SOLICITATION NOTICE
J -- F-405 Engine Contractor Logistics Support (CLS) FY27-32
- Notice Date
- 3/27/2025 9:00:09 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
- N00019-24-RFPREQ-TPM273-0095
- Response Due
- 4/11/2025 2:00:00 PM
- Archive Date
- 04/26/2025
- Point of Contact
- Ronald Parry, Thomas Conrow
- E-Mail Address
-
ronald.r.parry.mil@us.navy.mil, thomas.w.conrow.civ@us.navy.mil
(ronald.r.parry.mil@us.navy.mil, thomas.w.conrow.civ@us.navy.mil)
- Description
- The Naval Air Systems Command (NAVAIR) intends to negotiate and award a sole source, Indefinite Delivery Indefinite Quantity (IDIQ) with Rolls Royce Corporation, LLC, CAGE Code 63005, of Indianapolis, Indiana for the procurement of services to perform all Intermediate (I)-level and Depot (D)-level maintenance and logistics support for the F405-RR-401 engine and MK II Gas Turbine Starter (GTS) for the T-45 Goshawk aircraft�s Engine CLS contract in support of the Naval Undergraduate Training Systems Program Office (PMA 273). A sole source acquisition will be procured under the authority of FAR 6.302-1, �Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.� Rolls Royce Corporation as the sole engine manufacturer, is the only source with the technical data required to engineer and produce the 405-RR-401 engine parts, as well as perform I-level and D-level maintenance, and is the only known qualified, responsible source that possesses the necessary knowledge, experience, and technical data required to fulfill the requirements specified within the required timeframe. This notice of intent is not a request for competitive proposals. However, interested parties may identify their interest and capability by responding to this requirement. The Government will consider all capability information received prior to the closing date of this synopsis. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Unless otherwise stated herein, no additional written information is available. Request for the same will be disregarded. Primary Work Location/Place of Performance: NAS Kingsville, TX Percentage of Total Effort ~ 50% On-Site Government � 100% NAS Meridian, MS Percentage of Total Effort ~ 40% On-Site Government � 100% NAS Pensacola, FL Percentage of Total Effort ~ 10% On-Site Government � 100% NAS Patuxent River, MD Percentage of Total Effort � <1% On-Site Government � 100% Various Detachments to support Carrier Qualifications Percentage of Total Effort � <1% On-Site Government � 100% Contractor Program Management, Engineering, Administrative & Manufacturing Support Percentage of Total Effort � Unknown On-Site Government � 0% Primary Point of Contact: Ronald Parry Contract Specialist ronald.r.parry.mil@us.navy.mil Secondary Point of Contact: Erin Allison Contract Specialist erin.e.allison.civ@us.navy.mil Secondary Point of Contact: Thomas Conrow Contracting Officer thomas.w.conrow.civ@us.navy.mil Contracting Office Address: 47060 McLeod Rd, Building 448 Patuxent River, Maryland 20670 United States
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9be22f5f40ec4be5a66f65cb35f4762b/view)
- Place of Performance
- Address: Kingsville, TX 78364, USA
- Zip Code: 78364
- Country: USA
- Zip Code: 78364
- Record
- SN07388329-F 20250329/250327230045 (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 |