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 for the remanufacture of F108 Large Tip Fuel Nozzles (Standard Flow). This is a Firm Fixed Price (FFP) Requirements contract with a 1-year basic ordering period and four 1-year options, totaling 5 years. The acquisition is competitive, with award based on the Lowest Total Evaluated Price (TEP). Proposals are due May 8, 2026, at 3:00 PM Central Daylight Savings Time.
Scope of Work
The contractor will be responsible for the complete remanufacture of F108 Large and Small Tip Fuel Nozzles, restoring them to near original life expectancy. This includes disassembly, cleaning, inspection, and remanufacture. Small Tip Fuel Nozzles will be modified to a Large Tip configuration. Key requirements include:
- Operating an FAA Part 145 facility rated for CFM56-2B engine components.
- Providing Contractor Furnished Material (CFM); no Government Furnished Material (GFM) will be provided.
- Adhering to a Quality System compliant with ISO 9001.2000/ANSI/ASQC Q92 standards and implementing a Counterfeit Prevention Plan (SAE AS5553, DoD).
- Compliance with CFM56-2B Service Bulletins, Component Maintenance Manuals (CMMs), and FAA Airworthiness Directives.
- Meeting specific packaging, marking, and transportation requirements, including Wood Packaging Material (WPM) compliance and contacting DCMA Transportation for shipping instructions.
Contract Details
- Contract Type: Firm Fixed Price (FFP) Requirements Contract
- Duration: 5 years (1 base year + 4 option years)
- Set-Aside: None specified
- Product Service Code: 2915 (Engine Fuel System Components, Aircraft And Missile Prime Movers)
- Place of Performance: Contractor's facility (Government Furnished Property will be shipped to the contractor).
Evaluation & Submission
Award will be made to the Offeror with the Lowest Total Evaluated Price (TEP). Price is the only evaluated factor. Offerors must be compliant with the Statement of Work (SOW) and Instructions to Offeror (ITO), providing evidence of qualification per FAR 52.209-1.
- Mandatory: Complete the Pricing Matrix (Attachment 1) for all ordering periods (CLINs 0001-4001, 0002-4002, 0003-4003, 0004-4004). Incomplete pricing may lead to unfavorable evaluation.
- Critical: For repair of Critical Safety Items (CSI) & Critical Application Items (CAI), vendors must follow the Repair Qualification Requirements (RQR) process, including submitting a Source Approval Request (SAR) and Company Profile.
- Reporting: Extensive reporting is required, including daily Commercial Asset Visibility (CAV) reporting, monthly production reports, annual Government Property (GP) inventory reports, and a Counterfeit Prevention Plan.
- Proposal Due: May 8, 2026, 3:00 PM Central Daylight Savings Time.
- Submission: Electronically to Michele Clark (michele.clark.2@us.af.mil) or William Loftis (william.loftis@us.af.mil).