F108 Module 13/15 & 14 LPT Assembly (USAF/USN) 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 Module 13/15 & 14 Low Pressure Turbine (LPT) Assemblies for both USAF and USN. This is an UNRESTRICTED, competitive acquisition for qualified sources, leading to a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ), Firm Fixed Price contract. An amendment has corrected National Stock Numbers (NSNs) and added inspection details. Proposals are due March 2, 2026, by 5:00 PM CST.
Scope of Work
This opportunity requires the remanufacture of F108 Module 13/15 and F108 Module 14 LPT Shaft Assemblies, restoring them to their original life expectancy in compliance with CFM56-2B/2A Engine Shop Manuals and Service Bulletins. The work includes inspections, part replacements, reassembly, adjustments, calibrations, and USAF-approved modifications. Contractors must provide all Contractor Furnished Material (CFM) and perform work at an FAA Part 145 facility. Specific requirements include "as new" condition for LPT blades and replacement of abradable honeycomb seals for Module 13/15, and re-identification of part numbers for Module 14. Government Furnished Property (GFP) will be provided, including various Turbine Assemblies and Shafts.
Contract Details
- Contract Type: Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ), Firm Fixed Price.
- Period of Performance: Five one-year ordering periods, anticipated from March 31, 2026, to March 30, 2031 (60 months).
- Maximum Quantities:
- MOD 13/15 USAF: 550 EA
- MOD 13/15 USN: 43 EA
- MOD 14 USAF: 550 EA
- MOD 14 USN: 43 EA
- Delivery Schedule: Varies by module and service, e.g., USAF Module 13/15 requires 12 units every 30 days.
- Technical Data: Bidders must acquire commercial technical manuals; no government-provided technical data will be supplied.
- Reporting: Extensive Contract Data Requirements List (CDRLs) include CAV, CDM, CEMS, and ICS Parts Usage reports.
- Packaging & Transportation: Adherence to MIL-STD-2073-1, MIL-STD-129, and Wood Packaging Material (WPM) compliance is mandatory. DCMA transportation instructions apply.
Eligibility & Evaluation
- Set-Aside: UNRESTRICTED.
- NAICS Code: 336412, Size Standard: 1,500 employees.
- Qualification: Offerors must be qualified as an approved source per FAR 52.209-1 and listed on the AFMC 762. The "Repair Qualification Requirements (RQR)" document details the process for obtaining Engineering Support Activity (ESA) approval, which involves submitting a comprehensive company profile and Source Approval Request (SAR) package.
- Evaluation for IDIQ Award: Technical acceptability is the sole factor.
- Evaluation for Subsequent Delivery Orders: Delivery Schedule Compliance (more important) and Price.
Submission & Deadlines
- Proposal Due Date: March 2, 2026, 5:00 PM CST.
- Contact: Brock May (Primary), brock.may@us.af.mil, 405-734-5462.