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 Department of the Air Force is soliciting proposals (Solicitation FA812226R0008) for the remanufacture of F108 Large Tip Fuel Nozzles (Standard Flow) and the modification/remanufacture of Small Tip Fuel Nozzles to Large Tip configuration. This is a Firm Fixed Price (FFP) Requirements contract with a 5-year ordering period. The acquisition is competitive, with award based on the Lowest Total Evaluated Price. Proposals are due by Wednesday, May 14, 2026, at 3:00 PM CDT.
Scope of Work
The contractor will perform disassembly, cleaning, inspection, and remanufacture of F108 Large and Small Tip Fuel Nozzles, restoring them to near original life expectancy. This includes modifying Small Tip nozzles to a Large Tip configuration. All materials for remanufacturing must be Contractor Furnished Material (CFM), with no Government Furnished Material (GFM). Government Furnished Property (GFP) will be shipped to the contractor for remanufacturing. Remanufactured components must be interchangeable without alterations.
Eligibility & Qualification
Offerors must possess a Federal Aviation Administration (FAA) Part 145 facility rating for CFM56-2B engine components and have the necessary technical data, repair documents, and license agreements. A critical requirement is obtaining Engineering Support Activity (ESA) approval through the Repair Qualification Requirements (RQR) process for Propulsion Critical Safety Items (CSI) & Critical Application Items (CAI). This involves submitting a comprehensive Company Profile and a Source Approval Request (SAR) package. Offerors must provide evidence of qualification in accordance with FAR 52.209-1.
Contract Details
- Contract Type: Firm Fixed Price (FFP) Requirements Contract
- Duration: One 1-year basic ordering period and four 1-year option periods, totaling 5 years (60 months).
- Set-Aside: No specific set-aside is designated for this opportunity. However, a 10 percent price evaluation preference for HUBZone small business concerns is noted in the incorporated clauses (FAR 52.219-4).
- Place of Performance: Contractor's facility.
- Product Service Code: 2915 (Engine Fuel System Components, Aircraft And Missile Prime Movers)
Submission & Evaluation
Award will be made to the Offeror with the Lowest Total Evaluated Price (TEP), as price is the only evaluated factor. Proposals must be compliant with the Statement of Work (SOW) and Instructions to Offeror (ITO). Offerors must complete the Pricing Matrix (Attachment 1), ensuring all ordering periods are priced. An incomplete Pricing Matrix may result in an unfavorable evaluation. Proposals must be submitted electronically. The solicitation incorporates Revolutionary FAR Overhaul (RFO) provisions and clauses.
Reporting & Logistics
The contract requires adherence to a comprehensive set of reporting and logistical requirements, including:
- Quality System: Adherence to ISO 9001.2000/ANSI/ASQC Q92 standards and a Counterfeit Prevention Plan (CPP) per SAE AS5553.
- Compliance: With CFM56-2B Service Bulletins, Component Maintenance Manuals (CMMs), and FAA Airworthiness Directives.
- Data Deliverables (CDRLs): Commercial Asset Visibility (CAV) Reporting (daily), Contract Depot Maintenance (CDM) Monthly Production Reports, Government Property (GP) Inventory Reports (annually), Test/Inspection Reports, and a Counterfeit Prevention Plan.
- Packaging: Compliance with MIL Long Line Packaging, MIL-STD-129, MIL-STD-2073-1, DAFI 24-602, and WPM regulations.
- Transportation: Adherence to DD Form 1653, including F.O.B. Origin and F.O.B. Destination terms, and specific FAR clauses.
Contact Information
- Primary: Michele Clark, Contracting Specialist (michele.clark.2@us.af.mil, 4057364112)
- Secondary: William Loftis, Contracting Officer (william.loftis@us.af.mil, 4057344620)