Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 19, 2024 SAM #8209
SOURCES SOUGHT

28 -- PROPULSION AND POWER (P&P) COMPONENT IMPROVEMENT PROGRAM (CIP) FOR F405 ENGINES

Notice Date
5/17/2024 7:26:43 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
N00421-24-NORFP-441000A-0052
 
Response Due
5/31/2024 2:00:00 PM
 
Archive Date
06/15/2024
 
Point of Contact
Mr. Michael Lang, Beverley Rhamdeow
 
E-Mail Address
michael.j.lang92.civ@us.navy.mil, beverley.s.rhamdeow.civ@us.navy.mil
(michael.j.lang92.civ@us.navy.mil, beverley.s.rhamdeow.civ@us.navy.mil)
 
Description
NAVAL AIR WARFARE CENTER AIRCRAFT DIVISION (NAWCAD) PROPULSION AND POWER (P&P) COMPONENT IMPROVEMENT PROGRAM (CIP) FOR F405 ENGINES 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. INTRODUCTION & PROGRAM BACKGROUND The Naval Air Warfare Center - Aircraft Division (NAWCAD) Procurement Group, Patuxent River, MD in support of NAVAIR Propulsion and Power Research and Engineering Department, announces its intention to award a sole source Basic Ordering Agreement (BOA) for basis engineering services and support to perform a Propulsion and Power (P&P) Component Improvement Program (CIP) for the Rolls Royce (RR) F405 engine. The F405 engine powers the Boeing T-45A/C aircraft and is manufactured by Rolls Royce Defense Aerospace (RRDA), Bristol, UK. The P&P CIP shall be directed towards maintaining, restoring, and improving operational systems effectiveness and reducing Operations and Support (O&S) costs. NAWCAD awarded the current BOA, N0042119G0002 for F405 Engine CIP services to Rolls Royce Military Aero Engines LTD on 02 July 2019, encompassing an Ordering Agreement Period from 02 July 2019 to 01 July 2024.� NAWCAD intends to award a follow-on BOA to provide an additional five-year agreement period with a start date of 02 July 2024 through 01 July 2029. The Government intends to award task/delivery orders against the resulting BOA under the authority of 10 U.S.C 3204(a)(1) as implemented by Federal Acquisition Regulation (FAR) 6.302-1. Only one responsible source and no other supplies or services will satisfy agency requirements. This Market Research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of solicitations (To be determined at the order level). The results of the Sources Sought will be utilized to determine if any Small Business opportunity exist for the sole source procurement for the award of this BOA. The follow document is attached to this Sources Sought Notice: Attachment 1 SOW F405 Engine FY2024 REQUIRED CAPABILITIES The Contractor shall provide engineering services and support to perform a Propulsion and Power (P&P) Component Improvement Program (CIP) for the Rolls Royce (RR) F405 engine. The F405 engine powers the Boeing T-45 A/C aircraft and is manufactured by Rolls Royce Defense Aerospace (RRDA), Bristol, UK.� The P&P CIP shall be directed towards maintaining, restoring, and improving operational systems effectiveness and reducing Operations and Support (O&S) costs.� P&P CIP efforts shall consist of the following work description for the engine models listed in Table 1. As investigations are conducted as part of this contract, the Contractor shall state all applicable engine model specification requirements not met by the configuration under investigation and develop corrective action(s) meeting or exceeding engine specification and current P&P CIP contract requirements. Table 1. Engine Model and Specification F405 Engine�������������������������������������� Engine Development Model Specifications F405-RR-401������������������������������������� MSP-107 (Current Rev: 3, Dated 15 AUG 1996) ELIGIBILITY� The Product Service Code for this requirement is 2840 Gas Turbines and Jet engines, Aircraft, Prime Moving; and Components.� The North American Industry Classification System Code (NAICS) is 336412 Aircraft Engine and Engine Parts Manufacturing. �All eligible parties are encouraged to respond.� ANTICIPATED PERIOD OF PERFORMANCE The resultant BOA will consist of a five (5) Year Ordering Agreement Period expected to start 02 July 2024 through 01 July 2029.� Subsequent period of performance for the orders will be determined at the individual task / delivery order level.� ANTICIPATED CONTRACT TYPE The contract type is anticipated to be performance based (Firm Fixed Price) and non-performance based (Cost Plus fixed Fee (CPFF)) with Cost-type Other Direct Costs (ODCs) line items.�� SUBMITTAL INFORMATION It is requested that interested businesses submit a brief capabilities statement package to the A2515000 Procurement Group in no more than 10 pages in length demonstrating their capabilities in meeting the special requirements outlined in the attached Draft SOW.� A page is defined as a single sided 8.5� by 11� page using �1� inch margins from each edge.� Response must be in font size 12, Times New Roman.� All responses shall include Sources Sought Notice name/number, Company Name, Company Address, Company Business Size, and Points of Contact (POC), including names, phone numbers, and email addresses. The capability statement shall be submitted via Electronic-mail (Email) to the Contract Specialist, Michael Lang at michael.j.lang92.civ@us.navy.mil. Submissions must be received at the email address specified no later than 5:00 p.m. Eastern Standard Time (EST) on 31 May 2024.� The information shall be submitted as UNCLASSIFIED. No phone calls will be accepted.� All questions or inquiries regarding this notice must be directed to Contracting Officer, Beverley Rhamdeow at beverley.s.rhamdeow.civ@us.navy.mil and Contract Specialist, Michael Lang at michael.j.lang92.civ@us.navy.mil� The Government may elect not to discuss submissions received in response to this Source Sought with individual responders.� There is no requirement to respond to the Sources Sought to be eligible for this procurement.� However, the Government places tremendous value on the information received and may utilize it to finalize its acquisition strategy.� Respondents shall fully use this opportunity to describe proven capabilities in performing the requirement las described in the Draft SOW.���� 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7c733145ae0e48c3aa2fafd88d00dbac/view)
 
Place of Performance
Address: Bristol BS347QE, GBR
Zip Code: BS347QE
Country: GBR
 
Record
SN07068852-F 20240519/240517230050 (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 |
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.