TF33 1st Stage Compressor Blade Repair

SOL #: FA812125R0036Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8121 AFSC PZAAA
TINKER AFB, OK, 73145-3303, United States

Place of Performance

S Coffeyville, OK

NAICS

Aircraft Engine and Engine Parts Manufacturing (336412)

PSC

Gas Turbines And Jet Engines, Aircraft, Prime Moving; And Components (2840)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 22, 2026
2
Submission Deadline
Feb 5, 2026, 9:00 PM

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 is soliciting proposals for the repair of TF33 1st Stage Compressor Blades (NSN 2840-00-439-9238NZ, P/N 410025). This is an unrestricted acquisition for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract, primarily Firm-Fixed Price (FFP). The contract will cover a maximum of 5 years (2-year basic period + three 1-year options) with an IDIQ ceiling of 8,880 sets. Offerors must be approved sources prior to the solicitation closing date. Proposals are due February 5, 2026, at 3:00 PM CST.

Scope of Work

The contractor will provide comprehensive repair services for TF33 1st Stage Fan Blades, including cleaning, inspection, repair, rework, and re-identification, adhering to specific Technical Orders (T.O. 2J-TF33-53-5, -6, -7). Blades exceeding blend limits will require leading edge tip replacement. The repair work will be performed at the contractor's facility, with the fan blades provided as Government Furnished Property (GFP). Required delivery is 133 sets per 30 days to DLA Distribution Depot Oklahoma.

Contract Details

  • Contract Type: Indefinite Delivery/Indefinite Quantity (IDIQ), primarily Firm-Fixed Price (FFP).
  • Duration: Up to 5 years (2-year basic period + three 1-year options).
  • IDIQ Ceiling: 8,880 sets.
  • Minimum Guaranteed Order: 3 sets.
  • Set-Aside: None (Unrestricted).
  • Nomenclature: BLADE SET, COMPRESSOR.
  • Required Delivery: 133 sets per 30 days.
  • Destination: DLA Distribution Depot Oklahoma.
  • Funding: Funds are not presently available; award is contingent upon fund availability.

Eligibility & Qualification

This is an unrestricted acquisition. Offerors must be approved sources in accordance with FAR 52.209-1 prior to the solicitation closing date. New sources are subject to Initial Product Evaluation (IPE) testing, which involves repairing and testing three assets before full production. Offerors are strongly encouraged to submit Source Approval Requests (SARs) as soon as possible, as the Government will not delay award for pending SAR reviews. Inquiries regarding the Tinker SAR process should be directed to the AFSC Small Business Office.

Submission & Evaluation

  • Proposal Due Date: February 5, 2026, at 3:00 PM CST.
  • Submission Method: Electronically via email or DoD SAFE.
  • Evaluation: Award will be made to offerors deemed "Acceptable" in Factor 1 – Technical, which includes meeting technical requirements and providing proof of Government SAR package approval. The Government reserves the right to award without discussions.
  • Required Plans: Proposals must include a Subcontracting Plan, a Supply Chain Risk Management (SCRM) Plan, and a Production Surge Plan. NIST SP 800-171 DoD Assessment requirements apply.

Reporting & Compliance

The contract requires extensive reporting, including: Commercial Asset Visibility Air Force (CAV AF)/Government Furnished Material Report, Contract Depot Maintenance (CDM) Monthly Production Report, Report of Shipping (Item) and Packaging Discrepancy, Counterfeit Prevention Plan, Acquisition and Sustainment Data Package (ASDP) Deficiency Report, Government Property (GP) Inventory Report, Supply Chain Risk Management (SCRM) Plan, and Production Surge Plan. Packaging must comply with MIL Long Line Packaging Level 'B', MIL-STD-2073-1, MIL-STD-129, and AFMC Form 158. Item Unique Identification (IUID) requirements apply if the unit price exceeds $5,000.00.

Contacts

People

Points of Contact

Savannah MinceyPRIMARY
William HeckenkemperSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Solicitation
Posted: Jan 22, 2026
TF33 1st Stage Compressor Blade Repair | GovScope