Remanufacture of F100-220 6th-12th Stage Stators and 4th - 5th Stage Shrouds
ID: FA812125R0009Type: 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
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the remanufacture of F100-220 6th-12th Stage Stators and 4th-5th Stage Shrouds, critical components for aircraft engines. The procurement aims to restore these components to a like-new condition, adhering to strict quality control measures and compliance with ISO 9001 standards, while also addressing supply chain risk management and cybersecurity protocols. This initiative is vital for maintaining the operational readiness of military aircraft, ensuring that the Air Force can effectively support its missions. Interested contractors must submit their qualifications and proposals by the specified deadlines, and for inquiries, they can contact Jacob Stephens at jacob.stephens.5@us.af.mil or by phone at 405-739-5390.

    Files
    Title
    Posted
    The document outlines the Contract Data Requirements List (CDRL) for a U.S. Department of Defense (DoD) contract involving the F100 Engine. It details specific data items that contractors must submit, including the Government Property Inventory Report, Commercial Asset Visibility Reporting, Contract Depot Maintenance Monthly Production Report, and more. Each data item specifies its purpose, frequency of reporting (annual or monthly), submission details, distribution statements, and compliance with export control laws. The reports are required to ensure accurate tracking and management of government property and assets, compliance with contract terms, and maintaining high accountability standards. Additionally, it emphasizes the significance of timely submissions and accuracy in reporting to facilitate effective management of military assets and resources. Overall, the CDRL serves as a framework for documentation and accountability within the contract's lifecycle, aligning with DoD's objectives of transparency, efficiency, and security in asset handling.
    The document outlines the packaging requirements for military materials as specified by the federal government. It mandates adherence to MIL-STD specifications, particularly MIL-STD-129 for marking and MIL-STD-2073-1 for packaging. A significant emphasis is placed on compliance with international regulations regarding wood packaging material (WPM) to prevent the spread of invasive species, such as the pinewood nematode. All wooden components must be debarked and heat-treated to specific temperature standards, certified by accredited agencies. The detailed document includes multiple packaging requirement numbers (PACRNs), each accompanied by preservation levels and item codes, indicating that items must be packaged and marked according to military protocols. Additional container marking includes necessary information such as serial numbers and manufacturer details, which must be documented on the appropriate forms. The intent is to ensure that military shipments meet strict guidelines to facilitate safe and secure logistics operations, both domestically and internationally. The involvement of packaging specialists, as indicated by contact details, emphasizes the collaborative effort required for effective implementation of these standards.
    This document outlines transportation data associated with a federal procurement initiative, specifically detailing the procurement activities under Purchase Instrument Number FD20302400518-02 initiated on June 26, 2024. Key components include shipping instructions utilizing DCMA Transportation services, highlighting the necessity of contacting DCMA prior to freight movement to avoid complications and additional costs. It provides transportation provisions and clauses relevant to the procurement, including F.O.B. terms and freight classifications. Included are multiple line items with associated National Stock Numbers (NSNs) all designated for shipment to the DLA Distribution Depot in Oklahoma. Each line item outlines specific details such as DoDAAC, requisition numbers, and contract compliance requirements. The document emphasizes following established protocols and provides contact information for queries regarding shipping procedures. It serves as a comprehensive guide to ensure compliance with federal transportation regulations in support of military logistics and procurement operations.
    The document is a Data Item Description titled "Technical Order Improvement Report and Reply," identified by number DI-TMSS-80229D. Its purpose is to outline the requirements for submitting improvement reports related to the operation and maintenance of Air Force equipment as specified in Technical Orders (TOs). This includes the format, content, and preparation instructions necessary for these reports. Key components of the report include the report date, addresses of relevant personnel (such as the Administrative Contracting Officer, TO Manager, and Product Improvement Manager), and detailed sections requiring specific information about the Technical Order, including the TO number, improvement report number, and proposed changes. It emphasizes the necessity for clear communication regarding deficiencies and suggested improvements, as well as any anticipated savings from such changes. The document also contains procedural guidelines for reporting and approval, including sections for signatures from various stakeholders, thus ensuring proper approvals from the concerned authorities within the Air Force structure. This data item supersedes a previous version and serves as a crucial mechanism for quality improvement within the Air Force's technical documentation processes, aligning with broader objectives in government contracting and oversight.
