SOLICITATION NOTICE
J -- Establish Follow-On Indefinite Delivery / Indefinite Quantity (IDIQ) contract for T700
- Notice Date
- 10/4/2023 10:31:57 AM
- Notice Type
- Presolicitation
- 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
- N00019-23-RFPREQ-APM299-0042
- Response Due
- 10/18/2023 2:00:00 PM
- Archive Date
- 11/02/2023
- Point of Contact
- Erica R. Whittaker, Phone: 3017575342, Lynn E. Fletcher
- E-Mail Address
-
erica.whittaker@navy.mil, lynn.e.fletcher.civ@us.navy.mil
(erica.whittaker@navy.mil, lynn.e.fletcher.civ@us.navy.mil)
- Description
- The Naval Air Systems Command (NAVAIR) intends to enter into a Firm-Fixed Price (FFP) Indefinite Delivery / Indefinite Quantity (IDIQ) Contract to General Electric Aviation (GEA), Evendale, Ohio, on a sole source basis for the procurement of Commercial Level Servicing of T700-GE-401C and -401D Turbo Shaft Engines, Cold Section Modules (CSM), and Power Turbine Modules (PTM) for the United States Navy (USN) H-60 Seahawk and MH-60R/S helicopters and United States Marine Corps (USMC) AH-1Z Cobra and Huey helicopters. The support includes the services of standard rework, repair, and testing of the T700-GE-401C and -401D engines in accordance with the Depot Maintenance Work Requirement (DMWR) volumes; and the supply of any Critical Safety Item (CSI) parts required to support the services. Due to the criticality of these engines and modules, it is mandatory that the Contractor be an approved source of repair in accordance with the Joint Aeronautical Commanders� Group (JACG) Aviation Source Approval and Management Handbook, dated 16 Mar 2011, Secretary of the Navy Instruction (SECNAVINST) 4140.2, and be a certified Federal Aviation Administration (FAA) repair station or equivalent. The CSI parts required for this effort shall be obtained from an USN Naval Aviation Systems Command (NAVAIR) approved source only. Each order will have its own specific period of performance based on the requirement. The intended place of performance is the Contractor�s facility. The ordering period under the subject IDIQ is estimated to be April 2025 through March 2030. This action is intended to be awarded on a sole source basis to General Electric Aviation (GEA) under the authority permitting other than full and open competition, Title 10, U.S.C. 3204(a)(1), as implemented by FAR 6.302-1, �Only One Responsible Source and No Other type of Supplies or Services Will Satisfy Agency Requirements�. GEA is the original equipment manufacturer (OEM) of the T700- series engine. The T700 engines and modules are critical to the fleet, as such, it is mandatory that the Contractor be approved to repair the T700 engines and modules in accordance with the Joint Aeronautical Commanders� Group (JACG) Aviation Source Approval and Management Handbook, dated 16 March 2011; Secretary of the Navy Instruction (SECNAVINST) 4140.2; and be a certified Federal Aviation Administration (FAA) repair station or equivalent.� In addition, all Critical Safety Item (CSI) parts shall be obtained from NAVAIR approved source(s). Note: This notice of intent is not a request for competitive proposals. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. The Government does not intend to fund the development or qualification of other sources for fulfilling this requirement, as production for the supplies listed requires a substantial initial investment or an extended period of preparation for manufacture. However, the Government will consider all proposals received within fifteen days after the publication of this synopsis. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/96839adad1324ceebf5177d1ad6d3104/view)
- Place of Performance
- Address: Cincinnati, OH 45215, USA
- Zip Code: 45215
- Country: USA
- Zip Code: 45215
- Record
- SN06853087-F 20231006/231004230044 (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 |