SOLICITATION NOTICE
J -- F117 Engine Performance Restoration (EPR)
- Notice Date
- 11/21/2025 8:58:57 AM
- Notice Type
- Presolicitation
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- FA8124 AFLCMC LPK TINKER AFB OK 73145-3303 USA
- ZIP Code
- 73145-3303
- Solicitation Number
- FA812426R000X
- Response Due
- 12/8/2025 12:00:00 PM
- Archive Date
- 12/23/2025
- Point of Contact
- Brandon Nicholson, Dawn Copeland, Phone: 4057365124
- E-Mail Address
-
brandon.nicholson.4@us.af.mil, dawn.copeland@us.af.mil
(brandon.nicholson.4@us.af.mil, dawn.copeland@us.af.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- This notice of intent is not a request for competitive proposals. The Department of the Air Force intends to award a sole source contract to Pratt & Whitney under the authority of FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. This determination is based on a thorough assessment of the market and a comprehensive evaluation of Pratt & Whitney's unique capabilities to meet the critical requirements of the F117 Engine Performance Restoration (EPR) program. Commercial FAR 12 Service Firm Fixed Price (FFP) - 10 Year Indefinite Delivery Indefinite Quantity (IDIQ) The purpose of this synopsis is to notify industry of the Air Forces� intent to award the Engine Performance Restoration contract in support of the F117 engine. This effort includes sustaining engineering (recurring and nonrecurring), product improvement/modernization, supply chain management, and performance restoration (depot and field support) performed on the F117 engine through the repair of modules, which are each restored based on a light, medium, or heavy level of maintenance and the procurement of new or serviceable life limited parts which have a finite lifespan based on accumulated usage. The engineering support activities include detailed design engineering, maintenance engineering, systems engineering support, technical analyses, drawing and source data maintenance/ updates flight safety analyses, reliability analyses, liaison engineering support, stress analyses, accident investigation, engineering feasibility studies, material deficiency report analysis, field problem investigation, and in-flight emergency response support. The F117 supply chain management effort will require the administion of the supply chain management program. This includes supply chain management logistics, forecasting of parts, long lead-time parts procurement, reparable forecasting, cataloging, obsolescence issues, integration with the Oklahoma City Air Logistics Complex (OC-ALC) for depot/modular level repair/ overhaul support, delivery of serviceable assets to depots and approved repair stations, budget computations, what-if-computations, Time Compliance Technical Order (TCTO) kits supportability, and hosting meetings to support the F117 program office with supply chain management logistics and Government requests for supply chain management data. The F117 overhaul and repair effort will require depot overhaul and field repair services for the F117 propulsion system to ensure a serviceable, ready-to-install engine to meet the required War Readiness Engines (WRE) and serviceable Propulsions System (SPS) levels. Modules will be broken out and planned and programmed each year based upon engine build requirements. LLPs will be separately priced and ordered based upon need. Engine Build Unit (EBU), which is comprised of Quick Engine Change (QEC) kits and modules in the power section, will be the line of tear down inspect, disposition build and test of the F117 engine. The F117 Speedline will be set up for quick repair of stub time engines that require off wing maintenance for return to service. Line Item Number: X001 Program Management X002 Engineering Services X003 Engine Build Unit (EBU) X004 Over & Above X005 Speedline X006-X039 Module Repair/ Material X040-X063 Life Limited Parts X064 Data Central to the contract is comprehensive sustaining engineering, covering both recurring and nonrecurring work across multiple disciplines. This includes design and maintenance engineering, systems analysis, flight safety assessments, accident investigations, material evaluations, field diagnostics, and 24/7 emergency response� ensuring the engine�s safety, reliability, and readiness. A key pillar is robust supply chain management, tightly aligned with the Performance Work Statement (PWS) and integrated with sustainment and modernization. It includes logistics planning, forecasting, long-lead procurement, obsolescence mitigation, depot integration with OC-ALC, and continuous coordination with the F117 Program Office to ensure asset availability and minimize downtime. Finally, depot overhaul and field-level repair services ensure restored engine performance and availability of ready-to-install propulsion systems. These services are vital to maintaining War Readiness Engine (WRE) and Serviceable Propulsion System (SPS) levels, directly supporting the Air Force�s operational mission. Any disruption would immediately impact readiness Contract Award Date: 30 September 2027 Period of Performance: 1 October 2027- 30 September 2037
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/79c6134eeb304b27a536c3ee81dda46e/view)
- Place of Performance
- Address: Tinker AFB, OK 73145, USA
- Zip Code: 73145
- Country: USA
- Zip Code: 73145
- Record
- SN07649011-F 20251123/251121230036 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |