Loading...
FD20302401281_01
Response Deadline
May 8, 2026, 8:00 PM(CDT)29 days
Eligibility
Contract Type
Solicitation
This requirement is for Remanufacture of F108 Large Tip Fuel Nozzle (Standard Flow).
The Government plans to award a Firm Fixed Price (FFP) Requirements type remanufacturing supply contract, consisting of a 1-year (12 months) basic ordering period and four 1-year (12 months) ordering period options, for a total contract ordering period of 5-years (60 months).
This competitive acquisition will be conducted utilizing price as the only evaluated factor. Contract award will be made to the Offeror with the lowest total evaluated price (TEP). The offer shall be compliant with the requirements as stated in the Statement of Work (SOW). Non-conformance with the instructions provided in the Instructions to Offeror (ITO) may result in an Offeror being ineligible for award. Offerors shall provide evidence of qualification in accordance with FAR 52.209-1.
Offerors shall complete the Pricing Matrix (Attachment 1). The Offerors must ensure all required proposed pricing is provided, ensuring all ordering periods are priced. These consist of a 1-year basic ordering period and four 1-year ordering period options for the remanufacture effort (CLINs 0001-4001, 0002-4002, 0003-4003 and 0004-4004). Any omission of the required pricing may result in an unfavorable proposal evaluation. An incomplete Pricing Matrix (Attachment 1) will be considered unreasonable.
No Government Furnished Material shall be provided. Contractor Furnished Material (CFM) is required for all remanufacture described herein. The contractor shall furnish and deliver to the Government the services and supplies necessary to perform the following in accordance with the provisions hereof and the Statement of Work attached. All such items issued by the Government hereunder shall be remanufactured, modified, tested and prepared for storage and shipped to the Government as a completely serviceable item. Condemnations shall be replaced and will not be counted as production.
The Contractor shall meet the delivery schedule. The contractor shall ship or transport applicable assets as appropriate in order to have the assets available to support the customer’s operational requirements and in accordance with the contract’s delivery schedule. The contractor shall not destroy reusable shipping containers and will reuse them for return shipment.
In accordance with the attached CAV AF Reporting Requirements (see the document listed in Section J), the Contractor shall include a DD1348-1 when assets are shipped. DCMA Quality Assurance Representatives (QARs) will not approve or sign the DD1348-1, but will ensure a DD1348-1 is included with each returned asset. If a DD1348-1 is not included with each returned asset, DCMA will not sign the receiving report (DD250).
Please submit proposals electronically no later than 08 May 2026, 3:00PM Central Daylight Savings Time to persons listed in the contact information of this solicitation.
DEPT OF DEFENSE
DEPT OF THE AIR FORCE
AIR FORCE MATERIEL COMMAND
AIR FORCE SUSTAINMENT CENTER
FA8122 AFSC PZAAB
FA8122 AFSC PZAAB
CP 405 739 4437
3001 STAFF DR STE 1AG1 98C
TINKER AFB, OK, 73145-3303
NAICS
Aircraft Engine and Engine Parts Manufacturing
PSC
ENGINE FUEL SYSTEM COMPONENTS, AIRCRAFT AND MISSILE PRIME MOVERS