SOURCES SOUGHT
J -- F-5F/N J85-GE-21C Whole Engine Scheduled Inspection & Repair Services
- Notice Date
- 3/25/2022 11:28:42 AM
- Notice Type
- Sources Sought
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
- ZIP Code
- 20670-1545
- Solicitation Number
- N00421-22-RFPREQ-CPM226-0150
- Response Due
- 4/14/2022 8:00:00 AM
- Point of Contact
- Kristin Nelson, Catrina Vitez
- E-Mail Address
-
kristin.a.nelson13.civ@us.navy.mil, catrina.vitez@navy.mil
(kristin.a.nelson13.civ@us.navy.mil, catrina.vitez@navy.mil)
- Description
- The Naval Air Systems Command (NAVAIR), Specialized and Proven Aircraft Program Office (PMA-226), Adversary Integrated Product Team (IPT) is issuing a Request for Information (RFI) for F-5F/N J85-GE-21C Whole Engine Scheduled Inspection and Repair Services. In support of our Mission in providing total life-cycle and readiness support for the F-5F/N Tiger II Adversary Fighter aircraft, PMA-226 is seeking information from current or interested commercial vendors regarding their current capability and capacity in supporting the J85-GE-21C inspection, repair, and testing requirements associated with the 900 and 1800 Engine Flight Hour (EFH) scheduled inspections.� The J85-GE-21C Engine IPT will utilize the information gathered through this RFI and other means of market research to develop the necessary acquisition strategy required to support readiness and availability initiatives through engine inspection and repair to be completed by one (1) or more commercial providers.� The J85-GE-21C Engine is a compact, high performance, high thrust and lightweight turbojet engine consisting of a nine-stage axial-flow compressor coupled directly to a two-stage turbine.� The compressor and turbine rotors are supported by three main bearings, while the engine has a through-flow, annular type combustion section, variable inlet guide canes, variable compressor stator vanes, and an afterburner with a variable exhaust nozzle.� The major sections of the J85-GE-21C consist of the compressor, accessory gearbox, mainframe, turbine, and afterburner sections.�� THIS IS A 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 RFI does not commit the Government to contract for any supply or service whatsoever.� Furthermore, this RFI does not seek to solicit proposals and NAVAIR will not accept, review, or reply to any formal or informal unsolicited proposals regarding this future requirement. Interested parties shall be advised that any resources or costs attributed to the response of this RFI will not be reimbursed by the United States Government (USG) and that these costs relating to any RFI responses will be the sole responsibility of the interested Party.� Not responding to this RFI does not preclude participation in any future RFP, if any is issued.� If a solicitation is released, it will be synopsized on http://www.SAM.gov.� It is the responsibility of the potential Offerors to monitor this site for additional information pertaining to this foreseen, future requirement. Requested Information Interested parties responding to this RFI, should, at a minimum, provide answers to the following questions: Do you currently possess the tooling, engine test cell, and all other support equipment necessary to successfully perform partial or whole engine 900 & 1800 maintenance inspection and repair requirements for the J85-GE-21C? If not, are you willing to -procure them?� If so, how long do you anticipate this taking & what support would you require (if any)? Do you currently possess the personnel and expertise to successfully perform partial or whole engine overhaul on the J85-GE-21C in accordance with NAVAIR Technical Publications? Do you currently have access to the most current versions of NAVAIR Technical Publications applicable to the J85-GE-21C?� If so, please provide the version/date and type of technical date for which you have access. Where would the performance of the whole engine inspection, repair and testing required for the J85-GE-21C take place?� Do you currently maintain an engine test cell or hush house capable of testing the J85-GE-21C? Do you own/lease the facility, or would you require the services/facility of a sub-contractor?� Does your facility require any major modifications to support this type of workload? If you currently possess the required tooling, support equipment, personnel, expertise and access to technical information required to perform the 900 & 1800 maintenance inspection and repair for the J85-GE-21C, what is the current or potential capacity of your facility per year? Are you currently capable of supporting required repairs for the life-limited components, assemblies and subassemblies for the J85-GE-21C?� If so, are you reliant or foresee reliance on 3rd Party vendors for repair support and what qualifications do you require your sub-contractors to maintain?� Have you previously been determined to be an approved J85-GE-21C Depot Level Maintenance (DLM) whole engine inspection and repair source by a USG entity or are you likely or willing to submit a Source Approval Request (SAR) package in the event an RFP is solicited?� If not, please explain why. Do you currently have an existing material (repair parts, consumables, etc.) support strategy for the J85-GE-21C?� If not, what would be required of your organization to ensure the material supportability required to perform the work scope?� Have you previously been awarded, or currently hold a Government contract supporting any J85 maintenance, repair and overhaul (MRO) requirements?� If so, please provide the contract number. �� Interested Party Responses Interested parties are requested to respond to this RFI with a white paper utilizing Microsoft Word or Portable Document Format (PDF) compatible format submitted no later than 14 APRIL 2022, 11:00PM EST.� Responses shall be limited to ten (10) pages for Section 2, and submitted via e-mail only, to Ms. Kristin Nelson, kristin.a.nelson13.civ@us.navy.mil, Ms. Catrina Vitez, catrina.m.vitez.civ@us.navy.mil , and Mr. Michael Sermarini, michael.sermarini.civ@us.navy.mil. Proprietary information, if any, should be minimized and should be clearly marked.� To aid the Government, please segregate proprietary information.� Please be advised that all submissions become Government property and will not be returned. Section 1 of the white paper shall provide administrative information and shall include the following as a minimum: (Note: Section 1 does not count towards the Section 2, ten (10)-page limitation). Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact. Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, veteran-owned small business, service-disabled veteran-owned small business, etc.) based upon North American Industry Classification System (NAICS) code 336412.� Any 3rd-Party Registrar Quality Management System (QMS) Certifications held to include any pertinent Federal Aviation Administration (FAA) and/or National Aerospace and Defense Contractors Accreditation Program (NADCAP) certifications.� As stated above, Section 1 of the white paper is restricted to a 10-page maximum, utilizing a minimum of 12 point font and single spacing.� As a recommendation, the contents shall address each of the RFI bullets as outlined within Section 1 of this document with objective, qualifying information and/or opportunity to implement achievable plans in order meet the capability of supporting the J85-GE-21C repair and overhaul requirement.� Any additional information provided will be considered during the market research phase. � Interested Party Submitted Questions Questions regarding this announcement shall be submitted in writing, via e-mail, to Ms. Kristin Nelson, kristin.a.nelson13.civ@us.navy.mil, Ms. Catrina Vitez, catrina.m.vitez.civ@us.navy.mil, and Mr. Michael Sermarini, michael.sermarini.civ@us.navy.mil.� Verbal questions will NOT be accepted.� Questions will be compiled and answers posted on SAM for the benefit of all potential Offerors.� Questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 11 April 2022, will be answered.� Summary THIS IS AN RFI ONLY to identify sources that are currently capable or interested in becoming capable in performing J85-GE-21C whole engine inspection and repair. The information contained within this RFI is subject to change and is not binding on the Government.� At this time, the USG has not made a commitment to procure and goods and/or services; therefore, this RFI shall not be misconstrued as a government commitment or authorization for the USG to incur costs or distribute imbursements.� All submissions become Government property and will not be returned. DISCLAIMER.� This sources-sought RFI is strictly a market research tool being utilized to determine existing and potentially eligible repair and overhaul services for the J85-GE-21C Engine to assist in the establishment of the appropriate acquisition strategy supporting the foreseen demand.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b49f06ad74f944fe82dcfa808f4c7c36/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06280068-F 20220327/220326171931 (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 |