Search Contract Opportunities

TF33 Engine Performance-Based Holistic Support   2

ID: SPE4AX-22-R-TF33 • Type: Presolicitation • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a response outline indicating that my company is also capable of performing this sole source work
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

This agency proposes to issue a letter solicitation for a holistic, performance-based, sole source contract with the Original Equipment Manufacturer (OEM), Pratt and Whitney (P&W), CAGEs 52661/77445 as supported by a J&A IAW FAR 6.302-1. The proposed contract will be in support of the entire Bill of Material (BOM) of the TF33 aircraft engine and will be a subsumable contract under the terms and conditions of the current P&W COI SCC umbrella contract, SPE4AX-22-D-0001.

The entire TF33 BOM consists of 9,594 National Stock Numbers (NSNs) which are a composition of DLA-managed Consumables and U.S. Air Force (USAF)-managed Depot Level Reparable (DLR) items. There are a total of 1,538 P&W sole source items in the BOM (1,295 Consumables and 243 DLRs). The Government does not have complete, unrestricted data packages available for the 1,538 sole source items. Attachment 1 represents the entire BOM; Tab 1 includes the 9,594 BOM items, Tab 2 includes the 1,538 sole source items to be procured from P&W. Tab 3 includes the balance of 8,056 non sole source items that will continue to be procured by the Government by normal means (such as small business set-aside, competition, etc.). If other NSNs are identified as sole source and are subsequently added to this project, they will be synopsized separately.

The proposed contract will have unique elements of program management and will incorporate performance metrics with incentives and/or disincentives. The program management elements and brief descriptions are included below:

  • Comprehensive Planning and Forecasting of the entire TF33 BOM of 9,594 items to provide OEM demand planning and forecasting support with the overarching goal of increasing TF33 engine availability.
  • Consumables and DLR support of P&W sole source items to sustain serviceable inventory to meet customer demands via a Supplier Initiated Ordering (SIO) approach. A SIO approach will foster a collaborative effort between DLA and P&W to share consumption and inventory data, plan inventory levels, facilitate just-in-time deliveries, and set metric goals to achieve maximum performance levels to improve warfighter support.
  • Cold Start Engineering and Material Pricing to support the four-phased engineering approach and resulting proposals to warm up the supply chain for cold start TF33 P&W sole source items. A cold item is defined as an item that has not been in production in more than 2 years. This element covers sole source items only.

The proposed contract will be for a total 10-year period of performance, with one five-year base period and one five-year option period to be exercised at the discretion of the Government. This is proposed to be a FAR 15 effort. Due to the unique program management elements of the proposed contract, multiple contract types may be used such as, Firm Fixed Price, Fixed Price Indefinite Delivery Requirements with Prospective Price Redetermination, and Time and Materials/Labor Hours.

It is the Government's intent to use a letter solicitation format to the sole source OEM; therefore, if any non-OEM source is interested in supporting any of the sole source NSNs, please notify the Contracting Officer prior to the synopsis closing date. Such interest should be supported by documentation to demonstrate both data rights and capability to manufacture the item. Surplus dealers are also welcome to respond to this synopsis. Surplus responses should include a completed surplus certificate, DLAD 52.211-9000, Government Surplus Material or adequate traceability documentation to show that the product is acceptable. (Note: Other Aviation sites will provide their equivalent surplus clause, as applicable). Responses to this announcement from other than the OEM should identify items of interest and include evidence of ability to supply the items for the contract period as identified. In addition, respondents should identify the quantity available and price. A copy of the letter of interest should be forwarded to the contracting officer identified herein and Small Business Administration Procurement Center Representative (SBA PCR), Michael Massello at michael.massello@sba.gov. The Government may alter the acquisition strategy if purchase of existing surplus or newly-manufactured inventory is in the best interest of the Government.

Background
The agency is issuing a letter solicitation for a holistic, performance-based, sole source contract with Pratt and Whitney (P&W), CAGEs 52661/77445. This contract supports the entire Bill of Material (BOM) of the TF33 aircraft engine and is a subsumable contract under the current P&W COI SCC umbrella contract, SPE4AX-22-D-0001. The goal is to enhance the availability of the TF33 engine through comprehensive management and support.

Work Details
The contract encompasses the entire TF33 BOM consisting of 9,594 National Stock Numbers (NSNs), including 1,538 sole source items from P&W (1,295 Consumables and 243 Depot Level Reparable items). Key elements include:
- Comprehensive Planning and Forecasting for OEM demand planning.
- Consumables and DLR support to sustain serviceable inventory via Supplier Initiated Ordering (SIO).
- Cold Start Engineering and Material Pricing to support engineering proposals for cold start items.

Specific items include:
- SEAL, AIR, AIRCRAFT GAS TURBINE ENGINE
- SUPPORT, BEARING, AIRCRAFT GAS TURBINE ENG
- MANIFOLD, FLUID, AIRCRAFT
- SPACER, COMPRESSOR ROTOR, AIRCRAFT GAS TUR
(Additional items are detailed in the BOM with specific NSNs.)

Period of Performance
The proposed contract will have a total period of performance of 10 years, consisting of one five-year base period and one five-year option period.

Place of Performance
The products will be delivered to locations as specified by the Government.

Overview

Response Deadline
April 26, 2025, 5:00 p.m. EDT (original: Jan. 31, 2022, 9:00 a.m. EST) Past Due
Posted
Jan. 14, 2022, 2:52 p.m. EST (updated: April 11, 2025, 10:20 a.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source

Current SBA Size Standard
1500 Employees
Pricing
Time And Materials; Fixed Price;
Est. Level of Competition
Sole Source
Odds of Award
52%
On 1/14/22 DLA Aviation issued Presolicitation SPE4AX-22-R-TF33 for TF33 Engine Performance-Based Holistic Support due 4/26/25. The opportunity was issued full & open with NAICS 336412 and PSC 1510.
Primary Contact
Name
Tracy I. Ruland   Profile
Phone
(804) 279-5393

Additional Contacts in Documents

Title Name Email Phone
Small Business Administration Procurement Center Representative (SBA PCR) Michael Massello Profile michael.massello@sba.gov None

Documents

Posted documents for Presolicitation SPE4AX-22-R-TF33

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation SPE4AX-22-R-TF33

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation SPE4AX-22-R-TF33

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation SPE4AX-22-R-TF33

Similar Active Opportunities

Open contract opportunities similar to Presolicitation SPE4AX-22-R-TF33

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEFENSE LOGISTICS AGENCY (DLA) > DLA AVIATION > DLA AV RICHMOND > DLA AVIATION
FPDS Organization Code
97AS-SPE4A5
Source Organization Code
500041801
Last Updated
April 11, 2025
Last Updated By
jennifer.snyder@dla.mil
Archive Date
April 11, 2025