Joint Propeller Sustainment Solution (JPSS)
ID: FA850426RJPSSType: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8504 AFLCMC WLNKAROBINS AFB, GA, 31098-1670, USA

NAICS

Aircraft Engine and Engine Parts Manufacturing (336412)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES (J016)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking contractor support for the Joint Propeller Sustainment Solution (JPSS), aimed at maintaining Dowty R391 propeller systems used on C-130J aircraft. The procurement encompasses a range of services including sustaining engineering, logistics support, maintenance, technical assistance, and overhaul repair services, which are critical for ensuring the operational readiness of these aircraft for various military and foreign partners. Interested parties are encouraged to review the draft Request for Proposal (RFP) and provide feedback, with the solicitation set aside for Women-Owned Small Businesses (WOSB) and a due date for offers on March 2, 2026. For further inquiries, potential bidders can contact Erica Carter at erica.carter.3@us.af.mil or Clevetta Brown at clevetta.brown@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Over and Above (O&A) Work Request (OAWR) form is a critical document for federal government contractors to request additional work beyond the scope of an existing contract. This form, applicable to federal government RFPs, federal grants, and state and local RFPs, details new or ongoing work that is urgent or routine. Contractors must provide a firm fixed price, broken down into material and labor costs, and a detailed justification for the O&A category, such as "Beyond Physical Repair" or "Missing on Induction." The form requires identification of affected squadrons, aircraft (tail, T/M/S, BUNO, propeller serial number), and part numbers, along with a description of the issue and proposed repair. Contractor project or maintenance managers must review and approve the request before submission, and a Contracting Officer Representative (COR) must concur or non-concur with the request. The OAWR ensures transparency and proper authorization for unforeseen repair or maintenance efforts.
    The document outlines various Contract Line Item Numbers (CLINs) for services and upgrades across different U.S. government entities, including the USAF, USAF FMS, NAVAIR KC-130J, NAVAIR FMS (KAF), NAVAIR E-130J, and USCG. These CLINs cover a broad range of services such as Program Management, Price Per Propeller/Flying Hour (PPPFH/PPFH), Performance Incentive Fees, Engineering, Technical & Logistics support, Supply Chain Management, Over & Above (O&A) Excluded Repairs, Travel & Per Diem, Spare Component and Material Procurement, and Thicker Poly Thicker Leading Edge Guard (TPTG) Propeller Blade and Assembly Upgrades. Additionally, the CLINs detail Propeller Shop Activation, Contract Data Requirements List (CDRL), Public Private Partnership (PPP) Sustainment Labor, Component Overhaul and Repairs, Technical Manuals Access, and the provision of Field Service Representatives (FSRs) at various CONUS and OCONUS locations. The comprehensive list indicates a focus on maintenance, upgrades, and support for aviation assets, likely within the context of federal government RFPs for sustainment and modernization contracts.
    This Performance Work Statement (PWS) outlines the sustainment of Dowty R391 propellers for C-130J aircraft used by U.S. and Foreign Military Sales customers. Key services include engineering, logistics, maintenance, and overhaul repairs. The contractor must provide program management support, a web-based information system, and participate in various meetings for planning and issue resolution. Critical aspects covered are configuration management, system safety, non-recurring engineering, deficiency reporting, and mishap investigation support. The PWS details logistics planning, diminishing manufacturing sources management, technical data access, shipping, and sustainment site support with Field Service Representatives (FSRs), including OCONUS deployments. It also specifies requirements for depot and excluded repairs, life-limited parts management, unit-level supply, and government-furnished property. The goal is to ensure the continuous operational readiness and safety of the R391 propeller system.
    This draft Request for Proposal (RFP) (FA850426RB001) outlines requirements for sustaining engineering, logistics support, maintenance, technical services, and overhaul repair for Dowty R391 propeller systems for the Joint Propeller Sustainment Solution (JPSS). The solicitation, issued by FA8504 AFLCMC WLNKA, is set aside for Women-Owned Small Businesses (WOSB), with an offer due date of March 2, 2026. Key items include USAF Program Management, Price Per Propeller Flying Hour, Performance Incentive Fee Pool, Engineering, Technical & Logistics, and Supply Chain Management, all under Firm Fixed Price arrangements for a 12-month period of performance from December 1, 2026, to November 30, 2027. The document includes detailed instructions for electronic payment via Wide Area WorkFlow (WAWF) and numerous FAR and DFARS clauses, such as those related to Item Unique Identification and Valuation, and restrictions on contingent fees for Foreign Military Sales. The draft emphasizes that this is a preliminary solicitation, inviting offeror review and input on attached CLIN structures, CDRLs, and the PWS.
