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 (AFSC PZAAB) is soliciting proposals for the remanufacture of F108 Module 13/15 & 14 Low Pressure Turbine (LPT) Assemblies for both the USAF and USN. This is a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ), Firm Fixed-Price contract. The acquisition is UNRESTRICTED. Proposals are due March 2, 2026, at 5:00 PM CST.
Scope of Work
This opportunity requires the remanufacture of F108-100 (CFM56-2B) Low Pressure Turbine Rotor and Frame Assembly Module 13/15 and F108-200 (CFM56-2A) Low Pressure Turbine Union of Assemblies Module. The objective is to restore these components to a condition as close as possible to their original life expectancy, adhering to Air Force and Navy requirements.
Key aspects include:
- Detailed procedures for disassembly, remanufacture, reassembly, inspection, and replacement of parts, including Life Limited Parts (LLPs).
- Compliance with various technical orders, service bulletins, and airworthiness directives.
- Specific requirements for both Air Force and Navy modules, such as distinct pre-twist angles for LPT blades and abradable honeycomb seals.
- Cleaning and Non-Destructive Inspection (NDI) of the Navy Rear Turbine Frame (RTF).
- Contractor Furnished Material (CFM) is required for all remanufacture and/or replacement parts.
- Units determined to be beyond repairable limits will have costs for work performed prior to determination included in the unit price; condemned units will not be counted as production.
Contract Details
- Contract Type: Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ), Firm Fixed-Price.
- Period of Performance: Anticipated 60 months, consisting of five one-year Ordering Periods, from March 31, 2026, to March 30, 2031.
- Maximum Quantities: MOD 13/15 USAF: 550 EA; MOD 13/15 USN: 43 EA; MOD 14 USAF: 550 EA; MOD 14 USN: 43 EA.
- Place of Performance: Contractor's FAA Part 145 facility.
- Delivery Schedule: USAF Module 13/15: 12 each every 30 days; Navy Module 13/15: 1 each every 60 days; USAF Module 14: 7 each every 30 days; Navy Module 14: 1 each every 60 days (after receipt of assets).
Submission & Evaluation
- Offer Due Date: March 2, 2026, 5:00 PM CST.
- Evaluation: Initial IDIQ contracts will be evaluated based on technical acceptability as the sole factor. Pricing will be requested on subsequent proposals through Fair Opportunity Releases (FOPRs), where evaluation will consider Delivery Schedule Compliance (more important) and Price.
- Eligibility: This is an UNRESTRICTED acquisition. 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 outlines the process for obtaining Engineering Support Activity (ESA) approval for critical propulsion items.
- NAICS Code: 336412, Size Standard: 1,500 employees.
Special Requirements & Notes
- Contractors must possess an FAA Part 145 facility rating and adhere to ISO 9001.2015/AS9100 quality standards.
- Government Furnished Property (GFP) will be provided for remanufacture.
- Bidders must acquire commercial technical manuals for repair data, as government-provided data is not available for several parts.
- Extensive reporting requirements are outlined in the Contract Data Requirements List (CDRLs), including CAV Reporting, CDM Monthly Status, CEMS Reporting, and a Counterfeit Prevention Plan.
- Specific packaging and transportation requirements must be followed, including Wood Packaging Material (WPM) compliance and DCMA transportation instructions.
- An Ombudsman has been appointed to address concerns during the proposal development phase. A Post Award Conference is required within 45 days after contract award.
Contact Information
- Primary: Brock May (brock.may@us.af.mil, 405-734-5462)
- Secondary: Brad Bonsall (bradley.bonsall@us.af.mil)