F100 Module Kit, Servo VA NSN:2915-01-226-1047NZ
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The United States Air Force (USAF), through the Air Force Sustainment Center (AFSC) at the Oklahoma Logistics Center (OC-ALC), is soliciting proposals for the new manufacture of the F100 Module Kit, Servo VA (NSN: 2915-01-226-1047NZ, P/N: 351015). This requirement is for the F100-PW-220 Core Engine Module Kit and represents a strategic one-time buy. The competition is Full and Open. Proposals are due by March 2, 2026, at 3:00 PM CST.
Scope of Work
The primary deliverable is the F100 Module Kit, Servo Valve, which includes an Electro-Hydraulic Servo Valve (EHSV) used to schedule nozzle position. This item is designated as a Critical Safety Item (CSI). The estimated quantity ranges from a minimum of 30 EA to a maximum of 90 EA.
Contract Details
- Type: Firm Fixed-Price (FFP) Solicitation.
- Set-Aside: Full and Open Competition (Unrestricted).
- NAICS Code: 336412 (Aircraft Engine and Engine Parts Manufacturing) with a size standard of 1,500 employees.
- Place of Performance: S Coffeyville, OK, with shipments directed to DLA Distribution Depot Oklahoma, Tinker AFB, OK.
- Availability of Funds: The contract is subject to the "Availability of Funds" Clause FAR 52.232-18.
Key Requirements for Offerors
- Source Qualification: Offerors must be approved sources in accordance with FAR 52.209-1 prior to award. Early submission of Source Approval Requests (SARs) is strongly encouraged, as the Government will not delay award for pending SAR reviews.
- Quality Assurance: Compliance with Higher Level Contract Quality Requirements, specifically ISO 9001-2015, is mandatory.
- Marking: IUID (Item Unique Identification) and specific physical item markings are required.
- Packaging: Strict adherence to military packaging standards, including MIL-STD-129 (Revision R) and MIL-STD-2073-1 (Revision E). This includes compliance with United Nations restrictions on Wood Packaging Material (WPM), requiring debarked, heat-treated, and certified WPM.
- Transportation: The F.O.B. term is "Origin," meaning the buyer assumes responsibility at the seller's location. Vendors must contact DCMA Transportation for shipping instructions via the SIR eTool System before moving any freight.
Submission & Evaluation
- Proposals Due: March 2, 2026, 3:00 PM CST.
- Evaluation: Proposals will be evaluated solely on price (lowest total evaluated price - TEP). Completeness, price reasonableness, and balanced pricing will be reviewed.
- Proposal Acceptance: Offers must remain firm for 120 days from the submission date.
- SAR Submission: SAR packages must be submitted electronically through DoD SAFE to 29SCMS.SASPO.Workflow@us.af.mil. Questions regarding the Tinker SAR process should be directed to afsc.sb.workflow@us.af.mil.
Contacts
- Primary: Jessica Adkins (jessica.adkins.3@us.af.mil)
- Secondary: Andrea Greene (andrea.greene.2@us.af.mil)