 2025. The amendment outlines the necessary steps for prospective contractors to acknowledge receipt of this change and emphasizes that failure to do so prior to the deadline may result in rejection of offers. The amendment also specifies that all other terms and conditions of the original solicitation remain unchanged, maintaining the integrity and continuity of the contractual process. The amendment was issued by Roxanne Marquez, with the office located at Tinker Air Force Base, Oklahoma. The document's structure includes sections on the amendment/modification identification, contractor details, and procedural instructions for submitting offers, reflecting standard federal procurement practices aimed at transparency and adherence to regulations.
Feb 20, 2025, 9:06 PM UTC
This government document serves as an amendment to the solicitation FA8121-25-R-0002, issued by the Department of the Air Force. The primary purpose of this amendment is to extend the proposal due date to February 20, 2025, at 3:00 PM Central Time. It specifies that offers must acknowledge receipt of this amendment as part of their submission process, outlining acceptable methods for acknowledgment. The document also confirms that no other changes are made to the terms or conditions of the original solicitation, which remains in full force. Additionally, a note clarifies that Amendment 0002 has not been issued and is reserved for future use. The document is aimed at contractors involved in federal contracting processes, ensuring they are informed of critical changes affecting their proposals.
Feb 20, 2025, 9:06 PM UTC
The document outlines a government Request for Proposal (RFP) for a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract regarding the remanufacture of the F100-220 combustion chamber. This acquisition is categorized as unrestricted and encourages participation from small businesses and veterans' enterprises. The contract spans five years with five one-year ordering periods, starting from the award date. The maximum quantity available under this contract is 1,025 units, with minimum purchase obligations defined. Significant attention is given to the critical safety designation of the combustion chamber, and prospective contractors must be qualified sources as per federal regulation standards. The document specifies the need for compliance with quality assurance measures, such as ISO 9001-2015. Moreover, it outlines the necessary shipping terms and specified delivery schedules, which include expedited shipping requirements. Data reporting and documentation procedures are also detailed, emphasizing coherent communication and operational standards expected from contractors. The overall goal is to streamline procurement while ensuring high-quality manufacturing standards in support of military readiness and operational integrity.
Feb 20, 2025, 9:06 PM UTC
The document outlines packaging and marking requirements for government contracting, specifically emphasizing compliance with military and international standards. Key sections detail the necessity for item identification, packaging principles as per MIL-STD-2073-1, and adherence to ASTM D3951 for commercial packing. It mandates that all packages meet container marking requirements outlined in MIL-STD-129, with special emphasis on hazardous materials and engineered containers, citing relevant federal regulations. Additionally, adherence to the International Standards for Phytosanitary Measures No. 15 is crucial for wooden materials, requiring treatments to prevent invasive species. Packaging Specialists play a vital role in ensuring compliance, with measures for both standard and specialized packaging highlighted. The structured approach emphasizes accuracy in packaging and adherence to government regulations, supporting the efficient processing and transportation of goods in federal operations. This document is essential for contractors involved in supplying goods to governmental entities and ensures that materials are packaged safely and effectively in accordance with established standards.
Feb 20, 2025, 9:06 PM UTC
The document pertains to an approval related to the U.S. Air Force City Packaging ALC (Aerospace Logistics Center) in Oklahoma. This approval highlights the logistics and operational capabilities of the facility, focusing on its role in military packaging and supply chain management. The context of the document suggests it is part of the federal government's efforts to streamline procurement and enhance logistical support for defense operations, potentially inviting collaborations or bids for services related to packaging and logistics. The approval underscores a commitment to maintaining operational readiness and efficiency in military supply chains, reflective of broader federal objectives in defense contracting and resource allocation.
Feb 20, 2025, 9:06 PM UTC
The DDFORM 1653 outlines transportation data and provisions related to federal procurement, specifically addressing Foreign Military Sales (FMS) and the necessary shipping protocols. It details key information such as the purchase request number, receipt date, commodity specifics, stock number, and recommended F.O.B. (Free on Board) terms, categorizing options like origin and destination. Notably, it specifies transportation provisions, relevant Federal Acquisition Regulation (FAR) citations, and guidelines for various shipping methods, emphasizing the need for contractors to contact the Defense Contract Management Agency (DCMA) for instructions on FMS shipments, particularly when shipping classified materials. The form mandates the use of specific shipping carriers for domestic and export shipments while excluding certain FMS shipments from standard requirements. This document serves to streamline logistics and enhance compliance within federal contracting, ensuring efficient transportation management for military and defense-related procurement activities.
