SOLICITATION NOTICE
J -- Commercial Depot Level Services of T700-GE-401 and T700-GE-401C Turbo Shaft Engines, Cold Section Modules (CSM), and Power Turbine Modules (PTM) - SOW
- Notice Date
- 8/27/2013
- Notice Type
- Presolicitation
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway, Code 253, Orlando, Florida, 32826-3224, United States
- ZIP Code
- 32826-3224
- Solicitation Number
- N6134013R0018
- Archive Date
- 10/20/2013
- Point of Contact
- Jessica R Roach, Phone: 407-380-8112, Holly J Deford, Phone: 407-380-4418
- E-Mail Address
-
jessica.roach@navy.mil, holly.deford@navy.mil
(jessica.roach@navy.mil, holly.deford@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft Statement of Work for the Commercial Repair of USN/USMC T700-GE-401 and T700-GE-401C Engines, Cold Section Modules, and Power Turbine Modules. This is notice that the Naval Air Warfare Center, Training Systems Division (NAWCTSD) intends to solicit proposals for a potential contract award. NAWCTSD has a requirement to support PMA-299 with services of repair, rework, and testing of the T700-GE-401 and 401C Turbo Shaft Engines, CSM and PTM in accordance with the T700 Depot Maintenance Work Requirement (DMWR). The T700 engines, CSM and PTM are designated Critical Safety Items (CSI). Thus, it is imperative that contracted engine repair facilities have all required support equipment, current test cells, and parts access needed to repair T700-GE-401/401C engines and modules. The contractor should have extensive experience in repair, testing, and acceptance of the T700-GE-401/401C engines and modules. Additionally, it is mandatory that any interested parties substantiate NAVAIR Source Approval in accordance with the Joint Aeronautical Commanders' Group (JACG) Aviation Source Approval and Management Handbook dated 16Mar2011 and Secretary of the Navy Instruction 4140.2 prior to contract award. The contractor is also required to be a certified Federal Aviation Administration (FAA) CT-7 repair station and meet all Original Equipment Manufacturer (OEM) specifications. A draft Statement of Work (SOW) for this requirement is attached to this notice. NAWCTSD seeks to competitively award this contract on a Full and Open basis. The anticipated contract award will be a commercial single award indefinite delivery/indefinite quantity (IDIQ) type contract on a Firm Fixed Price (FFP) basis. The contract will be awarded using a best value trade-off process. Specific details will be provided in the formal RFP N61340-13-R-0018, which will be posted on the World Wide Web on the Government wide point of entry (GPE) on or about 21 October 2013. Be advised that periodic access to the GPE is essential for obtaining updated documentation and the latest information regarding the procurement. Questions and comments on the RFP and any other documents posted regarding the subject requirement are welcomed and should be emailed to jessica.roach@navy.mil. Be advised that questions, comments and answers may be posted on the solicitation website. This notice is intended to satisfy the requirement at FAR 5.204, Presolicitation Notices. Please recognize that this notice is not itself a request for proposals (RFP) concerning a competition acquisition; it serves only to raise awareness of a possible contracting opportunity that stands imminent. For questions regarding the matter, contact the responsible Contract Specialist, Jessica Roach, at (407) 380-8112 or jessica.roach@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134013R0018/listing.html)
- Place of Performance
- Address: TBD, TBD, 00000, United States
- Zip Code: 00000
- Zip Code: 00000
- Record
- SN03164982-W 20130829/130828000356-4527189e3146c1ab767b6a0e92d9b6ea (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 |