REVISED Lycoming Engines Overhaul & Parts
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 Federal Bureau of Investigation (FBI) is conducting market research through a Sources Sought notice to identify qualified sources for Lycoming engine 'customer overhaul' services and OEM/FAA compliant parts for its fleet of Cessna G1000 aircraft. This is for planning purposes only and is not a formal solicitation. Responses are due by February 19, 2026, at 10:00 a.m. CST.
Scope of Work
The contractor shall provide specific 'Customer Overhaul' services for Lycoming engines, including models TIO-540-AJ1A, IO-540-AB1A5, and IO-540-AC1A5, used in the FBI's Cessna G1000 aircraft (Cessna 182, T206H, 206H). Key requirements include:
- Overhaul to Lycoming Service Bulletin (SB) 240W or greater standards.
- Specific configurations such as electronic magnetos, fine wire spark plugs, exhaust with EGT probe holes, and roller lifters.
- Return of case halves and crankshaft.
- Provision of all documents related to customer overhaul requests, including ET001 Documentation, AD compliance list, 8130 Parts tag, and Logbook Stick with Time identified.
- Supply of OEM and FAA compliant engine accessory parts upon request.
- Overhaul turnaround time not to exceed 2 months from delivery.
Contract & Timeline
- Opportunity Type: Sources Sought / Request for Information (RFI)
- Anticipated Contract Type: Firm Fixed Price
- NAICS Code: 336412 – Aircraft Engine and Engine Parts Manufacturing (Size Standard: 1,550 employees)
- Set-Aside: None specified (market research, all businesses encouraged to respond)
- Response Due: February 19, 2026, 10:00 a.m. CST
- Published: February 6, 2026
Submission Requirements
Vendors must address three components within their submittal, limited to 25 pages (excluding cover page), 12pt Times New Roman font, 1-inch margins:
- Company Information: Unique Entity ID, Cage Code, SAM.gov status, business size (8a, WOSB, VOSB, etc.), point of contact details, primary NAICS on previous contracts, years in business, and past performance on similar projects.
- Requirements/Scope: Capabilities covering all requirements detailed in the Statement of Work (SOW) dated February 6, 2026.
- Submission: Email capabilities statements and responses to Andrea Dailey (amdailey@fbi.gov) and Melissa Golicz (mgolicz@fbi.gov).
Additional Notes
This is for market research purposes only; a formal solicitation will be announced separately. Information provided is voluntary and at no cost to the Government. Contact with Government personnel is restricted to the Contract Specialist or Contracting Officer.