Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 04, 2025 SAM #8683
SOLICITATION NOTICE

28 -- Remanufacture of TF-33 Vanes and Shrouds

Notice Date
9/2/2025 11:02:35 AM
 
Notice Type
Presolicitation
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
FA8121 AFSC PZAAA TINKER AFB OK 73145-3303 USA
 
ZIP Code
73145-3303
 
Solicitation Number
FA812125R0035
 
Response Due
10/2/2025 12:00:00 PM
 
Archive Date
10/17/2025
 
Point of Contact
Jonathan Arias Jr, Jacob Stephens, Phone: 4057395390
 
E-Mail Address
jonathan.arias.4@us.af.mil, jacob.stephens.5@us.af.mil
(jonathan.arias.4@us.af.mil, jacob.stephens.5@us.af.mil)
 
Description
AFSC/PZAAA 3001 Staff Drive Ste 1AG1/97E Tinker AFB, OK 73145-3030 Remanufacture of TF-33 Vanes and Shrouds NSN(s): 2840-01-004-1794RV PN: 748688 2840-01-004-1796RV PN: 748685 2840-01-004-1797RV PN: 749777 2840-01-004-1798RV PN: 748690, 765180 2840-01-004-1799RV PN: 748681, 765181 2840-01-004-1800RV PN: 748692, 765182 2840-01-004-1802 PN: 748680, 765190 2840-01-004-2179RV PN: 748686 2840-01-004-5771RV PN: 748691, 765191 2840-01-004-5772RV PN: 749395, 766595 2840-01-004-5773RV PN: 748884, 766594 2840-01-004-5774RV PN: 748884, 765192 2840-01-005-1882RV PN: 748893, 766593 2840-01-160-3216RV PN: 765573 2840-01-160-3217RV PN: 765574 2840-01-160-3218RV PN: 765575 The Air Force Sustainment Center (AFSC) is contemplating to procure the remanufacture of the TF33 Stators and Shrouds cited above for a 5-year Firm-Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Contract (MAC) with 5 One Year Ordering Periods. 1. Estimated issue date 2 October 2025 2. Estimated closing/response date issued: 2 November 2025 3. Anticipated Award Date: 1 MAY 2026 4. PR: FD20302500415 USAF 5, Remanufacture � Firm-Fixed Price, MAC with 5 One-Year Ordering Periods 6. Nomenclature/Noun� See #8 7. NAICS Code: 336412 8. Description: NSN(s) P/N Stage Description 2840-01-004-1794 748688 Stator - 8th Stage THE 8TH STAGE STATOR ASSY DIRECTS AIR FLOW ONTO THE 9TH STAGE DISK & BLADE ASSY IN THE LOW-SPEED COMPRESSOR. 2840-01-004-1796 748685 Stator - 5th Stage The 5th stage stator assy is located in the low-speed compressor between the 5th and 6th stage disk and blade assemblies. The stator holds 48 vanes in place that direct airflow onto the 6th stage blades to compress air flow. 2840-01-004-1797 749777 Stator - 7th Stage The stator holds 53 vanes in place that direct airflow onto the 8th stage blades to compress air flow. 2840-01-004-1798 748690, 765180 Stator - 10th Stage CONSISTS OF AN INNER & OUTER SHROUD PRECISELY LOCATING AND SECURING 96 VANES EQUI-DISTANT AT A PRECISE ANGLE. THE INNER SHROUD LOCATES AND SUPPORTS THE OUTER PERIPHERY OF THE INNER STAGE AIR SEAL RING. 2840-01-004-1799 748681, 765181 Stator - 11th Stage Compressor Stator 11 Stage, Assy of Compressor that consists of 122 vanes ;Inner and Outer shroud and Air sealing Ring 2840-01-004-1800 748692, 765182 Stator - 12th Stage The Stator holds 128 vanes and directs airflow on to the 13th stage compressor blades 2840-01-004-1802 748680, 765190 Stator - 10th Stage INNER AND OUTER SHROUD PRECISELY LOCATING AND SECURING 96 VANES AT A PRECISE ANGLE TO DIRECT AIRFLOW ONTO THE BLADES 2840-01-004-2179 748686 Stator - 6th Stage CONSISTS OF AN INNER AND OUTER SHROUD PRECISELY LOCATING AND SECURING 48 VANES EQUI-DISTANT AT A PRECISE ANGLE. THE INNER SHROUD LOCATES AND SUP- PORTS THE OUTER PERIPHERY OF THE INNER STAGE AIR SEAL RING. APPL TF33P7A/100A ENG CONTAINS PRECIOUS META 2840-01-004-5771 748691, 765191 Stator - 11th Stage INNER AND OUTER SHROUD PRECISELY LOCATING AND SECURING 122 VANES EQUI-DISTANT AT A PRECISE ANGLE TO DIRECT AIRFLOW. 