BQM-34S Engine Repair, Overhaul and Conversion
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 United States Navy (USN), in support of the BQM-34S Subsonic Aerial Target program, is conducting a Request for Information (RFI) to identify companies capable of repairing, overhauling, and testing General Electric (GE) J85-GE-100 turbojet engines, and converting J85-GE-5 engines into the J85-GE-100 configuration. This capability is required by 2026 to maintain the BQM-34S engine inventory in a 'Ready for Issue' status. Responses are due May 8, 2026, by 17:00 EDT.
Scope of Work
The USN seeks information on capabilities to:
- Inspect, repair/refurbish, and perform post-repair acceptance testing on Government-owned J85-GE-5 and J85-GE-100 engines.
- Convert Government-provided J85-GE-5 turbojet engines into the J85-GE-100 configuration, potentially using the PPC-50 document.
- Source parts for J85 engines and utilize J85 repair manuals and procedures.
- Handle and store classified information up to Secret material.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought
- Set-Aside: None designated for this RFI; however, respondents are asked to provide their business type (e.g., large, small, 8(a), HUBZone) based on NAICS code 336419 (Other Guided Missile and Space Vehicle Parts Auxiliary Equipment Manufacturing).
- Response Due: May 8, 2026, 17:00 EDT
- Published: April 8, 2026
- Applicable Regulations: Buy American Act provisions will apply to any future program.
Requested Information
Interested parties must submit a Statement of Capabilities (white paper) addressing their ability to support these activities, including existing facilities, throughput rates, J85 engine experience, timelines for standing up capabilities, access to spare parts, Acceptance Test Procedures (ATP), need for Government-furnished property/information/tooling, and plans for managing workload and supplier relationships.
Submission Details
- Format: White paper in Microsoft Word or .pdf format.
- Submission Method: Email to marianne.g.wild.civ@us.navy.mil.
- Content: Section 1 for administrative information (contact, contracting strategy, business type, NDA status) and Section 2 (limited to 50 pages) addressing the requested capabilities.
- Proprietary Information: Must be minimized and clearly marked. Respondents may need to sign Proprietary Data Protection Agreements (PDPAs) with USN support contractors (e.g., Tekla) for review purposes.
Additional Notes
This is an RFI only for planning purposes and does not constitute an RFP or a commitment to contract. The Government will not pay for response costs. Not responding does not preclude future participation. Questions must be submitted in writing via email to the Contracting Officer, Marianne Wild, and answers will be posted on SAM.gov.