SOLICITATION NOTICE
J -- T56 Series III Engine Depot Repair
- Notice Date
- 4/16/2014
- Notice Type
- Presolicitation
- 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
- N68335-14-R-0001
- Archive Date
- 5/17/2014
- 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 (NAVAIR) intends to procure services by full and open competition for the maintenance and repair of the Navy's T56 Series III engines under NAICS Code 336412, Aircraft Engine and Engine Parts Manufacturing. 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. The Naval Air Systems Command anticipates an Indefinite Delivery/Indefinite Quantity contract of a base year with four (4) ordering years, with an approximate maximum quantity of 205 Power Sections, 234 Reduction Gear Assemblies, and 185 Torquemeters to be serviced annually over the five-year ordering period. The maximum 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. If multiple awards are made and two or more responsible small businesses are awarded IDIQ contracts, the Government reserves the right to set-aside delivery orders for small business. A Request for Proposal/Solicitiation is expected to be released in June 2014. IMPORTANT: Registration in System for Award Management (SAM) database will be a prerequisite for receiving an award. The Government is not obligated to and will not pay for any information on the SAM. Refer to the SAM website at https://www.sam.gov. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL! The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. This synopsis is for information and planning purposes only, does not constitute a solicitation for bid or proposals, and should not to be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-14-R-0001/listing.html)
- Record
- SN03340980-W 20140418/140416235803-2e9291b579217163b1f4e51085bb4114 (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 |