MODIFICATION
28 -- LRIP/FRP Engines Lot 6-13
- Notice Date
- 5/6/2021 4:22:35 AM
- 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
- LRIP_FRP_Engines_Lots_6-13
- Response Due
- 5/21/2021 1:00:00 PM
- Archive Date
- 06/05/2021
- Point of Contact
- Brian F. Beavan
- E-Mail Address
-
brian.f.beavan@navy.mil
(brian.f.beavan@navy.mil)
- Description
- INTRODUCTION The Naval Air Systems Command (NAVAIR), in support of PMA-261 H-53 Heavy Lift Helicopters Program Office, is seeking sources that have the capability, experience and facilities required to manufacture and deliver T408-GE-400 engines, including spares, to support the CH-53K Lot 6-13 production aircraft. Based upon current budget, Block Buy Contracting (BBC), Multi-Year Procurement (MYP) approvals and potential International cases, the total quantity required to support Lots 6-13 is six hundred eighty-six (686) engines and spares; however, the final quantities procured may be adjusted as authorized and appropriated by Congress. Tasks include the procurement of components, associated equipment and support comprised of special tooling, support equipment, test equipment, training equipment/services, sustaining engineering, non-recurring and recurring engineering associated with engineering changes, publications, technical data, cost reduction initiatives, parts obsolescence, quality assurance, reliability and maintainability logistics support, publications, spare engine tear down/inspection/re-build/repair, test and delivery, and technical, administrative and financial data required to build and maintain the T408 engines. PLACE OF PERFORMANCE Place of Performance Percentage of Effort Government (On-Site) Contractor (Off-Site) TBD 100% 0% 100% DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. 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. 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 converted the procurement of the CH-53K T408 engines from Contractor Furnished Equipment (CFE) to Government Furnished Equipment (GFE) 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 horsepower 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 1,500. The Product Service Code (PSC) is 2850. ANTICPATED PERIOD OF PERFORMANCE Assume an earliest contract award date of August 2022 for lots 6-8. Fully qualified engines and spare engines are to be delivered in accordance with the Block Buy contracted schedule and potential International case, if approved. The first three (3) engines will be required NLT FEBRUARY 2024.� The remaining engines, including spares, will be required in accordance with the aircraft build schedule (TBD) with the last engine NLT 22 FEBRUARY 2031 utilizing the Multi-Year Procurement contract, if approved. ANTICIPATED CONTRACT TYPE Fixed-price contract types are anticipated. REQUIRED CAPABILITIES The CH-53K Air Vehicle is a three (3) engine aircraft, which the Marine Corps will employ to transport cargo, equipment and troops, and in amphibious assault and subsequent operations ashore.� The CH-53K Air Vehicle will operate at distances, airspeeds, and gross weights that support Expeditionary Maneuver Warfare (EMW), Operational Maneuver from the Sea (OMFTS), and Sea basing concepts.� When equipped with approved kits, the helicopter may be used for vertical on-board delivery of cargo and equipment from ship-to-ship, ship-to-shore, and shore-to-ship.� The helicopter will be equipped to be operationally compatible with the LHA, LHD, LHA(R), air capable ships, and CV/CVN vessels. CH-53K engines must meet or exceed minimum Key Performance Parameter thresholds as established by the Joint Requirements Oversight Council (JROC) to achieve greater range than the CH-53E. Characteristics include but are not limited to: 27,000 lbs payload 5% increase in fuel consumption A level flight airspeed, using maximum continuous engine power available, of not less than 150 KTAS for maximum internal load Take-Off Gross Weight (TOGW). At the TOGW for the 110 nm SOA / External Lift mission with a 24,000 lbs / 56 ft 2 load, the HLR shall have a level flight airspeed, using maximum continuous engine power available, of not less than 130 KTAS. At the maximum external gross weight (GW), with a 29,200 lbs / 56 ft2 external load, the HLR shall have a level flight airspeed, using maximum continuous engine power available, of not less than 110 KTAS. The CH-53K engines shall also be designed to operate in the environments defined below without sustaining damage or degradation: Temperature: -40�C (-40�F) to +50�C (+122�F). Temperature at altitude shall be based on 1% Temperature, with a -40�C (-40�F) surface temperature minimum limit for cold day. Humidity: 0-100% RH, including conditions where moisture condenses on the component. Shipboard environment: Sulfur and nitrogen oxide containing gasses from ship stacks and aircraft exhaust combined with 3.5% sodium chloride sea spray to form highly acidic moisture films of pH 2.4 - 3.2 Rain: 8-inches per hour operational up to 100 kts forward flight speed and 1-inch per hour for maintenance/servicing. Rain exposure for 30 minutes for both cases. Salt spray: Components of the aircraft shall not degrade after exposure to a 5% by weight salt fog solution for the life of the part. �General Electric Company is the sole designer and developer of engines for the H-53 legacy and CH-53K helicopters, and, accordingly, is the known responsible firm with the requisite knowledge, capability, experience, special tooling, and test facilities necessary to fulfill the Government's requirements within the required timeframes herein.� GE has an established supplier base and manufacturing processes which are critical for production. The Government is seeking to enter into a contract with GE under a new contract; however the Government will consider responses for the purpose of determining whether to conduct a competitive procurement for all parts of the planned tasking. The requested information herein is to assist the Government in conducting market research to determine potential business sources that have the assets, skills, experience, financial stability, qualifications, rights to technical data, and knowledge required to support the requirement. The Government does not possess the complete technical data package or data rights to provide for the efforts herein. 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: Company Name; Company Address; Company Business Size, and Point-of-Contact (POC) name, phone number, fax number, and e-mail address. Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status; Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract numbers, 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; Management approach to staffing this effort with qualified personnel; Statement regarding capability to obtain the required industrial security clearances for personnel; Company�s ability to begin performance upon contract award. Company�s prior/current experience and ability to meet production requirements and quantity of T408 Engines under the proposed effort. Company�s prior/current experience and ability to meet the government�s need date for delivery of the required T408 Engines. Company�s prior/current experience and ability to manage a team of subcontractors?� Please cite contracts and teaming arrangement. What specific technical skills does your company possess which ensures capability to perform the tasks? Address any existing licensing/agreements with the OEM for manufacture of the T408 Engines.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. 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. 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. 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, Brian Beavan at brian.f.beavan@navy.mil and the PCO, Garrett Douglass at garrett.douglass@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, 21 May 2021. 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
-
SAM.gov Permalink
(https://beta.sam.gov/opp/cef504d708334e09ac2782a1b77adb25/view)
- Place of Performance
- Address: Lynn, MA 01905, USA
- Zip Code: 01905
- Country: USA
- Zip Code: 01905
- Record
- SN05993446-F 20210508/210506230112 (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 |