Feb 20, 2025, 9:06 PM UTC
The document outlines the requirements for government-furnished property related to custodial procurement, specifically through a Federal Acquisition Regulation (FAR) context. It includes a structured format for identifying and requisitioning items, with mandatory fields such as item name, quantity, unit acquisition cost, and delivery dates. Notably, it specifies the handling of both serially and non-serially managed items, including detailed requirements for National Stock Numbers (NSNs), manufacturer's CAGE codes, and part numbers. The excerpt emphasizes compliance with procedural standards when requesting items necessary for government contracts. Additionally, the emphasis on filling out required fields points towards the need for accuracy and completeness in documentation, which likely reflects broader goals of accountability and efficiency in federal procurement processes. This document serves as a crucial guideline for contractors and government officials navigating the complexities of requisitioning government property.
Feb 20, 2025, 9:06 PM UTC
The document pertains to a government request for pricing or proposals (RFP) for the procurement of combustion chambers identified by the National Stock Number (NSN) 2840012671605NZ. The item, classified under the reference number 4080466, is crucial for engine operation as it facilitates the combustion process by mixing compressed air with fuel. Key specifications include dimensions of 26 inches in length and width, a height of 13 inches, and a weight of 45 pounds, with materials primarily composed of nickel alloy. The section detailing its criticality indicates a heavy reliance on safety-critical components and the materials' sensitivity. The document's information points suggest it serves a significant role within defense supply chains, highlighting the intricate requirements for military-grade equipment. Initiated by Wayne E. Newcomer from the 423 SCMS, this file underscores the government’s ongoing efforts to maintain and enhance the operational capability of engines, reflecting broader objectives for equipment reliability and safety in military aviation contexts.
Feb 20, 2025, 9:06 PM UTC
The document outlines the Item Unique Identification (IUID) checklist aligned with the Defense Federal Acquisition Regulation Supplement (DFARS) 252.211.7003. It details the requirements for marking an item identified by National Stock Number (NSN) 2840012671605NZ, specifically a combustion initiator chamber. The checklist includes contact information for personnel involved, marking methods, and adherence to the latest version of Military Standard MIL-STD-130 for marking guidance. It notes that the item may also function as an embedded item within various reference numbers. The IUID process ensures proper tracking and accountability of government property, highlighting the significance of standardized procedures in federal procurement and logistics. This document is part of broader government efforts to streamline asset management and enhance operational efficiency through consistent identification practices.
Feb 20, 2025, 9:06 PM UTC
The document outlines the pricing structure and instructions for the remanufacture of the F100-220 combustion chamber under solicitation FA8121-25-R-0002. Offerors are required to input proposed unit prices into a pricing matrix spreadsheet that automatically calculates extended and total evaluated prices over five ordering periods, each corresponding to a year of performance. The matrix includes various Contract Line Item Numbers (CLINs) relating to primary and secondary remanufacturing for the USAF and Foreign Military Sales (FMS). Specific items, like the combustion chamber and associated replacements, are noted alongside their maximum quantities. The document emphasizes the anticipated price competition, while outlining procedures if only one offer is received, including potential requirements for certified cost or pricing data. The purpose of this Request for Proposal (RFP) is to gather competitive pricing for government contracts relating to crucial military aviation components, ensuring transparency and compliance with federal regulations. Overall, the document serves as a guideline for bidders to prepare comprehensive pricing proposals while adhering to government standards and requirements.
Feb 20, 2025, 9:06 PM UTC
The document outlines recommended quality assurance provisions and special inspection requirements for a specific government procurement, identified by PR/MIPR number and National Stock Number (NSN 2840012671605NZ). Key contacts are listed, including item manager and equipment specification personnel. Included are various contractual quality requirements derived from the Federal Acquisition Regulation (FAR) such as the Certificate of Conformance, and additional standards like ISO 9001:2000, highlighting the commitment to high-quality products. There is a notable statement regarding ozone-depleting substances, confirming that the requirements do not compel contractors to utilize Class I ODS, aligning with Air Force policy. The document stipulates that quality provisions will not be downgraded without technical authority input, particularly concerning new sources selected through specific acquisition codes. Furthermore, it indicates that a quality pre-award survey is advised for new sources. The technical authority's signature confirms the oversight of these quality measures. This summary reflects the structured regulatory framework guiding federal procurement processes, emphasizing quality assurance and compliance with environmental standards.
