Opportunity
SAM #SPRTA126R0243
Procurement of F100 Aircraft Engine Compressor Blade Sets (Pratt & Whitney)
Buyer
DLA AVIATION AT OKLAHOMA CITY, OK
Posted
April 15, 2026
Respond By
April 30, 2026
Identifier
SPRTA126R0243
NAICS
336412, 336413
This opportunity involves the procurement of compressor blade sets for the F100 aircraft engine by DLA Aviation at Oklahoma City, based at Tinker Air Force Base. - Government Buyer: - Defense Logistics Agency (DLA) Aviation at Oklahoma City - Located at Tinker Air Force Base, Oklahoma - OEMs and Vendors: - RTX Corporation dba Pratt & Whitney (CAGE: 52661) is a qualified source - Products/Services Requested: - Blade Set, Compressor for F100 Aircraft Engine - NSN: 2840-01-502-1299NZ - Part Number: 4087233 - Each set includes two titanium alloy blades (8 in. x 3.5 in. x 2.5 in., 1.5 lbs each) - Total quantity: 2,877 sets (delivered in increments: 2,421; 184; 136; 136) - Unique or Notable Requirements: - Item is a Critical Safety Item (CSI) - Item Unique Identification (IUID) is required - No small business set-aside - Export control does not apply - Delivery to Tinker AFB, Oklahoma - Procurement is full and open but may be limited to qualified sources
Description
Synopsis
1. Estimated issue date 1 May 2026 and estimated closing/response date 4 Jun 2026.
2. RFP #: SPRTA1-26-R-0243
3. Contracting Office Address: 3001 Staff Drive Tinker AFB, OK 73145
4. PR#: TBD
5. Nomenclature/Noun: Blade Set, Compressor
6. NSN: 2840-01-502-1299NZ
7. PN: 4087233
8. Application (Aircraft): F100
9. AMC: 3R
10. History: SPRTA1-25-F-0044 awarded 20 Dec 2024 for 42 each to CAGE 52661. SPRTA1-25-F-0045 awarded 20 Dec 2024 for 26 each to CAGE 52661. SPRTA1-22-F-0196 awarded 6 Apr 2022 for 168 Sets and 50 Sets to CAGE 52661.
11. Description: Fits on the F100-229 engine inlet fan module 3rd stage compressor rotor. The item is a set of two each blades.
12. Dimensions: 8.0000 in. long X 3.5000 in. wide X 2.5000 in. high, weighing 1.5000 lbs.
13. Material: Titanium Alloy
14. A firm fixed price contract is contemplated. The items, estimated quantities, and required deliveries are as follows:
Quantity:
LINE ITEM 0001: Blade Set, Compressor
a) Destination: SW3211 / Tinker AFB, OK 73145 b) Delivery: a. 2,421 Sets on or before 1 Aug 2026 b. 184 Sets on or before 1 Aug 2027 c. 136 Sets on or before 1 Aug 2028 d. 136 Sets on or before 1 Aug 2029
15. Qualified Sources: 1. RTX Corporation dba. Pratt & Whitney (Cage: 52661)
16. Set-aside: No SB Set-aside
17. Critical Safety Item (CSI) applicability: CSI criteria DOES APPLY to this item.
18. Mandatory Language:
In accordance with FAR 5.207(c)(16)(i), all responsible sources may submit a capability statement, proposal or quotation, which shall be considered by the agency. The proposed contract action is for supplies in which the Government intends to solicit and negotiate with only one source, or a limited number of sources under the authority of FAR 6.302. This is a full and open requirement. All proposals received within 45 days after date of publication of this synopsis will be considered by the Government. A determination 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 will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice.
Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.
Electronic procedures will be used for this solicitation. Hardcopies of the solicitation will not be sent from this office. The solicitation will be available for download only at sam.gov. Note: An Ombudsman has been appointed to hear concerns from offers or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to contact the Ombudsman at (385) 591-1672. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
19. Item Unique Identification (IUID): Yes
20. Export Control DOES NOT Apply. 21. Anticipated/Estimated Award date: Estimated 60 calendar days after solicitation closing date
22. The solicitation will be available for download on the release date from www.sam.gov. No telephone requests. Questions concerning this synopsis or subsequent solicitation can be directed to Keith Russ at keith.russ@us.af.mil.