T56 Series 3.0/-15 and 3.5/-15A Joint Follow on Contract
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 Air Force Sustainment Center (AFSC) at Tinker AFB is soliciting a Small Business Set-Aside for a T56 Series 3.0/-15 and 3.5/-15A Joint Follow-on Contract. This is a competitive Multiple Award Contract (MAC), firm-fixed price, Indefinite Delivery Indefinite Quantity (IDIQ) for depot-level repair and overhaul of T56 engines and components for USAF, USN, and FMS. The contract has a 10-year potential (1x5-year basic, 1x5-year option). Proposals are due May 22, 2026, at 3:00 PM CT.
Scope of Work
Services include disassembly, cleaning, inspection, repair, overhaul, modification, packaging, handling, shipping, transportation, and material management for T56 Series 3.0 and 3.5 engines, Quick Engine Change (QEC), Power Sections, and components. Performance standards include 95% on-time delivery and specific warranty/quality metrics.
Contract Details
- Type: Firm-Fixed Price, IDIQ, Multiple Award Contract.
- Duration: 10 years (5-year base + 5-year option).
- Set-Aside: Small Business Set-Aside (NAICS 336412, size standard 1,500).
- Minimum Guarantee: $500 for a virtual post-award conference.
- Funding: Contingent upon availability of appropriated funds.
Qualification & Evaluation
- Mandatory Qualification: Offerors must be "Technically Qualified" by meeting Repair Qualification Requirements (RQR) and being listed on the AFMC 762, or by submitting a Source Approval Request (SAR) package. Rolls Royce certification is required.
- Evaluation Factors: Technical qualification, adherence to all solicitation requirements, and past performance. Award may be made without negotiations.
- Ordering: Task orders will be issued via Fair Opportunity Proposal Notices (FONs), with price always being a factor.
Key Requirements for Bidders
- Submission: Digital proposals via email.
- Technical Compliance: Adherence to USAF Technical Orders (TOs) and Time Compliance Technical Orders (TCTOs). Access to militarily critical technical data requires DD Form 2345.
- Government Property: Strict management and reporting of Government Furnished Material (GFM) and Equipment (GFE) via Commercial Asset Visibility Air Force (CAV AF) and CEMS.
- Logistics: Compliance with MIL-STD-129, MIL-STD-2073-1, and specific Special Packaging Instructions (SPIs). F.O.B. Origin is recommended.
- Personnel & Quality: Minimum personnel skill requirements are specified. Quality assurance provisions include ISO 9001/AS 9100.
- Supply Chain Risk Management (SCRM): A SCRM plan (max 10 pages) addressing Continuity of Operations (COOP), Foreign Influence, and Cybersecurity is required.
Deadlines & Contacts
- SCRM Plan Due: November 5, 2024.
- Proposal Due: May 22, 2026, 3:00 PM CT.
- Primary Contact: Ms. Kawika Tse Ah Lo (kawika.ah_lo@us.af.mil).