    The document outlines the Data Item Description (DID) for Government Furnished Material (GFM) organized by National Stock Number (NSN). Its primary purpose is to establish a standardized approach for delivering data related to GFM inventories within contracts. The document specifies the format and content requirements for reporting GFM, emphasizing the need for organization by contract number, clause line item number (CLIN), or exhibit line item number (ELIN). Each GFM entry must include details such as contract specifics, NSN, part numbers, inventory data, and the rationale for any recommended excess line items. Furthermore, the contractor is tasked with identifying actions for reusing or disposing of surplus government inventory. This DID is crucial for providing visibility into GFM inventories and ensuring efficient management in compliance with contract performance requirements, highlighting the structured relationship between government projects and material inventory management.
    The document outlines the Commercial Asset Visibility (CAV) Reporting requirements, designated as DI-MGMT-81838, aimed at enhancing the tracking and management of government-owned reparable assets during the repair cycle at contractors' facilities. The CAV application is a web-based system allowing contractors to report transactions in real-time, which automatically updates a centralized database for inventory management. It specifies requirements regarding the format and content of transactions that contractors must report, including asset receipt, inductions, completions, shipments, and several status-related activities. The document emphasizes the structure necessary for contractors to provide detailed reports and maintain accountability for asset status. This CAV reporting mechanism aims to streamline operations, facilitate communication among stakeholders, and ensure compliance with contract obligations, reinforcing efficient asset management in government procurement processes.
    The provided file contains unintelligible content, lacking coherent information, and does not present any clear topic or details typically associated with government RFPs, federal grants, or state/local RFPs. Effective analysis and summarization are not feasible due to the corrupted and unreadable state of the file. Essential elements such as project goals, funding opportunities, bid requirements, or contact information needed for a standard RFP or grant may be missing or unintelligible. Therefore, without relevant content, a meaningful summary cannot be formed, rendering the document ineffective for its intended purpose.
    The document outlines the solicitation for a federal acquisition by the Department of the Air Force, seeking bids for the remanufacture of critical components, specifically various stages of stators and shrouds, detailed by their National Stock Numbers (NSNs). The solicitation encourages firms to provide fixed price offers for varying quantities, delineating minimum and maximum order limits. It highlights quality assurance requirements, emphasizing compliance with ISO 9001:2015 standards and the need for inspection and acceptance at the origin. Additionally, it introduces specific delivery timelines, with emphasis on Foreign Military Sales (FMS) implications, requiring reporting and inventory documentation. The current solicitation reflects the U.S. government's effort to maintain its defense readiness while fostering opportunities for contractors, including those from small and disadvantaged business sectors. Significant details include the solicitation number FA8121-25-R-0009, contact information for inquiries, and the firm pricing structure facilitating government procurement processes. The document serves as a call for proposals aligned with federal acquisition regulations, ensuring adherence to rigorous standards and robust contractor accountability.
    The government document outlines a request for proposals (RFP) related to the acquisition of various components for military or aerospace applications, specifically focusing on multiple stages of stators and shrouds used in engines. The file details seven non-serialized items categorized by their respective grades, listing specifications such as National Stock Numbers (NSN), CAGE Codes, Part Numbers, quantities, and unit acquisition costs. Each item is distinctly identified with a description and units measured in "each," with prices ranging from approximately $30,787.15 to $48,139.33, reflecting the projected cost per unit. The items include stators from the 6th to 12th stage and shrouds from the 4th and 5th stages, indicating a structured procurement plan aimed at enhancing existing stock or maintaining operational readiness. The document's primary purpose is to facilitate the sourcing of crucial parts to support defense initiatives and ensure timely delivery while maintaining cost-effectiveness. This summary captures the essential motives and organization of the procurement efforts as part of federal contracting processes.