    This government file outlines a series of Contract Data Requirements Lists (CDRLs) for GE AVIATION SYSTEMS LLC under contract FA8504-25-EXTACT-APM207-0853, issued by JPSS AFLCMC/WLNA. The CDRLs detail various data deliverables, submission frequencies, and distribution requirements. Key deliverables include Meeting Agendas, Meeting Minutes, Provisioning Screening Data (Organizational Parts List), Status Reports (Engineering Services Monthly Utilization Report and Monthly FSR Status Report), Supplier's Configuration Management Plan, Engineering Change Proposals, Scientific and Technical Reports (Government Requested Investigations, Mishap Notification and Investigation, Reliability and Maintainability Data, and Critical Items Management and Report), and a Data Accession List (DAL). All electronic submissions must be compatible with Microsoft Office or Adobe Acrobat Reader and screened for viruses. Deliverables require a dated, serialized cover letter identifying the contract, data item, and submittal date, and must be submitted via the Government AMS CDRL Tool. Distribution is authorized to U.S. Government agencies and their contractors, with specific instructions for export licenses and technical assistance agreements.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Brake,Shaft,Prop (3R)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is seeking procurement for a Brake, Shaft, Prop (3R) as part of a Justification and Approval notice. This procurement falls under the category of gas turbines and jet engines, aircraft, prime moving, and components, indicating its critical role in aviation operations. The selected contractor will be responsible for providing the necessary components that are vital for maintaining aircraft performance and safety. Interested parties can reach out to Jackie Henn at Jacqueline.Henn@us.af.mil or by phone at 405-855-7132 for further details regarding this opportunity.
    SPRRA1-26-R-0002/NSN: 1615-01-141-7532/ NOUN: COUPLING ASSY,SERVO
    Buyer not available
    The Defense Logistics Agency (DLA) is issuing a Request for Proposal (RFP) for the acquisition of 371 Coupling Assembly, Servo units (NSN 1615-01-141-7532, Part Number 70400-06100-042) as part of Solicitation Number SPRRA1-26-R-0002. This procurement includes critical requirements such as Contractor First Article Test, Production Lot Test, and compliance with The Army Maintenance Management System-Aviation (TAMMS-A), as the item is classified as a Critical Safety Item. Proposals must be submitted in writing by December 5, 2025, to the primary contacts, Stacy Hood and Christopher Butler, who can be reached at their respective emails and phone numbers for further inquiries. Certified Cost and Pricing Data is required for non-commercial items exceeding $2,500,000, and proposals should include a simulated delivery schedule and acknowledge all RFP terms.
    Support, Fan Componet
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of four support fan components, identified by NSN: 2840-01-317-8321NZ and P/N: 4059690, under the presolicitation notice SPRTA1-Q-2094. These components are classified as critical safety items, which require first articles and qualification requirements, with a requested delivery date on or before March 4, 2027. This procurement is significant for maintaining the operational integrity of aircraft engines and is not set aside for small businesses, as it is export-controlled; the approved source for these parts is Raytheon Technologies. Interested parties should note that the RFP will be issued on February 12, 2025, with a closing date of March 14, 2025, and can contact David Todd Isaac at david.isaac.4@us.af.mil or by phone at 405-855-3000 for further information.
    Procurement of Propeller Assemblies, Spare Parts and Components
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center (ALC), is seeking proposals for the procurement of propeller assemblies, spare parts, and components. This opportunity involves a sole source contract with Hamilton Sundstrand DBA Collins Aerospace, Inc., aimed at fulfilling ongoing requirements for various aircraft components over a one-year base period with four additional one-year option periods. The procurement is critical for maintaining operational readiness and efficiency of Coast Guard aviation assets, ensuring the availability of essential parts such as valves, actuators, and sensors. Interested vendors must submit their proposals by December 12, 2025, at 11:59 PM EST, and all inquiries should be directed to Dmitri E. Mercer via email, with the solicitation number 70Z03826QL0000013 included in the subject line.
