Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 18, 2025 SAM #8697
MODIFICATION

28 -- Combined Synopsis / Solicitation for Containment Case B1 Flange Repair Limit Exploration in support of the F108 Engine

Notice Date
9/16/2025 11:37:01 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DLA AVIATION RICHMOND VA 23237 USA
 
ZIP Code
23237
 
Solicitation Number
SPE4AX-25-R-F108-0002
 
Response Due
10/17/2025 2:00:00 PM
 
Archive Date
11/01/2025
 
Point of Contact
Keith Allgeier, Phone: 8042796890
 
E-Mail Address
keith.allgeier@dla.mil
(keith.allgeier@dla.mil)
 
Description
This notice serves as DLA Aviation�s combined synopsis/solicitation as described in FAR 12.603, in accordance with FAR 5.201 and the approved J&A, for addition of providing support to identify acceptable repairability limits for hole numbers 70 and 71 on the Containment Case B1 Flange for the CFM56-7B27 series of engines (USAF F108) in support of the United States Navy (USN) and provide reports documenting the findings.. Addition to sole source Long Term Contract SPE4AX-25-D-9406 to CFM International Inc. (CFM), Contractor and Government Entity (CAGE) code 58828. This is a FAR part 12 effort being added to the current contract SPE4AX-25-D-9406. B1 Flange support services for the United States Air Force (USAF) are being solicited to be added to contract SPE4AX-25-D-9406, awarded to CFM International Inc. CAGE 58828. Actual requirements for the additional scope will be negotiated and added to the basic contract. Individual requirements are certified as sole source to CFM and synopsized in accordance with FAR 5.201. DLA Aviation will issue a letter solicitation (RFP) to the sole source Original Equipment Manufacturer (OEM). If any non-OEM source is interested in any of the NSNs, please notify the Contracting Officer prior to the combined synopsis/solicitation closing date. A copy of the letter of interest should be forwarded to the Contracting Officer identified herein. The Government may alter the acquisition strategy if it is in the best interest of the Government. In order to receive an award, you must be registered in the System for Award Management (SAM). SAM registration is at https://www.sam.gov. It is anticipated that this requirement will be added as a separate line item to the current sole source CFM COI contract SPE4AX-25-D-9406. The data required to perform the necessary services is CFM�s proprietary and confidential commercial intellectual data and cannot be shared or provided by the Government. Only sources able to gather the required performance data will be considered as a qualified source. The scope of work is as follows: The United States Navy (USN) identified cracking in the Fan Containment Case B1 flange, originating at lug number 71, on two separate occasions. The driving mode for these cracks has preliminarily been identified as low-stress, high-cycle fatigue (HCF) likely caused by vibration of the Integrated Drive Generator (IDG) retention lanyard. This vibration would theoretically drive cyclic torsional and shear stresses at B1 flange lug number 71 via the IDG retention lanyard bracket mounted to the containment case at lugs #70 and #71. The USN desires to understand the hypothetical limits and repair procedures associated with transverse cracks propagating between the scallops of lugs #70 and #71 on the Fan Containment case B1 flange. This effort is limited to determining the feasibility and dimensional limits of a hypothetical repair on these 2 lugs, inclusive of removal of the entirety of the material of B1 flange lugs #70 and #71 down to or below the flange minimum radial height in the scallops between lugs. The scope of the effort is not to validate the removal of the IDG lanyard, nor to redesign the lanyard brackets and configuration. The Contractor will be responsible for delivering; Documentation, including a breakdown and timeline of work tasking, for performance of the repair limit development work as outlined in this document. A Technical Data Package (TDP) summarizing: Analyses performed Underlying modeling or analysis assumptions. Test and validation data used if any High level description of modeling or analysis results A Technical Data Package (TDP) inclusive of: Hypothetical Repairability Limits Inclusive of min/max depth, distances, and radii, and their associated dimensional tolerances, relative to reference points and/or planes usable for machining operations and inspection of a hypothetical repaired flange. Calling out both the maximum/minimum recommended and allowable dimensional limits for the hypothetical repair, if they are different. Hypothetical Repair Procedure Inclusive of min/max depth, distances, and radii, and their associated dimensional tolerances, relative to reference points and/or planes usable for machining operations and inspection of a hypothetical repaired flange. Recommended inspection(s), if any, to ensure conformance to part material specifications and component functionality (e.g. local surface hardness, grain size, surface roughness) Requirements of this effort are as follows; 1.Work Planning The Contractor shall provide support and documentation, including a rough order of magnitude (ROM) cost and plan of action and milestones (POAM) for performance of the work as outlined in this document. 2. Technical Analysis The Contractor shall perform analysis to support an assessment of the limiting dimensions of the hypothetical flange repair identified in this project inclusive of, but not limited to, the critical elements of the Modeling and Simulation analysis. 3. Hypothetical Repair Documentation The Contractor shall develop a Technical Data Package (TDP) that defines the methods of implementing and the dimensional constraints of this hypothetical repair.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/5e1bb87b6d214338a1afbcccac91d477/view)
 
Place of Performance
Address: Richmond, VA 23297, USA
Zip Code: 23297
Country: USA
 
Record
SN07592132-F 20250918/250916230039 (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.