F139-PW4062-100 SPARE ENGINE CORE PROCUREMENT
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 issuing a Request for Information (RFI) to identify potential sources capable of procuring F139-PW4062-100 spare engine cores for the KC-46A fleet. The requirement is for twelve (12) spare core engines, with an option for an additional seven (7). This RFI is for market research purposes only and does not constitute a solicitation. Responses are due by March 12, 2026, at 12:00 PM CST.
Purpose & Scope
This RFI seeks information and comments from interested sources for the procurement, preservation, wrapping, and shipping of F139-PW4062-100 spare core engines to Tinker AFB, Oklahoma, where Engine Build Up (EBU) will occur. The objective is to acquire zero-time spare engines (core only) produced to the same standard as those used for KC-46A production aircraft, in the most current configuration. Separate procurements will cover Quick Engine Change (QEC) components, EBU, Inlet Cowl, and Engine Trailer/Cradle. Contractors must be FAR Part 145 certified or capable of certification and comply with airworthiness requirements for the KC-46A and F139-PW4062-100.
Anticipated Contract Details
The anticipated contract type is an Indefinite Delivery Indefinite Quantity (IDIQ), with an expected period of performance of a three (3) year base period and two (2) one-year options. No set-aside has been specified for this RFI.
Submission Requirements
Interested parties are requested to provide capability statements addressing specific questions related to manufacturing/procurement capacity, delivery times, testing concerns, FAA airworthiness compliance, and relevant experience. Submissions should be in writing (email preferred); no telephone calls will be accepted.
Points of Contact
- Primary: Sacia Fowler (sacia.fowler@us.af.mil, 405-582-0228)
- Secondary: Chelsie Hannah (chelsie.hannah@us.af.mil, 312-339-4438)