Skip to main content

An official website of the United States government

You have 2 new alerts

Regional Depot Network (RDN) Re-manufacture of F100-PW-220/-220E/-229/-229EEP Series Engine Modules

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: Jul 21, 2023 02:58 pm CDT
  • Original Response Date: Sep 07, 2023 03:59 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Sep 22, 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

Regional Depot Network (RDN) Re-manufacture of F100-PW-220/-220E/-229/-229EEP Series Engine Modules (CONUS/OCONUS)

Product Service Code: 28 - ENGINES AND TURBINES AND COMPONENT

NAICS Code: 336412 - Aircraft Engine and Engine Parts Manufacturing

Description: The Defense Logistics Agency Aviation (DLA)(AVN) in conjunction with the United States Air Force (USAF) Life Cycle Propulsion Sustainment International (LPSI) Engine Branch is contemplating to procure the re-manufacture of F100-PW-100/200/220E/229/229EEP Engine Modules to include the Inlet Fan, Core, Fan Drive Turbine, High Pressure Turbine, and Gearbox. This is anticipated to be a 10-year Firm Fixed Price (FFP) (5-Year Basic with One Five-Year Option), Requirements Contract. This effort is 100% Foreign Military Sales (FMS).

1. Issue date: August 7, 2023

2. PR# - FD2030-23-30034/SPRTA1-23-R-0196

3. Contract Type:  Supply

4. Item: F100-PW-220/-220E/-229/-229EEP Engine Modules

5. NSN/PN - See Attachment

6. Description: The Contractor must be capable of furnishing all required labor, material, facilities and equipment to re-manufacture/repair, test, preserve, package and return to the customer a completely serviceable unit for the F100-PW-220/220E/-229/-229EEP Engine Modules to include the Inlet Fan, Core, Fan Drive Turbine, High Pressure Turbine, and Gearbox.  This will include supportability for associated configurations that typically require access to proprietary rights for internal component and applicable methods The Contractor/Institution must be capable of providing these services in a re-manufacturing capacity in both the European Command Area of Responsibility (EUCOM AOR) Outside the Contiguous United States (OCONUS) for increased capacity that strategically aligns with diverse FMS customer requirements; “and” the Contiguous United States (CONUS) IAW the Arms Export Control Act (AECA), section 42 (c) (22 U.S.C 2791(c)). 

7. Total Line-Item Quantity: See Attachment

8. Application: F100 Engines 

9. Destination: TBC on each individual order

10. Delivery Turn Around Times:

Inlet Fan                       300 Days (estimated)

Core                             300 Days (estimated)

Fan Drive Turbine         200 Days (estimated)

High Pressure Turbine   200 Days (estimated)

Gearbox                        200 Days (estimated)

11. UID: Note to Contractor: If unit price exceeds $5,000 then UID requirements will apply.

12. Buyer name, phone#, and email address: Kris Bruhwiler, 405-650-7796, kristine.bruhwiler@us.af.mil

13. This requirement has been determined to be sole source to Pratt & Whitney Corporation. Sources must be approved and qualified to re-manufacture all NSN’s prior to award. To be eligible for contract award, the offeror must be an approved source IAW FAR 52.209-1, Qualification Requirements. The Government is not required to delay contract award to review pending Source Approval Requests (SARS). Therefore, offerors are encouraged to submit SARs as soon as possible. Electronic procedures will be used for this solicitation. Hard copies of this solicitation will not be sent from this office. The solicitation will be available for download at https://www.sam.gov.

14. Export Control: YES

NOTE: An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 855-3556. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.

Contact Information

Contracting Office Address

  • DLR PROCUREMENT OPERATIONS (AO) 3001 STAFF DRIVE
  • TINKER AFB , OK 73145-3070
  • USA

Primary Point of Contact

Secondary Point of Contact

History