SOURCES SOUGHT
99 -- Borescope Blendable Repair Services
- Notice Date
- 2/5/2020 3:56:58 PM
- Notice Type
- Sources Sought
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N0001920R0017
- Response Due
- 2/27/2020 1:00:00 PM
- Archive Date
- 03/13/2020
- Point of Contact
- Martha Scott, Phone: 3013428460
- E-Mail Address
-
martha.scott@navy.mil
(martha.scott@navy.mil)
- Description
- INTRODUCTION The Naval Air Systems Command (NAVAIR) and PMA 257 Harrier T/AV-8B Program Office, Patuxent River, MD are seeking potential business sources to provide Borescope Blending Repair Services to the US Government and the Government of Italy for repair of installed F402-RR-408A/B engines on the AV-8B Harrier. This market research survey is being conducted to identify potential businesses to provide an average of 25 blends annually with a maximum capability to blend up to 48 annually based on historical data. This notice is being used for the purpose of determining market interest, availability and adequacy of potential business sources prior to establishing the method of services acquisition and issuance of a Request for Proposal (RFP). NAVAIR will use the responses to this notice to formulate a picture of ""the state of what is possible"" in the marketplace and to determine whether NAVAIR should solicit formal proposals to meet its objectives. Responses in any form are not offers. The Government reserves the right to review and use data at its own discretion. Upon request, NAVAIR will protect any proprietary information from unwanted disclosure. 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. CONTRACT BACKGROUND This effort is currently being satisfied under Contract N00019-16-D-1001 with Rolls-Royce Defense Services Inc., Indianapolis, IN. The current contract period of performance ends 30 September 2020, which includes all options. REQUIRED CAPABILITIES The service shall include the following requirements: The Contractor must perform the inspection of candidate engines and repair of those engines both in the Continental United States (CONUS) and Outside Continental United States (OCONUS) within a given timeframe. The Contractor shall be required to travel to the sites immediately upon request, blend and inspect compressor blades on engines installed in the aircraft and document and photograph the repair. The Contractor must: (1) be capable of blending Titanium Alloy Ti 6Al-4V; (2) be able to access a 6mm maximum blendable borescope diameter in the F402-RR-408A/B High Pressure Compressor (HPC) and Low Pressure Compressor (LPC) Sections of the engine; (3) be capable of measuring and recording damage size and location within the engine; (4) have a capture system to ensure no possibility of Foreign Objects Damage (FOD) due to tool package; (5) be capable of recording digital images of damage with measurement of damage captured on the image; (6) be capable of transferring the recorded digital images via electronic mail system; (7) be capable of transferring recorded digital images to paper reporting documents; (8) be able to support a minimum of two borescope efforts simultaneously; (9) provide all tooling and equipment necessary to perform the services; and (10) prevent FOD as a result of services performed. 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 The Contractor shall implement and maintain security procedures to prevent unauthorized disclosure and distribution of unclassified information. Blending team members are required to obtain a Common Access Card (CAC) and adhere to FAR Clause 252.225-7040 CONTRACTOR PERSONNEL AUTHORIZED TO ACCOMPANY U.S. ARMED FORCES DEPLOYED OUTSIDE THE UNITED STATES (FEB 2013) for access to military installations. 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) Responses to this notice should include: (1) A discussion of the Contractor's technical approach; (2) A synopsis of the Contractor's experience in the field of turbine engine repairs, to include borescope blending of turbine engine blade defects; (3) A description of the proposed repair levels and responsibilities, as well as tools, equipment, and processes to be utilized; and (4) A statement as to whether the Contractor is a small business for the standard industrial classification code that pertains to the approach(es) being discussed. �� SUBMISSION CONTENT: Written responses are requested to be no more than 5 single-spaced, 8.5 x 11 inch pages using 12 point Times New Roman font minimum. If the material provided contains proprietary information, please mark accordingly and provide disposition instructions (submitted data will not be returned). Classified material shall not be submitted. The response should include, but is not limited to, the following: (a) A one page company profile to include Company name, address, point of contact (including telephone number and email address). A discussion of any potential Small Business Administration (SBA) business size classification (i.e. large, small, HUB Zone small, small disadvantaged, or woman-owned small business concerns, Service-Disabled Veteran-Owned Small Business (SDVOSB)), number of employees, Cage Code, DUNS number, NAICS Code, Product Service Code, major products, primary customer base, statement on whether your interest in this sources sought is for the purpose of becoming the prime offeror or to inquire about subcontracting possibilities, and points of contact who are able to discuss the material submitted. (b) A description of your company's past experience and performance of similar contracts for Borescope Blending. Include whether CPAR ratings for Past Performance(s) are available. This description shall address current as well as prior experiences. (c) Any other information your company deems necessary to aid the Government in refining its acquisition strategy and assessing your company's capability. SUBMISSION INFORMATION: Interested offerors shall respond to this notice, no later than 4:00 PM (Eastern Standard Time) on 27 February 2020. All interested offerors must be registered in Systems for Award Management (SAM) to be eligible for award of Government contracts. Send two copies of written responses to: Naval Air Systems Command, Attn: Martha Scott, AIR-2.2.2.2.2, 47123 Buse Rd., Building 2272, Room 453, Patuxent River, MD 20670. Electronic responses are encouraged and must be submitted in Microsoft Word or Microsoft Excel format, or Portable Document Format (PDF) to the following address: martha.scott@navy.mil. Responses received after this date and time will not be considered.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/3737c3de245b48a0aa69efa63b03b26f/view)
- Record
- SN05553187-F 20200207/200205230148 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |