F108 Large Tip Fuel Nozzles (Remanufacture)
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), specifically the 421st SCMS Supply Chain Management Squadron at Tinker Air Force Base, is conducting market research through a Sources Sought Synopsis (SSS) to identify potential sources for the remanufacture of F108 Large and Small Tip Fuel Nozzles. This effort aims to determine the best acquisition strategy, including potential Small Business Set-Asides. Responses are due by March 18, 2026.
Purpose
This SSS is for informational and planning purposes only; it is not a solicitation, and no contract will be awarded based on this notice. The government seeks to identify qualified sources capable of remanufacturing these critical aircraft components and to assess whether the requirement can be competitive or set aside for small businesses.
Scope of Work
The contractor will be responsible for the complete remanufacture process of F108 Large and Small Tip Fuel Nozzles, restoring them to original life expectancy. This includes furnishing all labor, materials, facilities, and equipment for repair, testing, preservation, and packaging. Key responsibilities also encompass supply chain management, logistics, forecasting, long-lead parts procurement, obsolescence management, and delivery of "like new" units. The work must be performed at a Federal Aviation Administration (FAA) Part 145 facility rated for CFM56-2B engine components, adhering to CFM56-2B Service Bulletins, Component Maintenance Manuals (CMMs), and FAA Airworthiness Directives.
Specific repair requirements include various Part Numbers (PNs) and National Stock Numbers (NSNs) such as 508P270-14 (25 ea/year), 6810184M30 (125 ea/year), 508P270-10 (25 ea/year), 6810184M33 (25 ea/year), and 6840023M8 (100 ea/year), with an estimated 800 ea/year for 6840023M7.
Technical Data & Source Approval
The government does not possess the associated technical data for this requirement, and potential sources are expected to acquire necessary data independently. Technical Orders (TOs) and CMMs (e.g., T.O. 6J8-47-3, CMM 73-11-43) are referenced in the Repair Data Lists (RDLs). Requests for TOs and engineering drawings should be directed to the Tinker AFB Public Sales Office.
Potential sources must complete and submit a Source Approval Request (SAR) package to become qualified. The SAR package, detailed in the attached Repair Qualification Requirements (RQR) document, requires a comprehensive company profile, engineering data, repair plans, and a demonstration package. SAR packages must be submitted electronically via DoD SAFE to 429SCMS.SASPO.Workflow@us.af.mil and amy.livengood@us.af.mil. Questions regarding the SAR process should be directed to the AFSC Small Business Office.
Response Requirements & Deadline
Interested sources must select the "ADD ME TO INTERESTED VENDORS" button and provide detailed business information, including company name, address, point of contact, CAGE Code, phone, email, website, NAICS Code, business size (Small, WOSB, SDB, 8(a), HUBZone, SDVOSB), Unique Entity ID (UEI), and domestic/foreign ownership status.
Responses are due by March 18, 2026. Questions regarding this post should be submitted to the provided email address, not the originator.
Contacts
- Primary: Michele Clark, Contracting Specialist, michele.clark.2@us.af.mil, 405-736-4112
- Secondary: William Loftis, Contracting Officer, william.loftis@us.af.mil, 405-734-4620