Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 07, 2025 SAM #8686
SOURCES SOUGHT

28 -- Sources Sought for a potential Supply Chain Management Contract for F108 Engine Support � Mission Analysis

Notice Date
9/5/2025 12:25:18 PM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DLA AVIATION RICHMOND VA 23237 USA
 
ZIP Code
23237
 
Solicitation Number
SPE4AX25RF108-0003
 
Response Due
9/12/2025 2:00:00 PM
 
Archive Date
09/27/2025
 
Point of Contact
Keith Allgeier, Phone: 8042796890
 
E-Mail Address
keith.allgeier@dla.mil
(keith.allgeier@dla.mil)
 
Description
Description: Sources Sought for a potential Supply Chain Management Contract for F108 Engine Support � Mission Analysis Solicitation Number To be advised at time of issuance DISCLAIMER: THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS SOURCES SOUGHT NOTICE OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. This Sources Sought Notice is issued for information and planning purposes only and does not constitute a solicitation. The Government requires that only non-proprietary information be submitted in response to this Sources Sought Notice. The Government shall not be liable for or suffer any consequential damages for the use of any proprietary information submitted. Responses to the Sources Sought Notice will not be returned. The responses to this notice are not an offer and cannot be accepted by the Government to form a binding contract. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this Sources Sought Notice. Responders are solely responsible for all expenses associated with responding to this Sources Sought Notice. PURPOSE: This Sources Sought Notice is issued as a means of conducting market research to determine if other companies, besides CFM International (CFMI), are capable of performing all necessary tasks required to identify updated Life Discipline Manual (LDM) Confidence Factors and Life Limits for the CFM56-7B27AE of the USN P-8A fleet based on historical flight data. The proposed contract action is for PBL support for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302-1. The effort is anticipated to be supported under the existing F108 PBL contract SPE4AX25D9406. Interested parties may identify their interest and capability to support the objectives by responding to this notice. All responses received by the notice response date will be considered by the Government. A decision by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received in response to this notice will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This notice is for information and planning purposes only and does not constitute a solicitation or commitment by the Government. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 336413. OBJECTIVES: The contractor would need to perform all necessary analysis to support the USN to identify updated Life Discipline Manual (LDM) Confidence Factors and Life Limits for the CFM56-7B27AE of the USN P-8A fleet based on historical flight data. Work Planning The Contractor shall provide support and documentation, including a statement of work (SOW), rough order of magnitude (ROM) cost, and plan of action and milestones (POAM) for performance of the life assessment work as outlined in this document, for all Chapter 5 life-limited components and critical rotating parts with recommended removal schedules applicable to USN CFM56-7B27A/3 and �7B27AE engines (Appendix B). Additionally, the Contractor shall identify future efforts, such as piece part inspection, that would validate lifing analyses and improve the confidence factors within the LDM Confidence Table. Life Management Process Review The Contractor shall provide USN personnel a fundamental review of the life assessment process for the P-8A CFM56-7B27A/3 and -7B27AE engine at the initiation and conclusion of this effort. The reviews shall include fundamental assumptions in the life assessment process and address the effects of damage mechanisms contributing to these assessments, including fatigue, wear, corrosion, and any other mechanisms considered, if applicable. The reviews shall also identify individual life assessment requirements or caveats for individual components and/or critical features. These reviews shall be performed via in-person and/or teleconference virtual meeting(s), and all supporting slides, visual aids, charts, and other media used to facilitate this discussion shall be provided to USN personnel. Mission Mix Assessment The Contractor shall conduct and report a mission mix assessment on the operational conditions of the identified components (Appendix B) for A/3 and AE engine configurations based on flight data, pilot surveys, and other historical data and present the findings of that assessment with USN. USN shall provide flight data to the Contractor for the purposes of mission mix assessment, including subpopulations of flight data that may correspond to specific configurations or operations (e.g., air-to-air refueling, engine version, location). The Contractor shall define major/minor cycle definitions and partial cycle factors as well as identify the parameters and calculation methods used to determine engine cycle counts. These cycle counts shall be calculable using decoded flight data available on the ground health monitoring system (GHMS) and used to determine engine cyclic damage content (GHMS processes full-flight downloads from the engine flight data recorder). A mission mix assessment report shall include major and minor cycle definitions and cycle type