Fair Opportunity Proposal Request - F108 Module 13/15 & 14 LPT Assembly (USAF/USN) Remanufacture
SOL #: 8b7a8ed9084b45d0a628043e2b3501c8Special 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
Original Source
Timeline
1
Posted
Feb 12, 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 (FA8122 AFSC PZAAB) has issued a Fair Opportunity Proposal Request (FOPR) for the remanufacture of F108 Module 13/15 and Module 14 Low Pressure Turbine (LPT) Assemblies and associated LPT Stage 1 Blades for both USAF and USN aircraft. This opportunity is issued under an existing Multiple Award IDIQ contract. Proposals are due by March 2, 2026, at 5:00 pm CST.
Scope of Work
This FOPR requires the remanufacture of specific F108 engine modules and parts, restoring them to a “like new” condition consistent with Air Force and Navy requirements. The scope includes:
- Remanufacture of F108 Module 13/15 LPT Assembly (USAF) (Quantity: 4)
- Remanufacture of LPT Stage 1 Blades – F108 Mod 13/15 LPT Assembly (USAF) (Quantity: 420, or 105 blades per module)
- Remanufacture of F108-100 (CFM56-2B) and F108-200 (CFM56-2A) LPT Rotor and Frame Assembly Module #13/15 and Module #14, and LPT Union of Assemblies Module. The work involves disassembly, inspection, remanufacture, reassembly, testing, and verification. Performance standards require defect-free delivery, adherence to ISO 9001:2015/AS9100 quality, and compliance with CFM56-2B Engine Shop Manual (ESM) and service bulletins. Remanufacture must occur at an FAA Part 145 facility.
Contract Details
- Contract Type: Multiple, Firm Fixed-Price (FFP) delivery orders issued against an existing Multiple Award IDIQ contract. The government reserves the right to award a single delivery order.
- Set-Aside: None specified. Eligibility is restricted to government-approved sources listed on the AFMC Form 762. Offerors must also submit an acceptable proposal to solicitation FA8122-26-R-0007.
- Funding: Funds are not presently available; obligation is contingent upon the availability of appropriated funds.
- Delivery Schedule: Specific schedules are outlined, including 12 Air Force Module 13/15 units every 30 days, 1 Navy Module 13/15 unit every 60 days, 7 Air Force Module 14 units every 30 days, and 1 Navy Module 14 unit every 60 days after receipt of order or assets.
Submission & Evaluation
- Proposal Due Date: March 2, 2026, 5:00 pm CST.
- Submission: Proposals must be submitted to Brock May (brock.may@us.af.mil) and Brad Bonsall (bradley.bonsall@us.af.mil).
- Evaluation Criteria: Award eligibility, delivery schedule compliance (more important), and price (completeness, reasonableness, and balance). Offerors are encouraged to submit their best offer initially and must complete, sign, and date the attached Pricing Matrix.
- Proposal Validity: Proposals must be valid for a minimum of 90 days after the FOPR's closing date.
Key Amendments & Notes
- The National Stock Number (NSN) for LPT Stage 1 Blades (CLIN 0001AB) has been corrected to 2840-01-466-7430. This amendment does not alter the FOPR response time.
- Guidance on LPT Stage 1 Blade acquisition and pricing clarifies that contractors shall acquire parts from approved vendors or government inventory. If blades are unavailable from Fedmall, offerors should provide a firm fixed price based on OEM pricing, with adjustments possible at the order level.
- Offerors not intending to submit a proposal are required to provide written notification and rationale for a no-bid.
- Required attachments include the Statement of Work (SOW), Ordering Procedures, Contract Data Requirements List (CDRLs), Data Item Descriptions (DIDs), Packaging Requirements, Transportation Data, and a Pricing Matrix.
People
Points of Contact
Brock MayPRIMARY
Brad BonsallSECONDARY
Files
Versions
Version 1Viewing
Special Notice
Posted: Feb 12, 2026