SOURCES SOUGHT
J -- C/KC130 Air Vehicle: Engine Module Repair
- Notice Date
- 6/25/2024 2:14:26 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
- N00019-26-RFPREQ-APM207-0702
- Response Due
- 7/11/2024 2:00:00 PM
- Archive Date
- 07/26/2024
- Point of Contact
- Stephanie Savage, Shawn Campbell
- E-Mail Address
-
stephanie.r.savage2.civ@us.navy.mil, shawn.campbell.civ@us.navy.mil
(stephanie.r.savage2.civ@us.navy.mil, shawn.campbell.civ@us.navy.mil)
- Description
- The Tactical Airlift Program Office, PMA-207 at the Naval Air Systems Command (NAVAIR), Patuxent River, MD is conducting a Market Survey of Industry to determine potential interested sources that have the capability, skills, and experience required to return T56 engine Modules to a Ready For Issue (RFI) material condition.� Included in this requirement are Power Sections (T56-A-14P/16P/16AP (series 3.5)/425P), gear boxes (T56-A-14G/16G/16GN/16GAN/425G/425GA), and torque meters (T-56-A-14T/16T/425T/425TN). �The Contractor will be responsible for providing for the receipt, inspection, disassembly, repair or modification, assembly, testing, and preservation of these items to a serviceable condition. All transportation costs will be paid for by the U.S. Government (USG).� Items will be inspected, repaired and tested in accordance with the Performance Work Statement (PWS) and applicable technical manuals and directives. Additionally, the USG will provide 3.5 kits as Government Furnished Property (GFP) that require installation into 3.0 series power sections. Estimated quantities for repair and kit installations for this effort are: FY26 Module Repairs 14P - 1 16P - 8 425P - 2 14G - 1 16G - 6 425G - 1 14T - 1 16T - 7 425T - 1 FY27 Module Repairs 14P - 1 16P - 16 16AP - 2 425P - 1 14G - 1 16G - 15 425G - 1 14T - 1 16T - 14 425T - 1 FY28 Module Repairs 14P - 0 16P - 14 16AP - 4 425P - 0 14G - 0 16G - 15 425G - 0 14T - 0 16T - 14 425T - 0 FY29 Module Repairs 14P - 0 16P - 12 16AP - 6 425P - 0 14G - 0 16G - 15 425G - 0 14T - 0 16T - 14 425T - 0 FY30 Module Repairs 14P - 0 16P - 10 16AP - 8 ,� and 3.5 Kit Installs - 24 425P - 0 14G - 0 16G - 15 425G - 0 14T - 0 16T - 14 425T - 0 FY31 Module Repairs 14P - 0 16P - 6 16AP - 9, and 3.5 Kit Installs - 19 425P - 0 14G - 0 16G - 15 425G - 0 14T - 0 16T - 14 425T - 0 This sources sought is being used as a market research tool pursuant to Federal Acquisition Regulation (FAR) Part 10 to determine potential sources and their technical capabilities. The result of this market research will contribute to determining the method of procurement. In addition, 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 a solicitation. Responses will also be utilized by the Government in developing its acquisition/contracting strategy and Statement of Work/Performance Work Statement. This Indefinite Delivery Indefinite Quantity (IDIQ) contract is anticipated to be a five-year effort. The applicable North American Industry Classification System (NAICS) code currently assigned to this procurement is 336412. The Product Service Code (PSC) is J028. Only interested firms who believe they are capable of providing the supplies and services noted above and can meet these requirements are invited to respond to this notice. The USG will not reimburse participants for any expenses associated with their participation in this survey. 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. This sources sought is not a request for competitive proposals. Interested parties, however, may identify their interest and capability by responding to this requirement with their capabilities statement. If after reviewing this information, you desire to respond to this sources sought, you should provide documentation to substantiate your services meet the requirements specified in the sources sought. Failure to provide documentation may result in the USG being unable to adequately assess your capabilities. The Contractor will receive engine modules from the USG.� They will disassemble components and repair to a RFI condition, reassemble and ship RFI engine modules to location specified in the requirement. The Contractor will install GFP 3.5 upgrade kits into T56-A-16P 3.0 series engine modules. The Contractor will be responsible for labor, test equipment, tooling, and material, to return engines to a RFI condition. The Contractor shall be responsible for forecasting all material requirements.� The Contractor will be responsible for repairing or replacing out of limit parts or components regardless of the cause of the out of limit condition. Repair and correctly configure each item in accordance with (IAW) current depot-level maintenance manuals, intermediate maintenance manuals, Illustrated Parts Breakdown (IPB), Local Engineering Specifications (LES), Temporary Engineering Instructions (TEI), Drawings, NAVAIR approved Class I and Class II Engineering Change Proposals (ECPs), Formal Technical Directives, and Maintenance Requirements Cards (MRC).� NOTE:� The USG does not own technical data for the 16A) (3.5 series) power sections.� The Contractor shall be responsible for obtaining 3.5 series technical data. SUBMISSION REQUIREMENTS Interested businesses shall submit responses with capabilities statements by email to the Procuring Contracting Officer, Shawn Campbell at Shawn.Campbell.civ@us.navy.mil and the Contract Specialist, Stephanie Savage at stephanie.r.savage2.civ@us.navy.mil.� The capability statement package (no more than TEN single-sided 8.5 X 11 inch pages, font no smaller than 10 point) should demonstrate the ability to provide the requirement as listed above.� All responses shall include company�s full name, company�s address and company business size as it relates to NAICS 336412 (size standard), current small business status, cage code, DUNS number, NAICS code(s) and Points-of-Contact (POC) including name, phone number, and email address. Within your capability statement package, please address the following items: (1) Describe your company�s capabilities in performing repairs to return a T-56 engine to a RFI material condition and transport of the reassembled engine. (2) Describe related past experience (within the past five years) executing repairs on C-130 T56 variants and provide contract numbers with similar scope.� (3) Describe your facilities, tooling, and equipment used to perform similar or identical work. (4) Describe your company�s timeframe/approach to begin performance upon contract award in Q2FY26. Classified material SHALL NOT be submitted. All proprietary or corporate data received shall be clearly identified and will be protected from release to sources outside the USG.� Any resulting contract is anticipated to have a security classification level of Secret at time of contract award for personnel and facilities clearances. One electronically submitted response shall be received no later than 17:00 EST on 11 July 2024 and reference: PMA 207 C/KC 130T Engine Upgrade. Responses to this request may not be returned. The Government is under no obligation to consider information received after the required due date as part of the formal market research for this acquisition.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7b9c906c2d5044deb53c681389800077/view)
- Place of Performance
- Address: Patuxent River, MD, USA
- Country: USA
- Record
- SN07107776-F 20240627/240625230121 (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 |