SPEED MAC F100 MULTIPLE AWARD MULTI-YEAR 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.
In accordance with FAR 5.203(a), this announcement constitutes a Formal Synopsis for the Strategic Procurement for Engine Excellence and Delivery (SPEED) MAC IDIQ program located at Tinker AFB. This announcement also publishes a Draft Request for Proposal (RFP). All documents posted with this notice are in draft status and are subject to change. There are no restrictions to foreign participation.SPEED MAC F100 MULTIPLE AWARD MULTI-YEAR IDIQ. THIS IS A DRAFT REQUEST FOR PROPOSAL (RFP). THE GOVERNMENT IS NOT CURRENTLY SOLICITING PROPOSALS. PARTICIPATION IS VOLUNTARY AND NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION TO THE GOVERNMENT. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE.This draft Request for Proposal (RFP) is for the repair, overhaul, remanufacture and new manufacture requirements of parts for the F100-PW-220/229 Pratt and Whitney engine. This is to support US Air Force and Foreign Military Sales. The Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract will supplement Tinker Air Force Base (TAFB) essential services and manufacture of the F100-PW-220/229 engine for the OC-ALC at TAFB. This is a follow up to RFI FA812124F100MAC. https://sam.gov/FA812125F100MACAdditional Contract Details: It is anticipated that the resultant contracts will be IDIQ contracts awarded under FAR 15 with Firm Fixed Price (FFP) and Cost-Reimbursable (CR) line items. Commercial and non-commercial clauses, terms and conditions apply. Supply and service clauses and terms and conditions apply. Sole source and competitive clauses and terms and conditions apply. Orders under basic contracts will be issued in accordance with FAR 16.505.The contract ordering period will consist of ten (10) years. The basic period will be five (5) years and Option 1 will be five (5) years. Each order will state a period of performance for the supplies/services ordered. The Government intends to award a contract to all qualified sources in accordance with FAR 9.104.While the current requirement is for F100 engine parts, additional engines (such as TF33) may be added in the future. This draft RFP is issued for the purpose of communicating tentative F100-PW-220/229 requirements to industry.No funding is available currently. Funding will only be obligated on each task/delivery order awarded under the basic contracts. The minimum order for all awarded basic contracts will be the post-award conference. The anticipated RFP release date is in the February/March 2026 time frame. The Government is seeking additional feedback regarding the draft RFP FA812126R0001Draft. Potential offerors are encouraged to provide comments/questions regarding all aspects of the draft RFP. Feedback should be provided using the provided spreadsheet (Attachment_7_Question_Form.xlsx). Responses are due not later than 16 Jan 2026 at 4:00PM CST to: felicia.rogers.1@us.af.mil. Pre-Solicitation conferenceThe Government intends to host a virtual Pre-Solicitation Conference via Microsoft Teams to provide industry with an overview of the upcoming solicitation. Attendance is not a requirement, though potential offerors are highly encouraged to participate. Attendees are required to submit your company?s name, CAGE code, names of attendees and the email address of attendees not later than 4 Jan 2026 to felicia.rogers.1@us.af.mil. Each company is limited to three (3) attendees. The Pre-Solicitation Conference will take place in the second (2) week of January 2026. The final date and time will be emailed to registered attendees with the Microsoft Teams link. Offerors attending the Pre-Solicitation conference will have the opportunity to submit additional questions/comments regarding all aspects of the draft RFP. These are for new questions only. Responses are due no later than 16 January 2026, 4:00PM CST to: felicia.rogers.1@us.af.mil.Offerors may find a consolidated list of questions and the Government?s previous responses from the May 2025 RFI FA812125F100MAC at: RFI FA812125F100MAC Questions_AnswersYou are encouraged to register in the Procurement Integrated Enterprise Environment (PIEE) Solicitation module as this will be used for the official RFP.