Overhaul of F100-PW-229 Augmentor Fuel Control and Augmentor Fuel Pump

SOL #: FA8121-26-R-0007Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8121 AFSC PZAAA
TINKER AFB, OK, 73145-3303, United States

Place of Performance

Windsor Locks, CT

NAICS

Aircraft Engine and Engine Parts Manufacturing (336412)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Engine Accessories (J029)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 9, 2026
2
Last Updated
Apr 1, 2026
3
Submission Deadline
May 8, 2026, 8:00 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 (AFSC, Tinker AFB, OK) has issued a Combined Synopsis/Solicitation (RFP FA8121-26-R-0007) for the overhaul and repair of F100-PW-229 Augmentor Fuel Control and Augmentor Fuel Pump. This is a sole source requirement to Hamilton Sundstrand, Corp. (CAGE 73030). The solicitation was amended to extend the proposal due date to May 8, 2026, at 3:00 PM CDT.

Scope of Work

This requirement covers repair, overhaul, modification, testing, preparation for storage, and shipment of the F100-PW-229 Augmentor Fuel Control (NSN 2915013097888NZ, PN 4071353) and Augmentor Fuel Pump (NSN 2915013102141NZ, PN 4070290). The work must adhere to all applicable Technical Orders (TOs), Government Specifications, and Drawings. Specific overhaul requirements include the replacement of P/N 801038-1 for the AFC and P/N 792777-2 for the AFP. Contractor Furnished Material is required for all repairs/overhauls.

Contract Details

  • Type: Firm Fixed Price (FFP)
  • Duration: 1-year basic contract with an option to extend services for up to 6 additional months (FAR 52.217-8).
  • Set-Aside: Not Applicable (Sole Source)
  • NAICS: 336412 (Small Business Size Standard: 1,500 employees)
  • PSC: J029 (Maintenance, Repair And Rebuilding Of Equipment: Engine Accessories)
  • Funding: Funds are not presently available; award is contingent upon fund availability. The Government reserves the right to cancel the solicitation.
  • Place of Performance: Windsor Locks, CT.

Key Requirements & Deliverables

  • Source Approval: Potential sources must obtain Engineering Support Activity (ESA) approval by submitting a Source Approval Request (SAR) package, including Quality Assurance Certificates (ISO 9001/AS9100), Self-Assessment Checklists, and detailed technical data.
  • Quality Management: Contractors must utilize an inspection and Quality Management System (QMS) compliant with ISO 9001 or AS9110, and AFI 63-138 Chapter 6.
  • Packaging & Shipping: Strict adherence to Special Packaging Instructions (SPIs), MIL-STD-2073, MIL-STD-129, and UN restrictions on Wood Packaging Material (WPM) is mandatory. Items with residual fuel are considered hazardous materials (UN3363, Class 9) and require special handling. F.O.B. Origin is the recommended term, requiring coordination with DCMA Transportation.
  • IUID Marking: Items must be marked with Unique Item Identification (IUID) in accordance with DFARS 252.211-7003 and MIL-STD-130, specifying data plate locations for both the Fuel Control and Fuel Pump.
  • Reporting: Mandatory reporting via the Commercial Asset Visibility Air Force (CAV AF) system for Government-owned assets, and Contractor Manpower Reporting via SAM.gov.

Submission & Evaluation

Proposals are requested from all responsible sources and must hold proposed prices firm for 120 days. Pricing must be provided using the Exhibit C, Pricing Matrix, which details CLINs/ELINs and NSNs for repair services. Evaluation factors include Price or Cost as the primary consideration.

Contact Information

For additional information, contact Daren Harmon, Contract Specialist, at Daren.Harmon.4@us.af.mil.

People

Points of Contact

Daren HarmonPRIMARY
Andrea GreeneSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 2Viewing
Combined Synopsis/Solicitation
Posted: Apr 1, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Mar 9, 2026
View
Overhaul of F100-PW-229 Augmentor Fuel Control and Augmentor Fuel Pump | GovScope