2840-01-004-5772 749395, 766595 Stator - 15th Stage 15th stage stator assy is located in the low speed compressor between the 15th and 16th stage disk and blade assemblies. The stator holds 48 vanes in place that direct airflow onto the 16th stage blades to compress air flow 2840-01-004-5773 748884, 766594 Stator - 14th Stage 14STG STATOR ,KEEPS AIRFLOW IN A SMOOTH FLOWING MOTION TO THE REAR OF THE ENGINE 2840-01-004-5774 748884, 765192 Stator - 12th Stage DIRECTS AIRFLOW THRU THE N2 HIGH SPEED COMPRESSOR 2840-01-005-1882 748893, 766593 Stator - 13th Stage THE 13TH STAGE STATOR ASSY DIRECTS AIR FLOW ONTO THE 14TH STAGE DISK AND BLADE ASST IN THE HIGH SPEED COMPRESSOR 2840-01-160-3216 765573 Stator - 13th Stage The 13th stage stator assy is located in the high speed compressor between the 13th and 14th stage disk and blade assemblies. 2840-01-160-3217 765574 Stator - 14th Stage Stage 14 directs air at correct angle through compressor. 2840-01-160-3218 765575 Stator - 15th Stage HAS 174 VANES. DIRECTS AIR FROM 15TH STAGE BLADES TO 16TH STG BLADES OF THE HIGH SPEED COMPRESSOR. 9. Total Line-Item Quantity: Estimated Contract Minimum is 10 EA. NOTE �The total minimum and maximum quantities for the entire contract will be found in both the RFP and Final Award under FAR 52.216-19 Order Limitations. Ordering Period I CLIN 0001 2840-01-004-1794RV� INFORMATIONAL CLIN 0001AA 2840-01-004-1794RV � IPE � 1 EA CLIN 0001AB 2840-01-004-1794RV � Production � MAX 45 CLIN 0002 2840-01-004-1796RV� INFORMATIONAL CLIN 0002AA 2840-01-004-1796RV - IPE � 1 EA CLIN 0002AB 2840-01-004-1796RV � Production � Max: 76 CLIN 0003 2840-01-004-1797RV� INFORMATIONAL CLIN 0003AA 2840-01-004-1797RV- IPE � 1 EA CLIN 0003AB 2840-01-004-1797RV� Production � Max: 50 CLIN 0004 2840-01-004-1798RV� INFORMATIONAL CLIN 0004AA 2840-01-004-1798RV- IPE � 1 EA CLIN 0004AB 2840-01-004-1798RV� Production � Max: 26 CLIN 0005 2840-01-004-1799RV� INFORMATIONAL CLIN 0005AA 2840-01-004-1799RV- IPE � 1 EA CLIN 0005AB 2840-01-004-1799RV� Production � Max: 30 CLIN 0006 2840-01-004-1800RV� INFORMATIONAL CLIN 0006AA 2840-01-004-1800RV- IPE � 1 EA CLIN 0006AB 2840-01-004-1800RV� Production � Max: 30 CLIN 0007 2840-01-004-1802RV� Production � Max: 18 CLIN 0008 2840-01-004-2179RV� INFORMATIONAL CLIN 0008AA 2840-01-004-2179RV- IPE � 1 EA CLIN 0008AB 2840-01-004-2179RV� Production � Max: 50 CLIN 0009 2840-01-004-5771RV � Production � Max: 20 CLIN 0010 2840-01-004-5772RV - Production � Max: 20 CLIN 0011: 2840-01-004-5773RV � Production � Max: 22 CLIN 0012: 2840-01-004-5774RV � Production � Max: 19 CLIN 0013 2840-01-005-1882RV � Production � Max: 19 CLIN 0014 2840-01-160-3216RV� INFORMATIONAL CLIN 0014AA 2840-01-160-3216RV- IPE � 1 EA CLIN 0014AB 2840-01-160-3216RV� Production � Max: 29 CLIN 0015 2840-01-160-3217RV� INFORMATIONAL CLIN 0015AA 2840-01-160-3217RV- IPE � 1 EA CLIN 0015AB 2840-01-160-3217RV� Production � Max: 27 CLIN 0016 