Feb 20, 2025, 9:06 PM UTC
The document is a Repair Data List (RDL) for the combustion chamber, specifically referencing T.O. No. 2J-F100-13 and related technical orders necessary for maintaining and repairing the F100 jet engine models used by the U.S. Air Force. The RDL outlines various documents and technical orders, noting their respective titles, references, availability of government rights, and pertinent details such as version dates and authors. Key documents include maintenance procedures, illustrated parts breakdowns, and inspection processes related to the F100 engine. The list also includes instructions for surplus material evaluation by contractors, emphasizing the need for compliance with federal laws. The purpose of this RDL is to ensure that responsible parties have access to the necessary technical data and guidelines to properly maintain, track, and manage repairs for the combustion chamber and associated components, thereby supporting the operational readiness of U.S. Air Force aircraft.
Feb 20, 2025, 9:06 PM UTC
The document outlines the Repair Qualification Requirements (RQR) for Propulsion Critical Safety Items (CSI) and Critical Application Items (CAI) within the federal government framework. It specifies the submission process for Potential Sources (PS) seeking Engineering Support Activity (ESA) approval to repair propulsion items. The RQR establishes technical requirements, including the need for a Company Profile, Source Approval Request (SAR), and evaluation methods. Key sections include the application scope, document formatting, and use of proprietary data, detailing the necessary components for both Company Profiles and SAR submissions. It emphasizes the duration of approvals (three years for CSI and seven years for CAI) and outlines the resubstantiation and process change requests required to maintain approval status. Key appendices provide templates for various checklists, certification letters, and matrices necessary for submission. The document serves as a comprehensive guide to assist vendors in navigating the approval process for repair capabilities, ensuring adherence to government standards and procedures. The overarching purpose is to enable effective sourcing and maintenance of critical propulsion components while ensuring safety and compliance.
Feb 20, 2025, 9:06 PM UTC
The Statement of Work (SOW) delineates the requirements for remanufacturing the F100-PW/220E/220 Combustion Chamber Assembly. It outlines the scope, work requirements, and applicable documents necessary for restoring these assemblies to a serviceable condition. The contractor is responsible for managing various tasks, including identification of contractor personnel, handling product quality deficiencies, and reporting compliance with technical orders. The SOW emphasizes a focus on quality assurance, mandating adherence to ISO 9001 standards and specifying extensive documentation and reporting processes. Additionally, it includes provisions for security within non-classified equipment and materials and mandates the proper handling of condemned items. The contractor's warranty for quality involves executing audits and remediation of deficiencies. Furthermore, a Supply Chain Risk Management plan is specified to identify and mitigate supply chain vulnerabilities linked to the assembly's production. The document serves as a comprehensive guide aimed at ensuring the effective remanufacturing and quality oversight of critical military components, reflecting the federal government's commitment to maintaining operational readiness and efficiency in defense operations.
Feb 20, 2025, 9:06 PM UTC
Feb 20, 2025, 9:06 PM UTC
The document issues a warning regarding the presence of Hexavalent Chromium (Cr(VI)) within certain components of an Air Force engine, highlighting its potential cancer hazard. It emphasizes the risks associated with exposure, including ingestion, inhalation, and skin contact, and specifies the importance of careful handling. Users are advised to wash hands thoroughly before consuming food or using tobacco products, avoid creating airborne dust, and ensure adequate ventilation in workspaces. Additionally, the document recommends the use of appropriate personal protective equipment as stipulated by local bioenvironmental offices and directs personnel to refer to specific technical orders for cleaning procedures. The purpose of this warning aligns with governmental regulations around health and safety, particularly in contexts related to federal RFPs and grants that prioritize worker safety in environments involving hazardous materials.
