Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2025 SAM #8522
SOURCES SOUGHT

J -- Logistics and Sustainment: AE1107C, AE2100D, and AE3007H Rolls-Royce Engines

Notice Date
3/25/2025 10:51:23 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
N00019-25-RFPREQ-APM-275-0268
 
Response Due
2/28/2025 9:00:00 AM
 
Archive Date
03/31/2025
 
Point of Contact
Leah Juron, Jeffrey Norris
 
E-Mail Address
leah.juron.civ@us.navy.mil, jeffrey.a.norris.civ@us.navy.mil
(leah.juron.civ@us.navy.mil, jeffrey.a.norris.civ@us.navy.mil)
 
Description
INTRODUCTION The Naval Air Systems Command (NAVAIR) Program Executive Offices (PEO) for Assault (A) and Unmanned Aviation and Strike Weapons (U&W) along with the United States Navy, Marine Corps, Air Force and the Coast Guard seek sources to provide Performance Based Logistics (PBL) for the Rolls-Royce Corporation commercial AE1107C, AE2100D, and AE3007H engines. Consolidation is being considered. This announcement constitutes a sources sought notice. This sources sought is issued as market research 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 sources sought does not commit the Government to award a contract or contracts as a result of this announcement. These requirements are subject to change and the information provided below is for informational purposes only. The final requirement will be defined under a formal RFP. Further, NAVAIR is not at this time seeking proposals and will not accept unsolicited proposals for these requirements. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this notice. All costs associated with responding to this sources sought will be solely at the expense of the interested party. Not responding to this sources sought does not preclude participation in any future RFP, if issued. If a solicitation is released, it will be synopsized on SAM.gov. It is the responsibility of the potential offeror(s) to monitor this website for additional information pertaining to this requirement. 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. BACKGROUND The requirement encompasses all product support required to sustain the AE1107C, AE2100D, and AE3007H engines at operational, training, and test sites provided on a dollar per flight hour basis. The associated sustainment support includes: program management, cost tracking, contract management, product support supply chain management, integrated logistics support, sustaining engineering, maintenance, engine repair, reliability improvements, configuration management, obsolescence management/mitigation, engineering support, improved Engine Time On Wing (ETOW), field service representatives/site support, depot activation and planning, and material support and handling. The material support for engine PBL includes provisioning, replacement, and management of all operational level (O-level) Line-Replaceable-Units (LRU) and parts. The prospective company is expected to show a demonstrated ability to meet the requirements, which includes all product support necessary to sustain the engines while leveraging logistics/engineering support to optimize reliability improvements and reduce costs and logistics footprints. The requested information is to assist the Government in conducting market research to determine potential business sources who have the assets, skills, experience, financial stability, qualifications, rights to appropriate technical data, and requisite knowledge to support the requirement. Additionally, because the AE1107C, AE2100D, and AE3007H engines are procured as commercial items using FAR part 12 procedures, the Government does not possess adequate license rights in the required technical data package necessary to fulfill the requirement herein. Therefore, respondants shall provide unredacted licensing agreements in place with the original equipment manufacturer (OEM), Rolls-Royce Corporation, in order to enable the Government to perform an initial validation of the respondents� ability to fulfill the PBL requirements set forth herein. Non-OEM respondents that do not provide the aforementioned licensing information will not be assessed or considered. ELIGIBILITY The applicable NAICS code is 336412 with a Small Business Size standard of 1,500 employees. The Product Service Code (PSC) is 2840. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size. REQUESTED INFORMATION Interested parties must submit a Letter of Intent (LOI) to include the following information to verify credentials (do not submit classified information): An UNCLASSIFIED description of the respondent�s general capabilities to support this effort, including the prospective company�s ability to propose on a flight hour basis Licensing information (unredacted) addressed under paragraph 3.0, Background CAGE code, UEID (unique entity identifier), and mailing address Business size. Indicate whether Contractor is a Large Business or qualifies 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. POC information, mailing address, and email address POC to receive additional information or clarification POC for non-disclosure agreements Describe the Contractor�s ability to manage and secure classified information NAVAIR expects to receive from each respondent an UNCLASSIFIED full response with capability summary to include the following: description of the Contractor�s approach, assets, skills, experience, financial stability, qualifications, rights to appropriate technical data, and requisite knowledge to perform the following tasks to satisfy the objectives the requirements of the Engine PBL, to include: Depot Level and Organizational Level Material Support Parts forecasting and provisioning O-level LRU and consumable material initial lay-in and replenishment Weapons Replaceable Assembly (WRA)/LRU repairs Government System Connected Order Administration Spares Warehouse/Inventory Control Point Repair and Overhaul Services/Engine Depot Repairs Engine Reliability Investments Engineering Investigations Customer Training Technical Data Services Field Services Representatives Engine Configuration Management/Tracking Obsolescence Management and Mitigation Engine/Aircraft Integration support and services Critical Safety Item (CSI) Management Material Review Board (MRB) Management Quality Control and Assurance Reliability Centered Maintenance Supply Chain Risk Management Depot Activation and Planning RESPONSES Data Markings. In order to complete its review, NAVAIR must be able to share a respondent�s information both within the Government and with covered Government support contractors as defined in DFARS clause 252.227-7013 Rights in Technical Data-Noncommercial Items (DEC 2022). Any responses marked in a manner that will not permit such review may be returned without being assessed or considered. All submissions (both the LOI and the full response) must include a statement which clearly allows for the information to be disclosed with covered Government support contractors. The submitted package shall be appropriately marked for Controlled Unclassified Information. International Traffic in Arms Regulations (ITAR). If the respondent is a foreign owned, controlled or influenced (FOCI) concern or if a US respondent has a team member or partner who is a foreign entity, adherence to all ITAR regulations is required. Letter of Intent (LOI). Responding parties must submit an unclassified LOI, not to exceed six single-spaced pages (excluding licensing information addressed under paragraph 3.0 Background) to Leah Juron and Jeffrey Norris no later than 4:00 PM Eastern Standard Time 28 February 2025. Full Response Submissions. Full response submissions must be received no later than 30 calendar days after USG receipt of the LOI package. It is requested that the response be limited to no more than 25 pages, single spaced, 10 point font. All responses must be in English and submitted with electronic media that is Microsoft Office 2016 compatible. Classified information or material SHALL NOT be submitted. QUESTIONS Questions regarding this sources sought notice may be directed to Leah Juron or Jeffrey Norris. SUMMARY
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cd5cc3204eea4c8e80d6230b6e23d451/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07385547-F 20250327/250325230050 (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.