SOURCES SOUGHT
28 -- CRIs for T408 Engines
- Notice Date
- 6/29/2015
- Notice Type
- Sources Sought
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- CRIforT408Engines
- Archive Date
- 7/29/2015
- Point of Contact
- Kathie M. Bartz, Phone: 301-757-6943, Jeanette A Moronta, Phone: 301-757-8729
- E-Mail Address
-
kathie.bartz@navy.mil, jeanette.moronta@navy.mil
(kathie.bartz@navy.mil, jeanette.moronta@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- FOR OFFICIAL USE ONLY INTRODUCTION The Naval Air Systems Command (NAVAIR), in support of PMA-261 CH-53K Heavy Lift Helicopter Program Office, intends to solicit and negotiate with only one source, under the authority of FAR 6.302-1 -Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements, for the following effort: The T408-GE-400 engine cost reduction initiatives. PLACE OF PERFORMANCE Place of Performance Percentage of Effort Government (On-Site) Contractor (Off-Site) Lynn, MA 100% 0% 100% THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible businesses capable of providing the supplies/services described herein prior to determining the method of acquisition and issuance of 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 announcement. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND Sikorsky Aircraft Corporation (SAC) used competition to establish GE as the CH-53K engine supplier as part of the initial System Development and Demonstration (SDD) contract (N00019-06-C-0081). In 2012, the Government broke out the procurement of the CH-53K T408-GE-400 engines for the System Development Test Article aircraft as a separate contract (N00019-13-C-0132) from the aircraft development contract (N00019-06-C-0081) in order to avoid delays in the CH-53K Aircraft production schedule. The CH-53K Helicopter is powered by the T408 engine and incorporates proven technology designed and developed by GE from the T64-GE-416/416A/419 engines, which power the Navy and Marine Corps' legacy variants of the H-53, and other GE engines. The T408 uses increased compressor efficiency, erosion resistant coatings, increased airflow, higher turbine temperatures and efficiency, and design techniques to achieve the increased shaft horse power necessary to meet the increased tactical range, payload, and survivability of the CH-53K Helicopter. ELIGIBILITY The applicable NAICS code for this requirement is 336412 with a Small Business Size Standard of 1,000. The Product Service Code (PSC) is 2850. ANTICPATED PERIOD OF PERFORMANCE Assume an earliest contract award date of November 2015. ANTICIPATED CONTRACT TYPE Fixed-price contract types are anticipated. REQUIRED CAPABILITIES The Government requires the following cost reduction initiatives be accomplished and incorporated into the General Electric, Aviation production line for the T-408-GE-400 engine. This effort will require accomplishment of the following technical efforts as well as effecting a contractual relationship with the T408-GE-400 original equipment manufacturer, General Electric, Aviation, in order to access design data and incorporate these changes into their production line. •· T408-GE-400 Combustor Trim •o Analyze a statistically significant amount of combustor rig test (flame and temperature profile) data. Determine and document combustor design characteristics to productionize combustor manufacturing and eliminate combustor rig testing. •· Stage 1 Turbine Blade Coat Before Grind •o Analyze and streamline the Stage 1 Turbine Blade production by eliminating steps in the manufacturing process. Evaluate eliminating the blade platform masking operation and applying the blade coating prior to grinding. Corrosion test data and tolerance stack analysis will be required. •· Accessory Gear Box (AGB) Productionization •o Productionize the Accessory Gear Box manufacturing methods to reduce and simplify the number of operations. •o Create a matched/line bored housing/cover assembly to eliminate complex machining and alignment datums. •o Develop parts and processes to allow depot machinists to re-match parts if necessary for repair (minimize supportability impacts). •o Redesign housing casting to integrate oil transfer tubes in lieu of machining parts from bar stock. •o Redesign the rotor and the gearbox shaft interface to simplify assembly operations and minimize balance/vibration issues. •· Gas Generator Turbine/Turbine Center Frame - Removal of T800 Coating •o Assess wear conditions of W-seal and cavity components on T408 test engines. Benchmark radial motions against similar applications that do not use T800 coating. Assess potential secondary flow improvements with T800 coating removed, and implement appropriate design changes if eliminating T800 coating proves beneficial. •· Gas Generator Turbine Platinum Aluminide (PtAl) to Aluminide (Al) Coating •o Replace PtAl coating with standard Aluminide coating on T408-GE-400 stage 1 and 2 nozzles and stage 2 blades. SUBMISSION INFORMATION It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the service listed under the required capabilities. This documentation must address at a minimum the following: •1. Company Name; Company Address; Company Business Size, and Point-of-Contact (POC) name, phone number, fax number, and e-mail address. •2. Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status; •3. Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract values, Government point of contract with current telephone number, and a brief description of how the referenced contract related to the services described herein; •4. Management approach to staffing this effort with qualified personnel; •5. Statement regarding capability to obtain the required industrial security clearances for personnel; •6. Company's ability to begin performance upon contract award. •7. What type of work has your company performed in the past in support of the same or similar requirement? •8. Can or has your company managed a task of this nature? If so, please provide details. •9. Can or has your company managed a team of subcontractors before? If so, please cite contracts and teaming arrangement. •10. What specific technical skills does your company possess which ensures capability to perform the tasks? •11. If you are a small business, provide an explanation of your company's ability to perform at least 50% of the tasking described in required capabilities. •12. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office location, CAGE code, DUNS number, etc. •13. Respondents to this notice must also indicate whether they are a large business or qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern. •14. Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted via email to the Contract Specialist, Kathie Bartz at Kathie.bartz@navy.mil and the PCO, Jeanette Moronta at Jeanette.moronta@navy.mil, in either Microsoft Word or Portable Document Format (PDF). The deadline for response to this request is 4:00 p.m., Eastern Standard Time, 14 July 2015. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. No phone calls will be accepted. All questions must be submitted via e-mail. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to these Sources Sought.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/CRIforT408Engines/listing.html)
- Place of Performance
- Address: 1000 Western Ave, Lynn, Massachusetts, 01905, United States
- Zip Code: 01905
- Zip Code: 01905
- Record
- SN03779550-W 20150701/150629234857-d4fcdcc36b56a64e3354ed2a77a16493 (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 |