J85-5 Maintenance Repair and Overhaul Follow On

SOL #: A047964Sources Sought

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8124 AFLCMC LPK
TINKER AFB, OK, 73145-3303, United States

Place of Performance

S Coffeyville, OK

NAICS

Aircraft Engine and Engine Parts Manufacturing (336412)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Engines, Turbines, And Components (J028)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 11, 2026
2
Last Updated
Mar 30, 2026
3
Response Deadline
Apr 16, 2026, 10:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of the Air Force, Propulsion Directorate, is conducting market research through a Request for Information (RFI) for the J85-5 Engine Maintenance, Repair, and Overhaul (MRO) Follow On requirement. This RFI seeks industry capabilities and approaches to provide MRO services for the J85-5 Engine, aiming to identify potential sources, gather feedback on a draft Performance Work Statement (PWS), and refine the acquisition strategy. This is for planning purposes only and does not constitute a Request for Proposal (RFP). Responses are due April 16, 2026.

Scope of Work

The requirement involves comprehensive MRO operations for J85-5 engines, which support various Air Force pilot training programs. Key aspects include:

  • Repair Services: Providing repair services to meet Target Serviceable Requirements (TSR) for engines undergoing periodic, hourly, special, and unscheduled inspections.
  • Material Management: Requisitioning, receiving, and managing Government Furnished Material (GFM) and parts inventories (USAF and DLA).
  • Transition & Relocation: Relocating J85-5 engine repair operations to the contractor's facility and establishing full production capability.
  • Compliance & Tracking: Adhering to applicable Technical Orders (TOs) and using specified systems (e.g., CEMS, GIMMS, DECKPLATE) for maintenance tracking.
  • Performance Standards: Achieving a minimum 95% compliance with a 35-working day Turn-Around-Time (TAT) for engine repair, maintaining low quality deficiency rates, and minimizing low-time removals.
  • Surge Capability: Demonstrating the ability to meet a 30% increase in annual production.
  • Quality & Reliability: Implementing Reliability Centered Maintenance (RCM) and quality assurance management.

Information Requested from Industry

Respondents are asked to provide feedback on:

  • PWS Clarity, Scope, and Risk: Identifying ambiguities, missing areas, highest-risk areas, and appropriateness of the Period of Performance.
  • Transition Activities: Factors driving transition length, realistic phase-in periods, recommended transition plan activities, and mitigation of transition risks.
  • Production Capacity: Current MRO capacity, facility layout, workflow, production management systems, GFM management, material staging, and plans for surge requirements.
  • Test Cell Capability: Current J85-5 test cell capabilities or detailed plans for design, construction, and certification.
  • Facility Ownership: Details on the proposed facility, including ownership, lease duration, optimization for workload, and planned modifications. Additionally, companies must provide their name, address, point of contact, UEI, CAGE Code, and size status under NAICS 336412.

Contract & Timeline

  • Opportunity Type: Request for Information (RFI) / Sources Sought
  • Anticipated NAICS: 336412 - Aircraft Engine and Engine Parts Manufacturing (alternatives may be suggested).
  • Set-Aside: None specified.
  • Response Due: April 16, 2026, 22:00:00Z
  • Published: March 30, 2026
  • Place of Performance: Contractor's facility (relocation required from current San Antonio, TX location).

Submission Instructions

Responses, limited to 15 pages (excluding cover page), must be submitted in PDF format via email to Hassan Hammi at hassan.hammi@us.af.mil. The email subject line should include "Response to RFI [RFI Number]: [Your Company Name]". Questions regarding this RFI should also be submitted in writing to the same email address.

People

Points of Contact

Hassan HammiPRIMARY

Files

Files

Download
Download
Download

Versions

Version 2Viewing
Sources Sought
Posted: Mar 30, 2026
Version 1
Sources Sought
Posted: Mar 11, 2026
View
J85-5 Maintenance Repair and Overhaul Follow On | GovScope