gates, mission profile characteristics, take-off ambient temperature mix, pre-flight ground idle distributions, and variability of fleet operations (e.g. variation across engines, locations, and seasons). Life Assessment (Appendix B Components Excluding Fan Blades) The Contractor shall conduct a life limit assessment inclusive of but not limited to the components listed in Appendix B, excluding fan blades, and as applicable to the AE engine configuration in accordance with the commercial engine LDM and best practices. Key conditions of interest for analysis include steady-state and transient conditions (such as cruise and takeoff) and engine health state at the timestep of the min and max strain (and/or stress). At a minimum, the following analyses shall be performed: Thermomechanical Analysis The Contractor shall perform static and transient heat transfer and stress analysis for each component, each contractor-identified critical location, and each mission type as determined from the operational condition of the components. Material Analysis, Fatigue, and Risk The Contractor shall conduct analysis inclusive of material properties applicable to each component and contractor-identified critical location across each mission category, including low cycle fatigue (LCF), high cycle fatigue (HCF), and/or other applicable life limiting fatigue modes. Fatigue analysis should consider multiple R-ratios and cyclic load configurations based on the thermal and stress analyses. LDM Confidence Factors The Contractor shall report LDM Confidence Tables based on historical flight data and cycle accumulation, physical component testing and inspections, modeling and simulation, and/or other methods as applicable. This LDM Confidence Table shall include, but is not limited to, all components listed in Appendix B across each mission category and critical location. Life Limits and Inspection Schedule The Contractor shall report the Operational Life, Recommended Life Limits, and Inspection Schedule inclusive of but not limited to all components listed in Appendix B as applicable to the AE engine configuration across each mission category and critical location. The Contractor shall evaluate the applicability of inspection intervals and/or service bulletin removal and replace limits on the HPT blades. Upon USN concurrence, the Contractor shall publish Chapter 5 updates and if applicable, Service Bulletin(s) in support of updated component-level life limits, removal schedules, and inspection schedules. Life and Inspection Assessment for Fan Blades The Contractor shall report the Recommended Inspection Threshold and Interval Schedule inclusive of, but not limited to, fan blades as identified in Appendix B and as applicable to the AE engine configuration and provide an assessment summary, inclusive of assessment assumptions, analyses results, and Confidence Factors, as applicable. Over-the-Shoulder Technical Review The Contractor shall provide USN engineers with the opportunity to review the technical documentation as determined to be shareable by CFM engineering that supports the deliverables and requirements of Section (4). USN may not direct further analysis or work under this SOW based upon the over-the-shoulder review. RESPONSES: The Government requires that only non-proprietary information be submitted in response to this Sources Sought Notice. The Government shall not be liable for or suffer any consequential damages for the use of any proprietary information submitted. 1. Responses are required by no later than September 12, 2025. 2. Reponses must include the following information: a. Company Name b. Address c. CAGE Code d. Point of Contact e. Phone f. Email g. Web page URL, if available h. Small business type or category you represent, if applicable. i. Identify as a U.S. or Foreign Owned Entity j. Indicate whether your interest is a prime contractor or as a subcontractor 3. Respondents must address: a. Their capability to satisfy all objectives listed above, to include a description of the extent and content of prior Sources Sought for a potential Supply Chain Management Contract for F108 Engine Support experience on PBL efforts that are similar in nature and scope and, b. Their experience with the F108 Engine. c. Their access to engineering and logistics data for the F108 Engine. d. Their transition and implementation actions and timeframes to successfully execute the anticipated requirements of this acquisition. e. Willingness to provide upfront pricing for full term of contract SUBMISSION OF INFORMATION: Responses to this Sources Sought Notice must be readable by Microsoft Office or Adobe software. Responses this Sources Sought Notice shall be unclassified and not exceed 20 pages in length. Please note: emails containing file types such as .zip, .xlsx, docx, or other macro-enabled extension, may not be delivered to the intended recipient. All responses and questions under this Sources Sought Notice must be transmitted electronically to Keith Allgeier at Keith.Allgeier@dla.mil. Prior to the response date, if necessary, potential respondents may request clarification by email. Significant responses to a potential respondent's request for clarification will be posted to sam.gov under this Sources Sought Notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9996f81a68024709b52b3c1867368cfa/view)
 
Place of Performance
Address: Richmond, VA 23297, USA
Zip Code: 23297
Country: USA
 
Record
SN07580727-F 20250907/250905230048 (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.