Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 11, 2015 FBO #5101
SOURCES SOUGHT

28 -- T64-GE-416/416A engine fuel control upgrades

Notice Date
11/9/2015
 
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
T64-GE-416-416AEngineFuelControlUpgrade
 
Archive Date
12/9/2015
 
Point of Contact
Kathie M. Bartz, Phone: 301-995-4846
 
E-Mail Address
kathie.bartz@navy.mil
(kathie.bartz@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
•1.0 Description The Naval Air Systems Command (NAVAIR) in support of PMA-261 CH-53 Heavy Lift Helicopter Program Office, intends to procure, on a competitive basis among businesses, for the following effort: The T64-GE-416/416A engine fuel control upgrades. The contract is anticipated to be Fixed-Priced contract types. 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. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to award a contract as a result of this announcement. Further, the Navy is not at this time seeking proposals and will not accept unsolicited proposals. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the expense of interested party. Not responding to this RFI does not preclude participation in any future RFP, if issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FBO) website. It is the responsibility of the potential offerors to monitor this website for additional information pertaining to this requirement. INFORMATION PROVIDED HEREIN IS SUBJECT TO CHANGE AND IN NO WAY BINDS THE GOVERNMENT TO SOLICIT OR AWARD A CONTRACT. •2.0 Background The General Electric (GE) T64 turboshaft free-turbine engine is a mature engine introduced in the early 1960's on the H-53 helicopter and falls under PMA 261. The CH-53E Super Stallion is the USMC's primary heavy-lift helicopter for cargo and assault support. It has three T64-416/-416A or -419 engines and a seven blade main rotor. Under the T64 Hot Day Initiative, PMA-261 initiated an organic T64 engine transition from -416 T/M/S to -416A and to -419 T/M/S. These upgrades involve changes to Gas Generated Turbine (GGT), fuel flow divider, fuel control, and fuel pump. The respondent should address its ability to perform each of the following and include a response to each of the specific requests identified below. •· overhaul and modify Hamilton Standard Engine Main Fuel Control, Model No. JFC 42-1, Assembly Number 589600-36/-37 or General Electric Part Number 6006T77P36/P37 to an Assembly Number 803242-2 or part number 6063T32P02 for a portion of the CH-53 T64 engine population. •· disassemble, clean, inspect, and repair existing (legacy) parts per Navy manuals and Navy Engineering Specifications. The removal of inserts and lee plugs are not required unless otherwise specified in the instructions. The Government will provide the peculiar parts to modify the fuel control to the desired configuration; •· requisition replacement parts utilizing approved supply channels; •· reassemble and shim the fuel control; •· test and make all the necessary adjustments or part replacements to meet all the Standard Limit test points in accordance with the NAVAIR Depot Manual. Navy In-service Engineering shall provide disposition to waivers and deviations from the Navy manual instructions. For example, alternative methods for taking required measures or desired repair procedures not currently included in the instructions; •· provide documentation for new parts assembled in the unit. The Source would have a method to identify, as a minimum, the test stand and the artisan(s) that assemble and tested the unit; and, •· preserve and package the fuel control in approved shipping devices that secure and cushion the unit during shipment. •· display knowledge, skill and abilities to perform overhauling procedures as outlined in the Aviation Source Approval and Management Handbook chapter 3, Exhibit A. •· possess all the appropriate test equipment and special tooling to perform the modification and overhaul of the fuel control. The Navy will provide the depot instructions, illustrated parts breakdown, and peculiar engineering specifications. •3.0 Requested Information As a result of this RFI, NAVAIR expects to receive a Letter of Intent (LOI) from each interested respondent and a concept summary, which contains a detailed description in paragraph 2.0 written from a system solution perspective and outlines development concepts that ensures maximum utilization of infrastructure and platform integration elements that already exist. Prospective Offerors' should explain how they are able to work with the Government and the aircraft manufacturer to integrate the proposed into the CH-53 program. 4.0 Responses International Traffic in Arms Regulations (ITAR). If the respondent is a foreign concern or if a US respondent has a team member or partner who is a foreign entity, adherence to all ITAR regulations is required. In order to receive classified information pertinent to this RFI, responding parties must submit an unclassified Letter of Intent (LOI), not to exceed twenty single-spaced pages, 12 point font minimum, in either Microsoft Work or Portable Document Format (PDf) to Kathie Bartz ( Kathie.bartz@navy.mil ) no later than 5:00 PM Eastern Daylight Time (EDT) 24 November 2015. The LOI shall include the following information to verify credentials (do not submit classified information): •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. 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 this RFI. DO NOT SEND ANY CLASSIFIED INFORMATION VIA UNCLASSIFIED EMAIL. Classified information (up to SECRET) shall be in compliance with current DoD directives and procedures (i.e. DOD 5200.22-M, SECNAV M-5510.36, DOD 5200.01).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/T64-GE-416-416AEngineFuelControlUpgrade/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN03942366-W 20151111/151109234559-8e12533c0ed127c57d216b148b78bed9 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.