    The document outlines the calculation methodology for pricing components related to the 6th to 12th stages of stators and 4th and 5th stage shrouds for a military program, referred to as FMS (Foreign Military Sales). Each line item, identified by a CLIN (Contract Line Item Number), includes instructions on how to compute the total price based on the proposed unit price multiplied by the evaluation quantity for the Base Period and subsequent Option Years. The document also includes a price matrix with ordering periods that require prospective contractors to provide unit prices for specific stages and shrouds, while emphasizing certain data points as "Not Separately Priced." This structure is designed to facilitate budget evaluations and streamline procurement processes related to military hardware components, ultimately aiming to ensure compliance with government contracting requirements. The internal organization clearly delineates items and pricing calculations to assist potential offerors in the bidding process, reflecting the comprehensive framework needed for federal contracts in defense acquisition.
    The Statement of Work (SOW) outlines the requirements for remanufacturing F100-220 6th-12th Stage Stators and 4th and 5th Stage Shrouds for the U.S. Air Force. It emphasizes restoring these components to a like-new condition through specific procedures, inspections, and quality controls, complying with applicable technical orders (TOs). Contractors must adhere to strict reporting requirements for any deficiencies and must utilize a quality management system per ISO 9001 standards. Preservation, handling, and inventory management protocols are detailed to ensure accountability and prevent loss or damage to government property. Moreover, the SOW establishes a framework for Supply Chain Risk Management (SCRM) to address potential disruptions and includes mandates for cybersecurity measures. The contractor is tasked with developing a Continuity of Operations Plan (COOP) to handle unexpected events affecting operations. Surge requirements are also specified to prepare for unplanned demand increases, emphasizing the contractor's flexibility in meeting such needs while ensuring compliance with government standards. This document is crucial in defining the responsibilities and expectations for contractors in maintaining readiness and operational integrity within defense supply chains.
    The document pertains to a series of government Requests for Proposals (RFPs) and grants at both federal and state/local levels, aimed at addressing various community needs. The main topic centers around funding opportunities intended to enhance public services, infrastructure, and community development. Key ideas include the identification of eligible projects, submission guidelines for interested parties, and detailed criteria for evaluation. Supporting details outline specific areas of investment, such as education, health services, environmental sustainability, and economic development, encouraging local entities to propose innovative solutions. The structure of the document presents a clear timeline for submission, review processes, and funding availability, ensuring transparency and accessibility for potential applicants. In essence, the document serves as a comprehensive guide for stakeholders looking to secure funding for initiatives that align with federal and state strategic goals, fostering collaboration and improvement within communities while following regulatory requirements. It emphasizes the importance of addressing pressing issues through well-defined proposals, ultimately seeking to enhance the quality of life for residents.
    This government file outlines a funding opportunity designed to support local infrastructure projects through Federal and State grants. The main objective is to improve community facilities, such as roads, bridges, and parks, enhancing overall public safety and accessibility. Key details highlight eligibility criteria, which include local government entities and non-profit organizations, emphasizing proposals that demonstrate clear community impact and sustainability. The application process requires submitting a comprehensive project plan, a budget, and evidence of community support. The document also stresses the importance of adhering to federal guidelines and timelines for reporting and implementation. The funding aims not only to modernize infrastructure but also to foster community engagement in planning and execution. Overall, this initiative serves as a vital resource for localities seeking to revitalize their public spaces, address critical infrastructure needs, and promote long-term growth and development.
    The document outlines a recent federal Request for Proposals (RFP) aimed at enhancing the accessibility of federal grant opportunities for local governments. It emphasizes the need for innovative solutions that streamline the application process and improve outreach to potential grant recipients. Key requirements include the development of user-friendly digital platforms that facilitate easy navigation, submission of proposals, and online tracking of application statuses. Additionally, the RFP calls for strategies to engage with underrepresented communities to ensure equitable access to funding opportunities. The government's objective is to promote transparency, efficiency, and inclusivity in the grant acquisition process, ultimately ensuring that federal resources effectively support local initiatives. The document serves as a guideline for contractors seeking to contribute to this transformative initiative by outlining desired qualifications and expected outcomes.
