Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 05, 2017 FBO #5553
SOURCES SOUGHT

J -- E-2/C-2 Airborne Tactical Data System - T56-A-427 Engines Maintenance and Repair - Sources Sought

Notice Date
2/3/2017
 
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
N00019-NA-2017
 
Point of Contact
Regina M Ford, Phone: 301-757-7046, Selinda C Joyner, Phone: 301-342-3396
 
E-Mail Address
regina.ford@navy.mil, selinda.joyner@navy.mil
(regina.ford@navy.mil, selinda.joyner@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION The Naval Air Systems Command (NAVAIR) and PMA 231 E-2/C-2 Airborne Tactical Data System Program Office, Patuxent River, MD are seeking to determine the availability and technical capability of small businesses (including the following subsets: HUBZone; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses, Woman-Owned Small Businesses) to provide the required products or services. This Sources Sought is for maintenance and repair of the Navy's T56-A-427 engines. CONTRACT BACKGROUND This effort is currently being satisfied under Contract N00019-13-D-0019 with Rolls-Royce Engine Services, Oakland. The current contract period of performance ends 31 September 2018, which includes all options. REQUIRED CAPABILITIES The prospective contract will be for the receipt, inspection, disassembly, repair and/or modification, assembly, testing, and preservation of the T56-A-427 propulsion system, modules, Quick Engine Change Assemblies (QECA) 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 the Navy's T56-A-427 Power Sections, Reduction Gear Assemblies, and Torquemeters. NAVAIR anticipates a Requirements Contract with a 12-month base period and four (4) 12-month option periods for a total performance period of 5 years. SPECIAL REQUIREMENTS It is desired that interested firms are International Organization for Standardization (ISO) 9000/1400 and Aerospace Standard (AS) 9100 certified. DISCLAIMER THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. This Sources Sought is for "information and planning purposes only" and is issued in accordance with Federal Acquisition Regulation (FAR) Clause 52.215-3. Furthermore, no solicitation document exists at this time. Issuance of this notice does not constitute any obligation on the part of the Government to procure these items or to issue a solicitation. In addition, the Government is under no obligation to pay for information submitted in response to this Sources Sought or any follow-on information requests, and responses to this notice cannot be accepted as offers. Acknowledgements of receipt will not be made. Any information that the vendor considers proprietary should be clearly marked as such. Responses to this Sources Sought that indicate that the information therein is proprietary or represents confidential business information will be received and held in confidence for U.S. Government use only. This Sources Sought is the initiation of market research under Part 10 of the FAR, and is not a Request for Proposals (RFP). However, information from vendor responses may be used in formulating requirements for an RFP. ELIGIBILITY The applicable NAICS code for this requirement is 336412 with a Size Standard of 1,500 employees. The Product Service Code is J028. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) It is requested that interested firms submit a brief to NAVAIR contracts (AIR 2.2.2.2), to include a capabilities statement package of no more than 10 pages in length, single spaced, 12 point font minimum, demonstrating capabilities in response to the NAVAIR requirements listed above. The brief must address the following information at a minimum: (1) prior/current corporate experience performing efforts of similar size and scope, including contract number, organization supported, indication of whether a prime or subcontractor, contract value, a point of contact for the Government with current telephone number, a brief description of how the contract referenced relates to the requirements described herein; (2) company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small business status; (3) If you are a small business, provide an explanation of your company's ability to perform at least 50% of the requirement; (4) any Government Furnished Property (GFP) required to perform this effort, technical data/drawings, and/or Government Furnished Information (GFI), to successfully perform the requirements. The capability statement package shall be sent by mail to AIR 2.2 Contracts, Code 2.2.2.3.1 Regina Ford, 47123 Buse Road, Building 2272, Suite 453, Naval Air Systems Command, Patuxent River, MD 20670. The response may also be sent via email to Regina.Ford@navy.mil. Submissions must be received no later than 4:00 p.m. Eastern Time on 06 March 2017. Questions or comments regarding this notice may be addressed to Regina Ford at 301-757-7046/Regina.Ford@navy.mil or Selinda Joyner at 301-342-3396/Selinda.Joyner@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-NA-2017/listing.html)
 
Record
SN04390965-W 20170205/170203234638-de1298e0b717e198fe8d2e87a47144a0 (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.