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 (FA8122 AFSC PZAAB) is soliciting proposals for the remanufacture of F108 Module 13/15 and F108 Module 14 Low Pressure Turbine Shaft Assemblies for both the USAF and USN. This is a competitive, UNRESTRICTED acquisition under a Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ), Firm Fixed Price (FFP) contract. Proposals are due by March 2, 2026, at 5:00 PM (CST).
Scope of Work
This opportunity, Solicitation FA8122-26-R-0007, requires the remanufacture of F108-100 (CFM56-2B) LPT Rotor and Frame Assembly Module #13/15 and Module #14, and F108-200 (CFM56-2A) LPT Union of Assemblies Module. The goal is to restore these components to a condition as close as possible to their original life expectancy, adhering to CFM56-2B/2A Engine Shop Manuals and Service Bulletins. Work includes inspections, part replacements, reassembly, adjustments, calibrations, and USAF-approved modifications. Specific requirements include the replacement of Stage I Blades for Module 13/15 and the inclusion of No. 4 Bearing remanufacture for Module 14.
Contract Details
- Contract Type: Multiple Award Indefinite Delivery, Indefinite Quantity (IDIQ), Firm Fixed Price (FFP).
- Period of Performance: Anticipated 60 months, consisting of five one-year ordering periods (March 31, 2026, to March 30, 2031).
- Set-Aside: UNRESTRICTED.
- NAICS Code: 336412 (Aircraft Engine and Engine Parts Manufacturing), Size Standard: 1,500 employees.
- Place of Performance: S Coffeyville, OK, and contractor's FAA Part 145 facility.
Key Requirements & Deliverables
- Contractor Furnished Material (CFM): Required for all remanufacture and/or replacement parts.
- Approved Source: 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.
- Quality System: Adherence to ISO 9001.2015/ANSI/ASQC Q92 or AS9100 standards.
- Technical Data: Commercial technical manuals apply; government-provided data is not available for specific part numbers (e.g., 301-316-158-0, 305-482-303-0).
- Government Furnished Property (GFP): Specific Turbine Assemblies and Shafts will be provided by the government.
- Reporting: Includes Commercial Asset Visibility (CAV), Contract Depot Maintenance (CDM) Monthly Status, Comprehensive Engine Management System (CEMS), and Interim Contractor Support (ICS) reports.
- Packaging & Transportation: Compliance with MIL-STD-2073-1 and MIL-STD-129, and adherence to DCMA transportation instructions.
Submission & Evaluation
- Proposal Due Date: March 2, 2026, 5:00 PM (CST).
- Evaluation for IDIQ Award: Based solely on technical acceptability.
- Evaluation for Delivery Orders: Pricing will be requested through Fair Opportunity Proposal Releases (FOPRs), with evaluation factors including Delivery Schedule Compliance (more important) and Price.
Important Notes
- An Ombudsman has been appointed for concerns during proposal development.
- A Post Award Conference is required within 45 days of contract award.
- Contact Brock May at brock.may@us.af.mil or 405-734-5462 for primary inquiries.