Feb 20, 2025, 9:06 PM UTC
Lifecycle
Title
Type
Solicitation
Similar Opportunities
F100-PW-220 Sprayring Manifold Assemblies
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the overhaul of F100-PW-220 Sprayring Manifold Assemblies, as outlined in the solicitation FA812124R0019. This procurement involves multiple ordering periods with firm fixed prices for specified quantities of manifold assemblies, along with detailed data requirements and provisions for additional work. The initiative is crucial for maintaining and managing essential aircraft parts, ensuring efficient operational readiness for the Air Force. Interested contractors must submit their proposals by the new deadline of March 31, 2025, and can direct inquiries to William Heckenkemper at william.heckenkemper@us.af.mil or Savannah Mincey at savannah.mincey@us.af.mil.
F-100 Liner, Combustion Ch
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of eight units of the F-100 Liner, Combustion Chamber, as outlined in the presolicitation notice SPRTA1-25-R-1153. This acquisition is critical for safety and requires compliance with strict qualification measures, including the submission of First Articles. The goods are essential components for aircraft engines, underscoring their importance in maintaining operational readiness and safety standards. Proposals are due by March 10, 2025, with the solicitation expected to be issued on February 7, 2025. Interested parties can contact Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112 for further information.
F-100 Case, Compressor, Air
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of the F-100 Case, Compressor, Air, with a presolicitation notice issued by DLA Aviation at Oklahoma City, OK. The acquisition aims to secure between 23 and 136 units of this critical component, which is essential for safety and has specific qualification requirements, although first articles are not required. The procurement is classified as non-export controlled, and the agency intends to negotiate with a limited number of sources, specifically RTX Corporation. Interested parties should submit capability statements within 15 days of the notice, with the final contract award expected to consider technical, past performance, and price factors. For further inquiries, contact Jeremy Bryant at jeremy.bryant@us.af.mil or call 405-855-7112. The estimated issuance date for the solicitation is February 19, 2025, with a close date of March 21, 2025, and initial delivery requested by March 8, 2026.
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 Afterburner Fuel Control
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of the F-100 Afterburner Fuel Control, as outlined in the presolicitation notice SPRTA1-25-R-1446. The procurement aims to acquire seven units of this critical safety item, with a planned delivery date on or before May 18, 2025, to the designated destination. This fuel control component is essential for aircraft and missile prime movers, underscoring its importance in military applications. Interested parties must submit their proposals electronically by March 10, 2024, and may contact Jeremy Bryant at jeremy.bryant@us.af.mil or 405-855-7112 for further inquiries.
CHAMBER,COMBUSTION,
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting a contract for the supply of three new combustion chambers, specifically part numbers 4083096 and 4083195, under purchase request FD2030-24-00819. The procurement is sole-sourced to Pratt & Whitney, emphasizing the need for new manufacture and compliance with stringent quality standards, as the items are classified as Critical Safety Items requiring inspection and acceptance at the origin. These combustion chambers are vital components for aircraft engines, underscoring their importance in maintaining operational safety and performance. Interested parties must submit their proposals by March 6, 2025, and direct inquiries to the contracting officer, Ryan Newton, at ryan.newton.4@us.af.mil or by phone at 405-855-3545.
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.
Overhaul of F-100-PW-220 #3 Bearing Air Seal NSN:2840005700773NZ
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the overhaul of the 3 Bearing Air Seal for the F100-PW-220 aircraft engine. This procurement involves a follow-on multi-year contract structured as a 5-year Indefinite Delivery-Indefinite Quantity (IDIQ) contract, with an estimated total quantity of 30 to 450 units to be delivered over multiple ordering periods. The initiative is crucial for maintaining the operational reliability and safety of Air Force aircraft, emphasizing the need for contractors to possess specific qualifications and capabilities for effective remanufacturing. Interested parties should note that the solicitation is expected to be released on March 2, 2025, with proposals due by April 2, 2025. For further inquiries, contact Jessica Adkins at jessica.adkins.3@us.af.mil or Ms. Kawika Tse Ah Lo at kawika.ahlo@us.af.mil.
F-100 Case, Compressor, Air
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of F-100 compressor air cases under the presolicitation notice SPRTA1-24-R-1845. This procurement aims to secure a minimum of 3 and a maximum of 18 units, with a delivery schedule of 2 units per month starting before June 16, 2025, and is not classified as a critical safety item. The solicitation will be available electronically, and proposals will be evaluated based on price, technical merit, and past performance, with submissions due within 45 days of publication. Interested parties can direct inquiries to Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112.