Jet Engine Noise Suppressors including Fire Suppression Systems Repair & Installation
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 conducting a Sources Sought market survey for Jet Engine Noise Suppressors including Fire Suppression Systems Repair & Installation. This effort seeks to identify qualified sources capable of providing repairs, refurbishments, and relocations of United States Air Force (USAF) Noise Suppressors (Hush Houses) and their associated fire suppression systems. Responses to the Contractor Capability Survey are due by February 13, 2026.
Scope of Work
This requirement covers the repair, refurbishment, and relocation of 129 Jet Engine Noise Suppressors, including models A/F32A-18, A/F32T-4, A/F32T-9, A/F37T-10, A/F37T-11, A/F37T-12, and T-56 Enclosures. The scope includes:
- Repairs/Refurbishments: Restoration or replacement of parts, disassembly, cleaning, inspection, reassembly, and testing to return NSs to serviceable condition. This also involves sustaining and potentially converting Fire Suppression Systems (FSS) using approved clean agents (FK-5-1-12, water, CO2).
- Relocations: Complete disassembly, transportation, repair/refurbishment, reassembly, and testing of entire individual NSs.
- Specific Tasks: Site assessments, coordination, transportation logistics, debris removal, loading, potential storage, utility installation coordination, unloading, and verification testing. Services will be performed at USAF installations globally (CONUS and OCONUS), requiring extensive travel.
Contract & Timeline
- Type: Sources Sought / Market Research
- Anticipated Duration: Five-year contract (basic plus four option years)
- Set-Aside: None specified; the government is assessing potential set-aside decisions based on market research responses.
- Response Due: February 13, 2026, 22:00 UTC
- Published: January 28, 2026, 18:43 UTC
Key Requirements & Capabilities
Respondents should demonstrate expertise and experience in:
- General capabilities, including experience with jet engine noise suppressors and fire suppression systems.
- Repair experience, technical data generation, and production capacity.
- Quality assurance, including adherence to applicable Technical Orders (T.O.s) and a 100% compliant Quality Management System (QMS).
- Ability to meet performance standards for quality of repair (95% success rate, max one PQDR/QDR annually) and delivery (max two late deliveries annually).
- Capability to provide telephone support with specified response times (4 hours for emergencies, 8 hours for non-emergencies).
- Compliance with reporting requirements (e.g., CAV-AF) and Contract Data Requirements List (CDRL) deliverables.
Additional Notes
This is a market survey to identify potential sources and does not guarantee a future solicitation. Participation in this survey does not guarantee future solicitation participation, and no expenses will be reimbursed.
Contacts:
- Primary: Anna E. Isom (Anna.Isom@us.af.mil)
- Secondary: Wesley Hardy (wesley.hardy@us.af.mil)