Fair Opportunity Proposal Request - F108 Module 13/15 & 14 LPT Assembly (USAF/USN) Remanufacture

SOL #: c58b3f258807474d93f489a9327bcd7aSpecial Notice

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8122 AFSC PZAAB
TINKER AFB, OK, 73145-3303, United States

Place of Performance

Place of performance not available

NAICS

Aircraft Engine and Engine Parts Manufacturing (336412)

PSC

Gas Turbines And Jet Engines, Aircraft, Prime Moving; And Components (2840)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 5, 2026
2
Action Date
Mar 2, 2026, 11:00 PM

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 seeking proposals for the remanufacture of F108 Module 13/15 and Module 14 Low Pressure Turbine (LPT) Assemblies for both USAF and USN aircraft. This is a Fair Opportunity Proposal Request (FOPR) issued under an existing Multiple Award IDIQ contract. Only government-approved sources listed on the AFMC Form 762 are eligible to bid. Proposals are due by March 2, 2026, at 5:00 PM CST.

Scope of Work

This opportunity requires the remanufacture of specific F108-100 (CFM56-2B) and F108-200 (CFM56-2A) engine modules and associated parts, including LPT Rotor and Frame Assembly Modules (#13/15) and LPT Shaft Assembly Module (#14). The goal is to restore these components to a "like new" condition, consistent with Air Force and Navy requirements. Tasks include disassembly, remanufacture (inspections, part replacement, reassembly, calibration, testing), and ensuring defect-free delivery. The contractor must perform work at a Federal Aviation Administration Part 145 facility and adhere to ISO 9001.2015/ANSI/ASQC Q92 or AS9100 quality standards.

Key Requirements & Deliverables

  • Remanufacture of F108 Mod 13/15 LPT Assembly (USAF) - Quantity: 4
  • Remanufacture of LPT Stage 1 Blades – F108 Mod 13/15 LPT Assembly (USAF) - Quantity: 420 (105 blades per Module)
  • Requested delivery schedule: 12 each every 30 calendar days, after receipt of order or assets.
  • Compliance with various Service Bulletins and Airworthiness Directives.
  • Contractor-furnished parts; Government-furnished property (GFP) will be shipped for remanufacture.

Contract Details

  • Contract Type: Firm Fixed Price (FFP) delivery orders under a Multiple Award IDIQ.
  • The government intends to split the award into multiple delivery orders but reserves the right to award a single order.
  • Funds are not presently available; obligation is contingent upon appropriated funds.
  • Set-Aside: None specified; eligibility is restricted to government-approved sources.

Submission & Evaluation

  • Proposal Due Date: March 2, 2026, 5:00 PM CST.
  • Submission: Proposals must be emailed to Brock May (brock.may@us.af.mil) and Brad Bonsall (bradley.bonsall@us.af.mil).
  • Eligibility: Offerors must be listed as approved sources on the AFMC Form 762.
  • Evaluation Criteria: Delivery Schedule Compliance (more important) and Price (completeness, reasonableness, balance).
  • Offerors must use the attached Ordering Procedures and complete the Pricing Matrix (Attachment 1).
  • The government expects to award without interchanges; offerors should submit their best offer initially.
  • Proposal validity period: Minimum of 90 days after FOPR closing date.
  • Intent to notify awardees: On or before March 31, 2026 (notional).

Reporting & Logistics

  • CDRLs: Include Commercial Asset Visibility (CAV) Reporting, CDM Monthly Production Report, CEMS Reporting, and other data items (A001-A009).
  • DIDs: Specific instructions for the "Interim Contractor Support (ICS) Parts Usage and Maintenance Data Collection Report" (DI-ILSS-81226).
  • Packaging: Adherence to MIL-STD-129 and MIL-STD-2073-1, including WPM restrictions.
  • Transportation: Vendors must contact DCMA Transportation prior to shipment for instructions, especially for FOB Origin, FMS, and OCONUS/Export movements. Ship-to address is primarily DLA DISTRIBUTION DEPOT OKLAHOMA at TINKER AFB, OK.

Contact Information

People

Points of Contact

Brad BonsallSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Special Notice
Posted: Feb 5, 2026
Fair Opportunity Proposal Request - F108 Module 13/15 & 14 LPT Assembly (USAF/USN) Remanufacture | GovScope