SOURCES SOUGHT
J -- T56 Series III Engine Repair
- Notice Date
- 8/22/2013
- Notice Type
- Sources Sought
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- N68335-13-RFI-0239
- Archive Date
- 10/8/2013
- Point of Contact
- Jillian J Kohler, Phone: 732-323-4589
- E-Mail Address
-
jillian.kohler@navy.mil
(jillian.kohler@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Air Systems Command is issuing this Sources Sought synopsis for a follow-on requirement for maintenance and repair of the Navy's T56 Series III engines under NAICS Code 336412, Aircraft Engine and Engine Parts Manufacturing. This Sources Sought is being used as a market research tool pursuant to FAR Part 10 to determine potential sources and their business size. The Government is not obligated and will not pay for any information received from potential sources as a result of this notice. The prospective contract will be for the receipt, inspection, disassembly, repair and/or modification, assembly, testing, and preservation of the T56 Series III Propulsion System, modules, Quick Engine Change Kit (QECK), and components. The Contractor will provide facilities, labor, material, and arrange for outside services, as required, to return items to a Ready For Issue (RFI) condition. The three major modules of the engine to be maintained and repaired under this contract will be Power Sections, Reduction Gear Assemblies, and Torquemeters. These services are currently being obtained under Contracts N00019-09-D-0012/0013/0014 with Turbopower, LLC, Rolls Royce Engine Services-Oakland and Standard Aero (San Antonio) Inc, respectively. The Naval Air Systems Command anticipates an Indefinite Delivery/Indefinite Quantity contract of a base year with four (4) ordering years, with a maximum quantity of 160 Power Sections, 180 Reduction Gear Assemblies, and 140 Torquemeters to be serviced annually. The turn-around time for overhaul and maintenance is 60 calendar days for Power Sections, 70 days for Reduction Gear Assemblies and 60 days for Torquemeters. The Government reserves the right to make multiple awards if it is determined to be most advantageous based on the capabilities and overall evaluation of the proposals received. No promise of a contract award is implied and contractors are not being asked to submit cost proposals. Rather this notice requests capabilities information that illustrates sources can successfully perform this anticipated effort, either directly or through teaming arrangements. Direction to company websites and vague statements of capability are not encouraged. It is desired that interested firms possess the following approvals, certifications, and/or capabilities: 1. Be factory approved for the repair and maintenance of the Rolls Royce T56 Series III engines and all of its accessories; 2. Be International Organization for Standardization (ISO) 9001/14000 and Aerospace Standard (AS) 9100 certified. RESPONSE DEADLINE: Interested sources should submit an unclassified capability package by containing: 1. Company name and address; 2. Company point of contact including email address and phone number; 3. Company's business size and list of North American Industry Classification System (NAICS) codes under which goods and services are provided; 4. Specifics addressing the company's capability and experience with tasking listed below; 5. Potential teaming arrangements; 6. Related past performance; and 7. General corporate information. The total submission should not exceed 10 pages. Please note that contractors must be registered in the System for Award Management (SAM) database to be eligible for contract award or payment from any DOD activity. Information on registering and annual confirmation requirements may be obtained by accessing the SAM web site at http://www.sam.gov/. Information provided by Small Businesses who respond with interest in subcontracting opportunities will be forwarded to prime contractors during the request for proposal process. Responses to this Sources Sought notice are requested not later than close of business on 23 September 2013. Responses should be submittted electronically via Email to Jillian Kohler, Contract Specialist, at Email jillian.kohler@navy.mil with 'SS-N68335-13-RFI-0239' in the subject line of the email. Alternatively, responses may be submitted via common carrier such as FEDEX, UPS, or USPS by sending a hard copy to the following address: Naval Air Warfare Center Aircraft Division, Bldg 120-166, Highway 547, Lakehurst, NJ 08733, Attn: Ms. Jillian Kohler. PLEASE NOTE: If you choose to submit your capability package via common carrier, sufficient time should be allowed to make sure it arrives at the above designated receipt location before close of business on the due date. Phone and faxed responses will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-13-RFI-0239/listing.html)
- Record
- SN03158959-W 20130824/130823000017-74a68ae3cac053f4e6995a9a26f2ac57 (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 |