Joint Propeller Sustainment Solution (JPSS)
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, AFLCMC WLNKA, has issued a Combined Synopsis/Solicitation (RFP FA8504-26-R-0001) for the Joint Propeller Sustainment Solution (JPSS). This unrestricted acquisition seeks a contractor to provide sustaining engineering, logistics, maintenance, technical, and overhaul repair services for the Dowty R391 propeller system on all variants of the C-130J aircraft. The solution will support the U.S. Air Force, Naval Air Systems Command (including U.S. Navy and Marine Corps), U.S. Coast Guard, and Foreign Military Sales (FMS) customers, with a primary place of performance in Sterling, VA, and global FSR support. The contract is an Indefinite Delivery Indefinite Quantity (IDIQ) with a 10-year period of performance (5-year basic, 5-year option), a maximum value of $6 billion, and a minimum of $1,000. Proposals are due January 7, 2026, at 3:30 PM.
Scope of Work
The contractor will provide comprehensive support for the Dowty R391 propeller system, including Line Replaceable Units (LRU) and O-level parts supply. Key services encompass:
- Unit, Supply, and Depot Support Services: Including materials and services for propulsion sustainment in peacetime and contingency operations.
- Sustaining Engineering & Technical Services: Covering recurring and non-recurring tasks.
- Program Management Support.
- Packaging, Handling, Storage, and Transportation (PHS&T).
- Field Service Representative (FSR) Support: At various USAF, USCG, and USMC sites globally.
- Depot and Excluded Repairs.
- Supply Chain Management.
- Technical Data Provision and Access.
- Maintenance Data and Record Keeping.
- Training Services.
- Public Private Partnerships (PPP) Support. Performance will be measured against metrics such as Ready for Install/Issue Propellers (minimum 60%), Material Availability (95-85%), Critical Item Management, Depot Turnaround Times, Quality Product, Engineering Services Response Time, Safety and Reliability, and 100% on-time CDRL delivery.
Contract Details
- Contract Type: Indefinite Delivery Indefinite Quantity (IDIQ)
- Period of Performance: 10 years (5-year basic, 5-year option)
- Maximum Value: $6,000,000,000.00
- Minimum Value: $1,000.00
- Set-Aside: None (Unrestricted)
- NAICS Code: 336412 (Aircraft Components and Accessories Manufacturing)
- Size Standard: 1,500 employees
- DPAS Rating: DO
Submission & Evaluation
Proposals are requested via Request for Proposal (RFP). Offerors must adhere to detailed pricing instructions, including requirements for certified cost/pricing data or commerciality assertions, and submission of an unlocked Excel electronic cost model. Compliance with DFARS 252.232-7006 for Wide Area WorkFlow Payment Instructions is mandatory for each task order. Evaluation criteria will be provided in the solicitation.
Key Attachments & Requirements
Bidders must review several attachments, including:
- Performance Work Statement (PWS): Outlining detailed service requirements and performance standards.
- DD Form 1423 (CDRLs): Specifying data deliverables.
- DD Form 1653 (Transportation): Detailing F.O.B. terms, transportation clauses, and FMS/OCONUS shipment requirements.
- AFMC Form 158 & Special Packaging Instructions: For specific packaging and marking standards (MIL-STD-2073-1, MIL-STD-129).
- GFP Attachment: Listing Government Furnished Property.
- Pricing Instructions: Guiding cost proposal preparation.
- Wage Determinations: For various geographic locations (e.g., Sterling VA, Ft Worth TX, Little Rock AR, etc.), crucial for labor cost calculations under the Service Contract Act.
Points of Contact
- Primary: Megan Salter (megan.salter@us.af.mil)
- Secondary: Erica Carter (erica.carter.3@us.af.mil)