Remanufacture of TF-33 Low and High-Speed Compressor Stators - MAC IDIQ
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 Sustainment Center (AFSC) is soliciting proposals for the remanufacture of TF-33 Low and High-Speed Compressor Stators and Shrouds. This will be a Firm-Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) with a 5-year period of performance. This acquisition is a Small Business Set-Aside. Proposals are due May 4, 2026, at 3:00 PM.
Scope of Work
The contractor will be responsible for the disassembly, cleaning, inspection, and remanufacture of TF33 Stators (Vanes & Shrouds) to restore them to original life expectancy. This includes specific components like the "VANE, COMPRESSOR, AIR - 8TH STAGE (P100 & P103)" and other stages, identified as Critical Safety Items (CSI). Key tasks involve adhering to technical orders (e.g., T.O. 2-1-111, 2J-TF33-53 series), ensuring defect-free products, and obtaining new replacement vanes from government-approved sources. Government Furnished Property (GFP), consisting of various TF33 stage vanes, will be provided.
Contract Details
- Contract Type: Firm-Fixed Price (FFP) IDIQ Multiple Award Contract (MAC)
- Period of Performance: 5 years (2-year basic period + 3 one-year option periods), from May 2026 to May 2031.
- Set-Aside: Small Business Set-Aside
- NAICS Code: 336412, Size Standard: 1,500 employees
- Place of Performance: The contracting office is FA8121 AFSC PZAAA in S Coffeyville, OK. Work will be performed at the contractor's facility.
- Ordering: Orders will be placed centrally by AFSC/PZAAA via Fair Opportunity Proposal Notices (FONs) to approved sources. A minimum guarantee of $500 is provided per awardee.
Qualification & Submission
- Mandatory Qualification: Offerors must be approved sources in accordance with RFO 52.209-1 and listed on AFMC 762. A comprehensive Source Approval Request (SAR) process is detailed, requiring a Company Profile and SAR package. The Government is not obligated to delay award for pending SARs.
- Proposal Due Date: May 4, 2026, at 3:00 PM. Proposals must be submitted digitally.
- Evaluation: Proposals will be evaluated based on a "Technically Qualified" factor, including past performance. The Government reserves the right to award based on initial proposals without negotiations.
Special Requirements & Deliverables
Contractors must adhere to stringent requirements including:
- Quality System: ISO 9001, AS9100, and NATO AQAP 270 standards.
- Initial Production Evaluation (IPE): Required for new contractors.
- Reporting: Various Contract Data Requirements Lists (CDRLs) are specified, covering Commercial Asset Visibility (CAV), Deficiency Reports (DR), Contract Depot Maintenance (CDM) Production Reports, Government Property (GP) Inventory, Supply Chain Risk Management (SCRM) Plans, Government Furnished Material (GFM) by NSN, and Production Surge Plans.
- Packaging & Transportation: Compliance with specific Special Packaging Instructions (SPIs) and transportation data (DD FORM 1653) is mandatory.
- Item Unique Identification (IUID): Required per MIL-STD-130N.
Contacts
- Primary: Jonathan Arias Jr (jonathan.arias.4@us.af.mil)
- Secondary: Jacob Stephens (jacob.stephens.5@us.af.mil, 4057395390)