F108 LPT STG 1 NOZZLE SEGMENT 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 (FA8122 AFSC PZAAB) has issued a Sources Sought Synopsis for the remanufacture of F108 LPT STG 1 Nozzle Segments. This is a market research effort to identify potential sources capable of restoring these critical jet engine components to a "like new condition" and to determine if the requirement can be competitively bid or set aside for small businesses. Responses are due by April 9, 2026.
Scope of Work
This opportunity involves the remanufacture of specific F108 LPT STG 1 Nozzle Segments (NSNs: 2840-01-344-9156PN, 2840-01-344-9157PN; P/Ns: 305-350-050-0, 305-350-059-0, 305-350-150-0, 305-350-159-0). The estimated repair requirements are 1100 EA for one NSN and 40 EA for another. The contractor will be responsible for furnishing all labor, materials, facilities, and equipment necessary for disassembly, cleaning, inspection, remanufacture, testing, preservation, packaging, supply chain management, logistics, forecasting, procurement of long-lead parts, and addressing obsolescence issues. All work must comply with Engine Shop Manual CFM56-2B, Service Bulletins, Component Maintenance Manuals, and applicable FAA Airworthiness Directives.
Key Requirements & Qualifications
Potential sources must possess FAA Part 45 facility certification for M56-engine components and maintain a quality system adhering to ISO 9001, AS9100, AS9110, NATO-AQAP-2070, and NATO-AQAP-2110 standards. A critical requirement is the submission of a Source Approval Request (SAR) package as specified in the Qualification Requirements (RQR-PSD-1) document. This includes a valid Company Profile with the Engineering Support Activity (ESA), detailed technical data, proposed production documents, and certifications. The government will not provide technical data; contractors must independently acquire necessary commercial technical manuals. Government Furnished Property (GFP) will be provided for remanufacture, but no Government Furnished Material (GFM).
Contract & Timeline
This is a Sources Sought Synopsis for market research purposes only; it is not a solicitation, and no contract will be awarded based on responses. The specific contract type, period of performance, and estimated value are not yet determined.
- Response Due: April 9, 2026
- Published: March 12, 2026
Eligibility & Submission
The government is interested in responses from all business sizes, including Large Business, Small Business, Small Disadvantaged Businesses (8(a)s), Service-Disabled Veteran-Owned Small Businesses, HUBZone Small Businesses, and Women-Owned Small Businesses. To participate, interested sources must select "ADD ME TO INTERESTED VENDORS" on SAM.gov and submit the required SAR package. Questions should be directed to the provided workflow email addresses.