    NSN 1650-010333280, CONSTRANT SPEED DRIVE GOVERNOR PARTS KIT, WSDC: 05F, AIRCRAFT, STRATOLIFTER C/KC
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of the Constrant Speed Drive Governor Parts Kit, identified by NSN 1650-010333280. This procurement is specifically for an indefinite quantity contract (IQC) with a base period of five years, requiring the manufacturing of parts in accordance with specified drawings and standards, with an estimated annual quantity of 80 units. The parts are critical components for aircraft systems, emphasizing the importance of compliance with military specifications and the necessity for contractors to be certified to access unclassified data. Interested small businesses must submit their proposals by the solicitation issue date, expected on or about November 25, 2025, and can direct inquiries to Tatjana Klemmer at tatjana.vaughan@dla.mil.
    LAU PAGS FIELD REPA
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of parts for AV-8B and F402 aircrafts, specifically NSN: 1620-00-890-3202, under the presolicitation titled "LAU PAGS FIELD REPA." The contract will be an Indefinite Quantity Contract with an estimated annual quantity of 80 units over a term of 60 months, requiring delivery within 560 days after receipt of order. This procurement is critical for maintaining aircraft operational readiness, and it is classified as unrestricted, allowing all responsible sources to submit offers. Interested parties should prepare their proposals in accordance with the solicitation, which will be available on the DLA Internet Bid Board System (DIBBS) around December 8, 2025. For further inquiries, contact Renee Griffin at renee.griffin@dla.mil or (445) 737-2040.
    J85 Cooler, Lubricating
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of the J85 Cooler, Lubricating, with an estimated quantity ranging from 868 to 5,211 units. This critical safety item is essential for aircraft engine cooling systems and is categorized under the NAICS code 336412, specifically for Aircraft Engine and Engine Parts Manufacturing. The government intends to negotiate with limited sources, primarily Honeywell International, Inc., and emphasizes the importance of technical capability and past performance in the selection process. Interested parties must submit their proposals by July 31, 2023, and can direct inquiries to Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112.
    GEARBOX,LANDING
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting proposals for three units of the Gearbox, Landing (NSN: 1620-00-617-9123) specifically for C-130 aircraft, primarily aimed at Foreign Military Sales (FMS) customers. The procurement emphasizes compliance with AS9100 quality standards, the Buy American Act, and various military standards for packaging and marking, including MIL-STD-130 and MIL-STD-2073-1E. This opportunity is critical for maintaining the operational readiness of military aircraft and ensuring compliance with national defense requirements. Interested contractors must submit their proposals by December 17, 2025, and can reach out to Richard Dunlap at richard.dunlap.2@us.af.mil or call 385-591-8306 for further information.
    Computer, Present Po
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is seeking proposals for the procurement of a "Computer, Present Po," specifically designed for the KC-46 aircraft. This procurement involves the supply of a gear and shaft assembly that plays a critical role in regulating the feel force at the pilots' elevator control columns, with a total line item quantity of four units required. The estimated issue date for the Request for Proposal (RFP SPRTA1-26-R-0073) is December 17, 2025, with a closing date of January 16, 2026, and delivery is expected on or before November 8, 2026. Interested parties should direct inquiries to Chrissy Turnage at christine.turnage@us.af.mil, and are advised that the procurement will not be set aside for small businesses, with no surplus authorized and qualification requirements applicable as per FAA certification procedures.
    16--PWA,SGM II PMC,AIRC, IN REPAIR/MODIFICATION OF
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of the PWA, SGM II PMC, AIRC, with a focus on NSN 7RH 1680 015788598. The contractor will be responsible for returning the items to a Ready for Issue (RFI) condition, adhering to strict turnaround times and quality requirements, including a required repair turnaround time of 70 days after receipt of the asset. This procurement is critical for maintaining operational readiness and ensuring the reliability of aircraft components. Interested contractors should contact Jose F. Montes Montiel at 215-697-2558 or via email at jose.f.montesmontiel.civ@us.navy.mil for further details and to discuss the submission of proposals.