Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 13, 2026 SAM #8873
SOURCES SOUGHT

J -- J85-5 Maintenance Repair and Overhaul Follow On

Notice Date
3/11/2026 9:33:32 AM
 
Notice Type
Sources Sought
 
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
A047964
 
Response Due
4/2/2026 3:00:00 PM
 
Archive Date
04/17/2026
 
Point of Contact
Hassan Hammi, Hassan Hammi
 
E-Mail Address
hassan.hammi@us.af.mill, hassan.hammi@us.af.mill
(hassan.hammi@us.af.mill, hassan.hammi@us.af.mill)
 
Description
1.0 General Information & Disclaimer This is a Request for Information (RFI) only, issued in accordance with Federal Acquisition Regulation (FAR) 15.201(e). This RFI is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. The Government is not seeking proposals at this time and will not accept unsolicited proposals. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested party�s expense. Not responding to this RFI does not preclude participation in any future RFP, if one is issued. The information provided in this RFI is subject to change and is not binding on the Government. All submissions become Government property and will not be returned. Proprietary information, if any, should be clearly marked. 2.0 Description and Purpose The Department of War, Propulsion Directorate is seeking information from industry on the capabilities and approaches to provide Maintenance, Repair, and Overhaul for the J85-5 Engine. The purpose of this RFI is to conduct market research to identify potential sources, gather feedback on the attached draft Performance Work Statement (PWS), and refine the Government's acquisition strategy. The Government is seeking to understand industry best practices, identify potential risks, and validate its requirements related to production capacity, transition activities, and overall performance. The anticipated North American Industry Classification System (NAICS) code for this requirement is 336412 - Aircraft Engine and Engine Parts Manufacturing. Respondents may recommend alternative NAICS codes if they believe them to be more appropriate. 3.0 Draft Performance Work Statement Attached to this RFI is the draft Performance Work Statement (PWS) that outlines the Government�s current requirements. Industry is encouraged to review the draft PWS in its entirety before responding to the questions in Section 4.0. (Attachment 1: Draft PWS 20 Feb 2026.pdf) 4.0 Information Requested from Industry Interested parties are requested to provide responses to the following questions. Your feedback is critical to helping the Government refine the draft PWS and ensure a successful acquisition strategy. A. PWS Clarity, Scope, and Risk After reviewing the PWS, are there any requirements that are ambiguous, conflicting, or unclear? If so, please provide specific section numbers and your recommendations for clarification. Does the PWS adequately describe the overall scope and objectives of the requirement? Are we missing any key areas or tasks necessary to achieve the desired outcomes? Is the background and scope information sufficient for you to understand the operational environment and the challenges this requirement aims to address? What do you identify as the highest-risk areas within the PWS? What strategies would you recommend to mitigate these risks? Is the anticipated Period of Performance appropriate for the scope of work described? Please provide any rationale for a longer or shorter timeline. Are there any specific government dependencies, information, or resources (GFE/GFI) not listed in the PWS that would be essential for a contractor to succeed? B. Transition Activities What are the primary factors that would drive the length of the transition period (e.g., security clearances, personnel hiring, knowledge transfer, asset inventory)? What do you consider a realistic phase-in/transition period for a requirement of this size and scope? What specific activities, tasks, and deliverables do you recommend including in a Transition-In Plan? What information would you need from the Government or the incumbent contractor to develop this plan? What are the most significant risks to a successful and timely transition for this requirement? What strategies would you propose to mitigate these risks? In your experience, what are the most common points of friction or delay during a transition, and how could the Government best help to resolve them? Describe your process and estimated timeline for new employees, particularly those not previously accustomed to working with government systems, to obtain all necessary system accesses and credentials. Please identify any anticipated challenges and your proposed mitigation strategies C. Production Capacity Describe your company's current production capacity for engine MRO. How do your facility layout, workflow, and methodology support the PWS monthly production requirements? What production management systems and methodologies do you employ to manage, track, and report on engine workload from induction to delivery? Describe your internal processes for managing Government Furnished Material (GFM). How will you leverage your shop capacity, floor space, and infrastructure to ensure a steady workflow of parts and materials to support the required production rates? Describe your methodology for material staging to ensure an optimized production workflow. How will you manage the provided GFM to prevent bottlenecks and support the required production rates? Provide your plan for meeting the surge requirement of a 30% increase in annual production. How will you scale your operations, workforce, and supply chain to meet this demand? D. Test Cell Capability Describe your current engine test cell capabilities. If you do not have a certified J85-5 test cell, what is your detailed plan and timeline for designing, constructing/modifying, and certifying a test cell that meets the requirements of the PWS and relevant technical orders (e.g., TO 2J-J85-111-1)? Describe your approach to developing and documenting test procedures and operational procedures for the J85-5 test cell. What is your plan for ensuring the availability of qualified personnel to operate and maintain the J85-5 test cell? E. Facility Ownership Provide details about the facility you propose to use for the J85-5 MRO program. Is the facility owned or leased by your company? If the facility is leased, what is the duration of the lease agreement, and what assurances can you provide regarding the long-term availability of the facility for the entire contract period of performance? Describe how your facility's location, size, and layout are optimized for the J85-5 MRO workload. What are the advantages of your proposed facility in terms of cost, efficiency, and risk reduction for the J85-5 MRO program? Are there any planned or required facility modifications to meet the requirements of the PWS? If so, please provide a high-level overview and timeline. 5.0 Response Submission Instructions Interested parties are requested to submit a response of no more than 15 pages, not including a cover page. Responses should be submitted in PDF format. In addition to the answers to the questions in Section 4.0, please provide the following in your response: Company Name, Address, and Point of Contact (Name, Title, Email, Phone). Company UEI Number and CAGE Code. Company size status under the anticipated NAICS code 336412 (e.g., Small Business, Other than Small Business, 8(a), HUBZone, SDVOSB, WOSB). Responses must be submitted via email to the Contracting Officer, Hassan Hammi, at hassan.hammi@us.af.mil no later than the response due date specified in this RFI. The subject line of the email should read: ""Response to RFI [RFI Number]: [Your Company Name]"". Questions regarding this RFI shall be submitted in writing by email to the same address.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/41975a5ad9874713998451a02a13d5c7/view)
 
Place of Performance
Address: Tinker AFB, OK 73145, USA
Zip Code: 73145
Country: USA
 
Record
SN07742145-F 20260313/260311230046 (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!  © 1994-2026, Loren Data Corp.