2840-01-160-3217RV� INFORMATIONAL CLIN 0016AA 2840-01-160-3217RV- IPE � 1 EA CLIN 0016AB 2840-01-160-3217RV� Production � Max: 22 CLIN 0017 DATA � 1 LT � Not Separately Priced Ordering Period II CLIN 1001 2840-01-004-1794RV� Production � Max: 45 CLIN 1002 2840-01-004-1796RV� Production � Max: 76 CLIN 1003 2840-01-004-1797RV� Production � Max: 50 CLIN 1004 2840-01-004-1798RV� Production � Max: 26 CLIN 1005 2840-01-004-1799RV� Production � Max: 30 CLIN 1006 2840-01-004-1800RV� Production � Max: 30 CLIN 1007 2840-01-004-1802RV� Production � Max: 18 CLIN 1008 2840-01-004-2179RV� Production � Max: 50 CLIN 1009 2840-01-004-5771RV � Production � Max: 20 CLIN 1010 2840-01-004-5772RV - Production � Max: 20 CLIN 1011: 2840-01-004-5773RV � Production � Max: 22 CLIN 1012: 2840-01-004-5774RV � Production � Max: 19 CLIN 1013 2840-01-005-1882RV � Production � Max: 19 CLIN 1014 2840-01-160-3216RV� Production � Max: 29 CLIN 1015 2840-01-160-3217RV� Production � Max: 27 CLIN 1016 2840-01-160-3217RV� Production � Max: 22 CLIN 1017 DATA � 1 LT � Not Separately Priced Ordering Period III CLIN 2001 2840-01-004-1794RV� Production � Max: 45 CLIN 2002 2840-01-004-1796RV� Production � Max: 76 CLIN 2003 2840-01-004-1797RV� Production � Max: 50 CLIN 2004 2840-01-004-1798RV� Production � Max: 26 CLIN 2005 2840-01-004-1799RV� Production � Max: 30 CLIN 2006 2840-01-004-1800RV� Production � Max: 30 CLIN 2007 2840-01-004-1802RV� Production � Max: 18 CLIN 2008 2840-01-004-2179RV� Production � Max: 50 CLIN 2009 2840-01-004-5771RV � Production � Max: 20 CLIN 2010 2840-01-004-5772RV - Production � Max: 20 CLIN 2011: 2840-01-004-5773RV � Production � Max: 22 CLIN 2012: 2840-01-004-5774RV � Production � Max: 19 CLIN 2013 2840-01-005-1882RV � Production � Max: 19 CLIN 2014 2840-01-160-3216RV� Production � Max: 29 CLIN 2015 2840-01-160-3217RV� Production � Max: 27 CLIN 2016 2840-01-160-3217RV� Production � Max: 22 CLIN 2017 DATA � 1 LT � Not Separately Priced Ordering Period IV CLIN 3001 2840-01-004-1794RV� Production � Max: 45 CLIN 3002 2840-01-004-1796RV� Production � Max: 76 CLIN 3003 2840-01-004-1797RV� Production � Max: 50 CLIN 3004 2840-01-004-1798RV� Production � Max: 26 CLIN 3005 2840-01-004-1799RV� Production � Max: 30 CLIN 3006 2840-01-004-1800RV� Production � Max: 30 CLIN 3007 2840-01-004-1802RV� Production � Max: 18 CLIN 3008 2840-01-004-2179RV� Production � Max: 50 CLIN 3009 2840-01-004-5771RV � Production � Max: 20 CLIN 3010 2840-01-004-5772RV - Production � Max: 20 CLIN 3011: 2840-01-004-5773RV � Production � Max: 22 CLIN 3012: 2840-01-004-5774RV � Production � Max: 19 CLIN 3013 2840-01-005-1882RV � Production � Max: 19 CLIN 3014 2840-01-160-3216RV� Production � Max: 29 CLIN 3015 2840-01-160-3217RV� Production � Max: 27 CLIN 3016 2840-01-160-3217RV� Production � Max: 22 CLIN 3017 DATA � 1 LT � Not Separately Priced Ordering Period V CLIN 4001 2840-01-004-1794RV� Production � Max: 45 CLIN 4002 2840-01-004-1796RV� Production � Max: 76 CLIN 4003 2840-01-004-1797RV� Production � Max: 50 CLIN 4004 2840-01-004-1798RV� Production � Max: 26 CLIN 4005 2840-01-004-1799RV� Production � Max: 30 CLIN 4006 2840-01-004-1800RV� Production � Max: 30 CLIN 4007 2840-01-004-1802RV� Production � Max: 18 CLIN 4008 2840-01-004-2179RV� Production � Max: 50 CLIN 4009 2840-01-004-5771RV � Production � Max: 20 CLIN 4010 2840-01-004-5772RV - Production � Max: 20 CLIN 4011: 2840-01-004-5773RV � Production � Max: 22 CLIN 4012: 2840-01-004-5774RV � Production � Max: 19 CLIN 4013 2840-01-005-1882RV � Production � Max: 19 CLIN 4014 2840-01-160-3216RV� Production � Max: 29 CLIN 4015 2840-01-160-3217RV� Production � Max: 27 CLIN 4016 2840-01-160-3217RV� Production � Max: 22 CLIN 4017 DATA � 1 LT � Not Separately Priced The Minimum Quantity for this contract is estimated to be 10 and the Max Order quantity is estimated to be 2525. 10. Set-Aside � N/A 11. Destination: USAF - FOB Origin. Ship To: SW3211 12. Required Delivery: IPE Delivery is only for Ordering Period 1. CLIN 0001 1794RV� Production - 3 EA Per 30 Days ARO. 1794RV� IPE � 1 EA 90 Days ARO CLIN 0002 1796RV� Production - 6 EA Per 30 Days ARO 1796RV - IPE � 1 EA 90 Days ARO CLIN 0003 1797RV� Production - 4 EA per 30 days ARO. 1797RV - IPE � 1 EA 90 Days ARO CLIN 0004 1798RV� Production - 2 EA per 30 days ARO. 1798RV - IPE � 1 EA 90 Days ARO CLIN 0005 1799RV� Production - 3 EA per 30 days ARO. 1799RV - IPE � 1 EA 90 Days ARO CLIN 0006 1800RV� Production - 3 EA per 30 days ARO. 1800RV - IPE � 1 EA 90 Days ARO CLIN 0007 1802RV� Production - 2 EA per 30 days ARO. 1802RV - IPE � 1 EA 90 Days ARO CLIN 0008 2179RV� Production - 4 EA per 30 days ARO. 2179RV - IPE � 1 EA 90 Days ARO CLIN 0009 5771RV � Production - 2 EA per 30 days ARO. CLIN 0010 5772RV - Production - 2 EA per 30 days ARO. CLIN 0011: 5773RV � Production - 2 EA per 30 days ARO. CLIN 0012: 5774RV � Production - 2 EA per 30 days ARO. CLIN 0013 1882RV � Production - 2 EA per 30 days ARO. CLIN 0014 3216RV� Production - 3 EA per 30 days ARO. 3216RV - IPE � 1 EA 90 Days ARO CLIN 0015 3217RV� Production - 2 EA per 30 days ARO. 3217RV - IPE � 1 EA 90 Days ARO CLIN 0016 3217RV� Production - 2 EA per 30 days ARO. CLIN 0017 DATA� See CDRL Table in subsequent RFP for data deliverables. Ordering Periods 2, 3, 4, and 5 continue the same delivery rates as Ordering Period 1. 13. Buyer name, phone#, and email address: Jonathon Arias Jr., 405-739-3464, jonathan.arias.4@us.af.mil 14. AMC Code: R/1C 15. UID: If the unit price exceeds $5,000, then UID Requirements will apply. 16. Additional Information � The Government intends to require the use of Fedmall for certain NSNs under this contract. 17. Qualification Requirements: Sources must be qualified prior to being considered for 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. If the Government has not completed review of a SAR when the contract is awarded, the SAR will be retained, and the source will be reviewed as a possible source for future awards. 18. Tinker SAR Process: 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 or https://www.afsc.af.mil/units/sbo/index.asp. 19. Electronic procedures will be used for this solicitation. Hard copies of this solicitation will not be sent from this office This Pre-solicitation and subsequent solicitation will be posted at www.sam.gov. 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) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/331575f0e8e3494999fb401337177d92/view)
 
Place of Performance
Address: Tinker AFB, OK, USA
Country: USA
 
Record
SN07574737-F 20250904/250902230049 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.