    The government document outlines a Request for Proposals (RFP) aimed at soliciting bids for the development and implementation of an innovative waste management program. This program seeks to improve sustainability by reducing landfill waste and promoting recycling initiatives across local communities. Key components of the RFP include the evaluation of current waste management practices, stakeholder engagement, and the introduction of educational campaigns to foster community participation in recycling efforts. Additionally, the project requires the establishment of measurable outcomes and a timeline for implementation, along with a budget proposal detailing funding sources and projected costs. The document stresses the importance of innovative technology and best practices in waste management while aligning with federal environmental regulations. By addressing waste management challenges, the initiative aims to enhance local environmental quality and public health, encouraging community cooperation in developing efficient waste solutions. The RFP serves as a strategic framework for jurisdictions striving to meet sustainability goals through collaborative and effective waste management approaches.
    Lifecycle
    Similar Opportunities
    F108 Stage 1 Fan Blade Repair 005-010 (please respond by 24 February 2025 at 4:00 PM CST)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the finishing repairs of the F-108/CFM 56-2A/B Stage 1 Fan Blade, with a focus on parts associated with NSN 2840-01-196-6053PN. The procurement will be executed through a Firm-Fixed-Price Blanket Purchase Agreement, and interested parties are encouraged to demonstrate their capabilities, experience, and qualifications related to the repair process by submitting documentation by February 24, 2025. This opportunity is critical for maintaining the operational readiness of aerospace components, and potential contractors must comply with established technical and quality assurance standards as outlined in the associated Repair Data List and Repair Qualification Requirements. For further inquiries, interested businesses can contact Jaqueline Hughes at jaqueline.hughes@us.af.mil or Bridgette Miles at bridgette.miles@us.af.mil.
    SHROUD,COMPRESSOR,A
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting bids for the procurement of a "Shroud, Compressor, A" (NSN: 2840-01-205-1302 NZ), a critical safety item for the F100 series turbine engine. Offerors must meet specific qualification requirements, including the submission of a First Article Qualification Test Plan and Procedures, which must demonstrate compliance with detailed specifications and quality assurance standards, particularly for new manufacturers. This procurement is vital for maintaining the operational readiness of military aircraft, ensuring the reliability and safety of propulsion systems. Interested parties should submit their quotations by December 31, 2025, and may contact Lori Bautista at lori.bautista@us.af.mil or James Headington at James.Headington.1@us.af.mil for further information.
    F-100 Case, Compressor, Air
    Dept Of Defense
    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.
    F118 Front Frame Assembly
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the remanufacture of the F118 Front Frame Assembly, with a focus on restoring components to their original life expectancy. The procurement involves the remanufacture of various National Stock Numbers (NSNs) related to the F118 Front Frame, requiring contractors to provide labor, materials, and facilities for repair, testing, and logistics. This initiative is crucial for maintaining the operational readiness of Air Force aircraft, ensuring safety and performance standards are met. Interested parties must submit their business information and complete a Source Approval Request (SAR) package by December 24, 2025, and can contact Cynthia D Viney or Tara Parker for further details.
    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.
    F-100 Augmentor Nozzle SE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting proposals for the F-100 Augmentor Nozzle SE, specifically under solicitation number SPRTA1-26-R-0642. This procurement focuses on Aircraft Engine and Engine Parts Manufacturing, with strict qualification requirements including "Export Controlled" certification and adherence to ISO 9001-2015 standards, as well as First Article Testing protocols. The Augmentor Nozzle SE is critical for aircraft engine performance, and the contract emphasizes compliance with various legal and ethical standards, including the Buy American Act. Proposals are due by January 9, 2026, at 3:00 PM, and interested parties can contact Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112 for further information.
    Support, Fan Componet
    Dept Of Defense
    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.
    F-100 Tube Assembly, Metal
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the procurement of F-100 Tube Assembly, Metal, designated as a Critical Safety Item. The requirement includes a total of 12 units, with an estimated Request for Proposal (RFP) issue date of September 5, 2025, and a close date of October 6, 2025, for delivery by December 31, 2026. This assembly is crucial for aircraft engine operations, and the government intends to negotiate with a limited number of sources, primarily RTX Corporation, due to the specialized nature of the item. Interested parties should direct inquiries to Jeremy Bryant at jeremy.bryant@us.af.mil or call 405-855-7112, and all proposals submitted within 45 days will be considered.
    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.
    FD2030-25-01310
    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.