Overhaul of F100-PW-229 Augmentor Fuel Control and Augmentor Fuel Pump
SOL #: FA8121-26-R-0007Combined Synopsis/Solicitation
Overview
Buyer
DEPT OF DEFENSE
Dept Of The Air Force
FA8121 AFSC PZAAA
TINKER AFB, OK, 73145-3303, United States
Place of Performance
Windsor Locks, CT
NAICS
Aircraft Engine and Engine Parts Manufacturing (336412)
PSC
Maintenance, Repair And Rebuilding Of Equipment: Engine Accessories (J029)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Mar 9, 2026
2
Submission Deadline
Apr 8, 2026, 8:00 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 overhaul and repair of F100-PW-229 Augmentor Fuel Control (AFC) and Augmentor Fuel Pump (AFP). This is a Small Business Set-Aside opportunity for a Firm Fixed Price Requirements-Type contract to maintain critical components for the F100-PW-229 Engine. Proposals are due by April 8, 2026.
Opportunity Details
- Title: Overhaul of F100-PW-229 Augmentor Fuel Control and Augmentor Fuel Pump
- Agency: Department of the Air Force, AFSC PZAAA
- Notice ID: FA8121-26-R-0007
- Type: Combined Synopsis/Solicitation (RFP)
- Set-Aside: Small Business
- NAICS: 336412 (Aircraft Engine and Engine Parts Manufacturing), Size Standard: 1,500 employees
- PSC: J029 (Maintenance, Repair And Rebuilding Of Equipment: Engine Accessories)
Scope of Work
The contractor will provide overhaul, repair, modification, testing, preparation for storage, and shipment services for the F100-PW-229 AFC (NSN 2915013102141NZ, PN 4070290) and AFP (NSN 2915013097888NZ, PN 4071353). This includes:
- Disassembly, cleaning, inspection, corrosion control, overhaul, installation, and testing.
- Replacement of specific parts during overhaul: Hydraulic Housing and Sequence Piston Assembly (P/N 801038-1) for AFC, and Housing Impeller (P/N 792777-2) for AFP.
- Use of Contractor Furnished Material for all repairs/overhauls.
- Compliance with all applicable Technical Orders (TOs), Directives, Government Specifications, and Drawings.
- Development and implementation of Supply Chain Risk Management (SCRM) and Continuity of Operations (COOP) plans.
- Cybersecurity protection of supply chain information.
Contract & Performance
- Contract Type: Firm Fixed Price Requirements-Type.
- Period of Performance: 1-year basic contract, with an option to extend services for up to 6 additional months.
- Place of Performance: Contractor facilities (implied, likely Windsor Locks, CT).
- Shipping: Items are to be shipped to DLA DISTRIBUTION DEPOT OKLAHOMA, TINKER AFB, OK. F.O.B. Origin is the recommended term.
- Critical Safety Items: Both the AFC and AFP are identified as Critical Safety Items (CSIs). Bidders must meet Repair Qualification Requirements (RQR) and obtain Engineering Support Activity (ESA) approval to repair these items.
Key Requirements for Bidders
- Quality Management System: Must utilize an inspection and quality management system (QMS) IAW ISO 9001 or AS9110.
- Reporting: Mandatory reporting via Commercial Asset Visibility Air Force (CAV AF) system, CEMS for serialized parts, and Contractor Manpower Reporting.
- Packaging & Marking: Strict adherence to Special Packaging Instructions (MIL-STD-2073, MIL-STD-129), Wood Packaging Material (WPM) regulations (ISPM No. 15), and Item Unique Identification (IUID) marking requirements (DFARS 252.211-7003, MIL-STD-130).
- Funds Availability: Award is contingent on the availability of funds; the Government reserves the right to cancel the solicitation.
Submission & Evaluation
- Proposal Due Date: April 8, 2026, by 3:00 PM local time.
- Pricing: Bidders must provide unit pricing for each Contract Line Item Number (CLIN) and Estimated Line Item Number (ELIN) using the Exhibit C Pricing Matrix. Proposed prices must be held firm for 120 days.
- Evaluation Factors: Award will be based on Price or Cost (Order of Importance: 01) combined with other factors.
- Contact: Daren Harmon, Contract Specialist, Daren.Harmon.4@us.af.mil.
People
Points of Contact
Daren HarmonPRIMARY
Andrea GreeneSECONDARY
Files
Versions
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Mar 9, 2026