SOURCES SOUGHT
28 -- T700 Series Turbine Engine, Engine Containers and Related Data
- Notice Date
- 5/18/2016
- Notice Type
- Sources Sought
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RSA (W58RGZ) Aviation, SPARKMAN CIR BLDG 5303, Redstone Arsenal, Alabama, 35898-0000, United States
- ZIP Code
- 35898-0000
- Solicitation Number
- W58RGZ16R0262
- Archive Date
- 6/18/2016
- Point of Contact
- Rometa Hogan, Phone: 2568763971
- E-Mail Address
-
rometa.hogan.civ@mail.mil
(rometa.hogan.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Contracting Command - Redstone (ACC-RSA) is issuing this Sources Sought synopsis as a means of conducting market research to identify parties having an interest in, and the resources to support a requirement for the procurement of T700 series turbine engines, engine containers and related data. The result of this market research will contribute to determining the method of procurement for the T700 series engine. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 336412. This Sources Sought is issued solely to gather information for planning and market research purposes. This is not a request for proposals. The Government will not award a contract on the basis of this notice. All information submitted in response to this request shall become the property of the Government and will not be returned to the submitter. Proprietary information should be clearly marked, and respondents needing confidential treatment for any proprietary information furnished must comply with the Security Exchange Commission's confidential treatment regulations at 17 C.F.R. 200.83. Respondents will not be notified of the results of the review of the information provided, but may be contacted for additional information for clarification. The Government intends to solicit and award a Fixed Price, Indefinite Delivery Indefinite Quantity contract for this requirement. The contract delivery period is anticipated to be January 2020 through December 2024. The T700 engine is a front drive, turboshaft engine of modular construction. One engine is mounted on the airframe at both sides of the main transmission. The engine is divided into multiple modules that include a cold section, hot section, power turbine section, and accessory section. The cold section module includes the inlet particle separator, the compressor, the output shaft assembly, and line replaceable units (LRUs). The inlet particle separator removes sand, dust, and other foreign material from the engine inlet air. The compressor has multiple axial stages and one centrifugal stage. There are variable inlet guide vanes and variable stage 1 and stage 2 vanes. LRUs mounted on the cold section module include the Digital Electronic Control (DEC), Anti-icing and Start Bleed Valve (AISBV), history counter, ignition system, and electrical cables. The hot section module consists of three subassemblies; the gas generator turbine, stage 1 nozzle assembly, and combustion liner. The gas generator turbine consists of a gas generator stator assembly and a two-stage air cooled turbine rotor assembly which drives the compressor and the accessory gearbox. The stage 1 nozzle assembly contains air cooled nozzle segments. The combustion liner is a ring-type combustor cooled by air flow from the diffuser case. The power turbine module includes a two-stage power turbine: exhaust frame and the C-sump assembly. The LRUs mounted on the power turbine section module include the thermocouple harness, torque and overspeed sensors. The accessory section module includes the top mounted accessory gearbox and a number of LRUs. The LRUs mounted on the module are the Hydromechanical Unit (HMU), engine driven fuel boost pump, oil filter, oil cooler, alternator, oil and scavenge pump, particle separator blower, fuel filter assembly, chip detector, oil filter bypass sensor, fuel pressure sensor, and oil pressure sensor. The T700 engine is qualified by the US Army Aviation Engineering Directorate and approved for installation on H-60 and H-64 applications. The Government does NOT own a Technical Data Package (TDP) for the T700 series engine, including system/subsystem drawings, tooling drawings, software source code or models and simulations. Sources Sought Requirements - Description of Information Requested •1. Provide company information including: •a. Company name and address. •b. Size of company (number of personnel, total revenue, ownership, CAGE Code, Parent Corporation, etc.). •c. Point(s) of contact including name, phone number, address, and email and length of time in business. •d. Geographic presence. •2. Provide evidence that the offerors engine is qualified by the US Army Aviation Engineering Directorate and approved for installation on the H-60 and H-64 aircraft. This can either be a complete collection of qualification test and analysis data, a summary report, or a signed statement of airworthiness from the Army Aviation Engineering Directorate. •3. Provide evidence that the offerors engine is equivalent (ie. fit, form and function) to the current T700-GE-401C and T700-GE-701D engine configurations to ensure all of the existing field, depot, logistical and Government owned support equipment is compatible. •4. Describe how your organization would support the complete lifecycle of the T700 series engine in the following areas: •a. TDP for manufacturing and support of the T700 series engine •b. System Safety. •c. Integrated Logistic Support (ILS) and associated documentation. •d. Facilities and personnel resources. •e. Depot Maintenance Work Requirement (DMWR) and Technical Manual (TM) generation, management, and edit. •f. Engineering support to resolve manufacturing problems, field issues, and component failure investigations encountered during the engine life cycle. And specifically with respect to capabilities to support the following areas: · Facilities capable of performing engine-level testing. · Ensuring that all quality escapes are promptly reported and assessed for impact. · Ensuring that all engines are compliant with requirements in the applicable engine model specification and existing quality systems (ANSI/ISO/ASQ 9001:2000, AS 9100 or equivalent). · Ensuring that all hardware meets the requirements of the Army Critical Safety Item (CSI) program •5. Provide any other pertinent information that will assist us in this assessment. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information from industry vendors regarding their interest, capabilities, and recommendations in developing proposals for the Utility Helicopter Project Office, Program Executive Office, Aviation (PEO Aviation). Include whether or not you are a small business; HUB-Zone Small Business; Service-Disabled Veteran Owned, Veteran-Owned Small Businesses; Women-Owned Small Business; or Small Disadvantaged Business in order to assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. All interested firms with capabilities identified herein are encouraged to respond to this Sources Sought, by Technical questions, data requests and industry responses to this Sources Sought are to be sent via email to Rometa Hogan, rometa.hogan.civ@mail.mil, CCAM-BHB, 256-876-3971. All mail requests must be received by 1630 hours CST on 3 June 2016. Electronic transmissions must not exceed 5 megabytes and responses in the form of white papers should be limited to 20 pages in length and may include technical specifications and product sheets as deemed necessary. All material submitted in response to this Sources Sought must be unclassified. Contracting Office Address: ACC-RSA - (Aviation), ATTN: CCAM-BHB, Building 5308, Martin Road, Redstone Arsenal, AL 35898-5280
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ab9141f35f277f6f93bf450161cf0e67)
- Place of Performance
- Address: 1000 Western Ave, Lynn, Massachusetts, 01905, United States
- Zip Code: 01905
- Zip Code: 01905
- Record
- SN04120557-W 20160520/160518234207-ab9141f35f277f6f93bf450161cf0e67 (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 |