F100-PW-229 Blade-Compressor Rotor, 1st and 2nd Stage
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Presolicitation (Original)
- Original Published Date: Jun 07, 2023 04:08 pm EDT
- Original Response Date:
- Inactive Policy: Manual
- Original Inactive Date: Jul 01, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 2840 - GAS TURBINES AND JET ENGINES, AIRCRAFT, PRIME MOVING; AND COMPONENTS
- NAICS Code:
- 336412 - Aircraft Engine and Engine Parts Manufacturing
- Place of Performance:
Description
The Requirement is anticipated to establish a follow-on multi-year contract to FA812119D0006 for the overhaul of the F100 Blade compressor Rotor, 1st and 2nd Stage. This requirement is for a 5 year Min Max IDIQ contract with a 5 year ordering period. This notice of intent does not in itself represent the issuing of a formal request for proposal and is not intended to be taken as such. The requirements set forth in this notice are defined per USAF PR FD2030-22-01267 and FMS PR FD2030-22-32555-01 as follows:
1) The follow-on repair contract is required to support USAF for the repair/overhaul of the F100 PW-229, 1st and 2nd Stage, Blade Compressor Rotors. These are critical safety items that require engineering source approval to prevent any risk during installation on the engine and during flight.
2) PR#: FD2030-22-01267 & FD2030-22-32555-01
3. Service/Spare/Repair/OH: Repair
4. Item: F100-PW-220 Blade Compressor Rotor
5. NSN: 2840-01-364-7141NZ & 2840-01-364-7142NZ
6. PN: 4076781, 4076782
7. Description: BLADE, COMPRESSOR, AI
8. Total Line Item Quantity:
L/I 0001 - NSN: 2840-01-364-7141NZ, MIN:1, BEQ: 921, USAF
L/I 0002 – NSN 2840-01-364-7141NZ, MIN: 330, FMS
L/I 0003 – NSN 2840-01-364-7142NZ, MIN:1, BEQ: 1367, USAF
L/I 0004 – NSN 2840-01-364-7142NZ, MIN: 506, FMS
L/I 0005 – Over and Above, To Be Negotiated (TBN), USAF & FMS
L/I 0006 – DATA, Not Separately Priced (NSP), USAF & FMS
L/I 1001 - NSN: 2840-01-364-7141NZ, MIN: 1, BEQ: 1065, USAF
L/I 1002 – NSN 2840-01-364-7141NZ, MIN: 330, FMS
L/I 1003 - NSN 2840-01-364-7142NZ, MIN: 1, BEQ: 1583, USAF
L/I 1004 – NSN 2840-01-364-7142NZ, MIN: 506, FMS
L/I 1005 – Over and Above, To Be Negotiated (TBN), USAF & FMS
L/I 1006 - DATA, Not Separately Priced (NSP), USAF & FMS
L/I 2001 - NSN: 2840-01-364-7141NZ, MIN: 1, BEQ: 704, USAF
L/I 2002 – NSN 2840-01-364-7141NZ, MIN: 1: 330, FMS
L/I 2003 - NSN 2840-01-364-7142NZ, MIN: 1, BEQ: 1050, USAF
L/I 2004 – NSN 2840-01-364-7142NZ, MIN: 506, FMS
L/I 2005 – Over and Above, To Be Negotiated (TBN), USAF & FMS
L/I 2006 – DATA, Not Separately Priced (NSP), USAF & FMS
L/I 3001 - NSN: 2840-01-364-7141NZ, MIN: 1, BEQ: 976, USAF
L/I 3002 – NSN 2840-01-364-7141NZ, MIN: 330, FMS
L/I 3003 - NSN 2840-01-364-7142NZ, MIN:1, BEQ: 1451, USAF
L/I 3004 – NSN 2840-01-364-7142NZ, MIN: 506, FMS
L/I 3005 – Over and Above, To Be Negotiated (TBN), USAF & FMS
L/I 3006 – DATA, Not Separately Priced (NSP), USAF & FMS
L/I 4001 - NSN: 2840-01-364-7141NZ, MIN: 1, BEQ: 930, USAF
L/I 4002 – NSN 2840-01-364-7141NZ, MIN: 330, FMS
L/I 4003 - NSN 2840-01-364-7142NZ, MIN: 1, BEQ: 1382, USAF
L/I 4004 – NSN 2840-01-364-7142NZ, MIN: 506, FMS
L/I 4005 – Over and Above, To Be Negotiated (TBN), USAF & FMS
L/I 4006 – DATA, Not Separately Priced (NSP), USAF & FMS
11. Delivery:
L/I 0001/1001/2001/3001/4001: 65 EA every 45 days after receipt of funded orders or reparable assets, and 65 each every 30 days thereafter. Early delivery is acceptable.
L/I 0002/1002/2002/3002/4002: 65 EA every 45 days after receipt of funded orders or reparable assets, and 65 each every 30 days thereafter. Early delivery is acceptable.
L/I 0003/1003/2003/3003/4003: 100 EA every 45 days after receipt of funded orders or reparable assets, whichever is later. And 100 EA every 30 days thereafter.
L/I 0004/1004/2004/3004/4004: 100 EA every 45 days after receipt of funded orders or reparable assets, whichever is later. And 100 EA every 30 days thereafter.
For Questions regarding the Tinker SAR Process or related issues, these inquiries should be submitted to the AFSC Small Business Office at: AFSC/SB 3001 Staff Drive, Suite 1AG 85A Tinker AFB, OK 73145 3009 Email: afsc.sb.workflow@us.af.mil Website: https://www.afsc.af.mil/units/sbo/index.asp The actual SAR Package submission itself shall be submitted electronically through DoD SAFE https://safe.apps.mil/. DoD SAFE is a safe and secure option for large file submissions. If you have a PKI Certificate, the SAR can be sent directly to the POC email addresses below via DoD SAFE. If you do not have a PKI Certificate, then you must send a standard email message to the POC email addresses below and ask that they "Request a Drop-Off" to your email address via DoD SAFE, which will enable you to be able to Upload the SAR Submission Package documents to DoD SAFE. 29SCMS.SASPO.Workflow@us.af.mil and stacy.cochran@us.af.mil.
Attachments/Links
Contact Information
Contracting Office Address
- CP 405 739 4106 3001 STAFF DR STE 1AF198C
- TINKER AFB , OK 73145-3303
- USA
Primary Point of Contact
- Sean Thompson
- sean.thompson19@us.af.mil
Secondary Point of Contact
- Jacob Stephens
- Jacob.stephens.5@us.af.mil
History
- Jul 01, 2023 11:56 pm EDTPresolicitation (Original)