Remanufacture F108 Turbine Clearance Control Valve
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, AFSC/PZAAB, is seeking the remanufacture of F108 Turbine Clearance Control Valves (NSN: 4810-01-460-3279PN). This is a sole source requirement to AAR Corp., but other responsible sources may submit proposals. However, approved Source Approval Request (SAR) is mandatory prior to award, and award will not be delayed pending SAR approval. This is a Critical Safety Item (CSI). Proposals are due by March 20, 2026.
Scope of Work
This acquisition requires the remanufacture of F108 Turbine Clearance Control Valves to restore them to near original life expectancy. The scope includes disassembly, cleaning, inspection, and remanufacture. The selected contractor must operate an FAA Part 145 facility rated for CFM56-2A and CFM56-2B engine components. The contractor will provide all necessary materials, with the exception of Government Furnished Modules. Government Furnished Property (GFP) includes 500 TCC Valve Assemblies (P/N 7061M31G05) to be used "as-is."
Contract Details
- Contract Type: Firm-Fixed-Price (FFP) Requirements contract.
- Period of Performance: A 1-year basic ordering period with four 1-year options, totaling a 5-year ordering period.
- Set-Aside: Sole Source to AAR Corp. (CAGE 5KM29).
- Effective Date: On or after September 18, 2025.
Submission & Evaluation
- Proposal Due Date: March 20, 2026, 6:30 PM UTC.
- Evaluation: Award will be based on price as the sole evaluated factor, considering reasonableness, completeness, balanced pricing, price realism, and Total Evaluated Price (TEP).
- Eligibility: Vendors must have an approved Source Approval Request (SAR) prior to award. Additionally, vendors must be registered in SAM and SPRS with a current NIST SP 800-171 assessment score of 110 or a Plan of Action Completion.
Reporting & Compliance
The contractor will be responsible for extensive reporting, including daily status updates via the Commercial Asset Visibility Air Force (CAV AF) system, monthly production reports, annual Government Property inventory reports, and various deficiency and test/inspection reports. Compliance with safety standards (MIL-STD-882D, AFI 91-301, AFI 91-204), GFP/GFM management, and a Counterfeit Prevention Program (CPP) is mandatory. Packaging must adhere to MIL-STD-2073-1 and MIL-STD-129, including ISPM 15 for wood packaging material.
Contact Information
- Primary Point of Contact: Shannon Reed (shannon.reed.8@us.af.mil)
- Secondary Point of Contact: Brad Bonsall (bradley.bonsall@us.af.mil)