SOURCES SOUGHT
J -- SOURCES SOUGHT SYNOPSIS FOR ROLLS-ROYCE SPEY 511-8 OVERHAUL AND REPAIR
- Notice Date
- 10/28/2009
- Notice Type
- Sources Sought
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BJ
- ZIP Code
- 00000
- Solicitation Number
- NNJ10316069L
- Response Due
- 11/12/2009
- Archive Date
- 10/28/2010
- Point of Contact
- Christina Hibbs, Contract Specialist, Phone 281-483-8119, Fax 281-333-0459, Email christina.a.hibbs@nasa.gov - Nancy S. Robb, Contracting Officer, Phone 281-483-9044, Fax 281-333-0465, Email nancy.s.robb@nasa.gov
- E-Mail Address
-
Christina Hibbs
(christina.a.hibbs@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- NASA/JSC is hereby soliciting information about potential sources for scheduled andunscheduled overhauls and field service, midlife inspections, calendar extensions, andfive year/two thousand hour reduced work scope inspections of NASA/JSC's Rolls Royce SpeyMark 511-8 engines during the term of this contract. This includes compliance with Airworthiness Directives, pertinent service Bulletins, andmodifications necessary to maintain the engines to the standards of the current RollsRoyce Service Bulletin 72-666 and NASA Overhaul Specifications for Spey Engines MK 511-8or NASA Specifications for Turbine Midlife and Calendar Life Inspections for Spey EnginesMK 511-8. Accessory overhaul requirements are included in the NASA Accessory OverhaulSpecifications for Spey engines MK 511-8. The Contractor shall also provide FAA certificated Spey 511-8 rental engines whenrequired for use on any NASA owned or operated certificated G1159, G1159A or G1159Baircraft. Rental engines will have the CASC 216 fuel flow regulator flow schedule.The Contractor shall have the resources and authority necessary to perform majormaintenance and any associated maintenance, preventive maintenance and alterations. TheContractor shall possess an FAA Repair Station certificate in accordance with FAA FARPart 145, Repair Stations, certified for Rolls-Royce Spey 511-8 overhaul maintenance ormeets FAA FAR Part 43.17 as an authorized repair facility for the Rolls-Royce Spey 511-8.The Contractor shall have access to a laboratory, which has the capability to analyzeengine failures within 24 hours of an engine failure.The overall North American Industry Classification System (NAICS) Code for thisprospective procurement is 336412.No solicitation exists; therefore, do not request a copy of the solicitation. If asolicitation is released it will be synopsized in FedBizOpps and on the NASA AcquisitionInternet Service. It is the potential offerors responsibility to monitor these sitesfor the release of any solicitation or synopsis.NASA JSC is especially seeking capabilities from small, small disadvantaged, women-ownedsmall, 8(a), HUBZone, veteran-owned small, service disabled veteran-owned small,historically black colleges and universities, or other minority educational institutionsfor the purposes of determining the appropriate level of competition and/or smallbusiness subcontracting goals for this requirement.Responses must include the following: name and address of firm, North American IndustryClassification System (NAICS) code, size of business; average annual revenue for past 3years and number of employees; ownership; whether they are large, small, disadvantaged,women-owned small, 8(a), HUBZone, veteran-owned small, service disabled veteran-ownedsmall, historically black colleges and universities, or other minority educationalinstitutions; number of years in business; affiliate information: parent company, jointventure partners, potential teaming partners, prime contractor (if potential sub) orsubcontractors (if potential prime); list of customers covering the past five years(highlight relevant work performed, contract numbers, contract type, dollar value of eachprocurement; and point of contact - address and phone number).Responses shall alsoinclude proof of FAA Repair Station certificate in accordance with FAA FAR Part 145.Any questions regarding this synopsis should be directed to the point of contact.Please advise if the requirement is considered to be a commercial or commercial-typeproduct. A commercial item is defined in FAR 2.101.This synopsis is for information and planning purposes and is not to be construed as acommitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemedfully qualified will be considered in any resultant solicitation for the requirement. Potential offerors will be responsible for downloading their own copy of the solicitationand amendments (if any). The Government reserves the right to consider a small business or 8(a) set-aside based onresponses hereto. All responses shall be submitted to Christina Hibbs in writing viae-mail no later than 4:30 PM CDT, November 12, 2009. Please reference NNJ10316069L inany response.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ10316069L/listing.html)
- Record
- SN01993556-W 20091030/091028234830-38cabb4394717f6c57a7ffc7942659f5 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |