SOURCES SOUGHT
J -- E-6B APU Depot Standup and Repairs
- Notice Date
- 3/31/2025 3:31:38 AM
- Notice Type
- Sources Sought
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N00019-25-RFPREQ-APM271-0067
- Response Due
- 4/15/2025 9:00:00 AM
- Archive Date
- 04/30/2025
- Point of Contact
- Randy Putnam, Lisa Troccoli, Phone: 3017575257
- E-Mail Address
-
randolph.a.putnam.civ@us.navy.mil, lisa.j.troccoli.civ@us.navy.mil
(randolph.a.putnam.civ@us.navy.mil, lisa.j.troccoli.civ@us.navy.mil)
- Description
- INTRODUCTION Naval Air Systems Command (NAVAIR), Navy Airborne Strategic Command, Control, and Communications Program Office (PMA-271), is conducting market research to identify potential business sources with the resources, capabilities, and experience to support E-6B Auxiliary Power Unit (APU) Depot Stand Up at Fleet Readiness Center-East (FRC-E) Cherry Point and for repairs of APUs. This procurement is for contractor support of Government stand-up of organic depot maintenance for authorized repair(s), preservation, and overhaul of E-6B APUs. The contractor will also be required to provide technical support services as necessary to assist the Government�s efforts to correlate test cells and verify that the complete Acceptance Test Procedures (ATP) can be performed within Original Equipment Manufacturer (OEM) specifications for the APU, Inlet Guide Vane Actuator (IGVA), Bleed Control Valve (BCV), and Fuel Control Unit (FCU) components. This effort is anticipated to begin in late Fiscal Year (FY) 2025 with options for two (2) additional years of support. The place of performance is anticipated to be 90% at the Contractor facility and 10% at FRC-E Cherry Point in Cherry Point, North Carolina. This market research tool is being used to identify potential and eligible firms, of all sizes, and will be utilized by the Government to refine its acquisition/contracting strategy. In addition, the responses to this notice will be utilized to validate if any Small Business Set-Aside opportunities exist. All Small Business Set-aside categories businesses (including the following subsets, HUBZone Small Business concerns; Certified 8(a) Small Business concerns, Service-Disabled Veteran-Owned Small Business concerns, Woman-Owned Small Business concerns) will be considered. NAVAIR will not provide funding for a new business to enter the market and/or for costs incurred to support any of the requirements identified above. 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. THE INFORMATION PROVIDED IN THIS NOTICE IS SUBJECT TO CHANGE AND IS NOT BINDING ON THE GOVERNMENT. BACKGROUND The E-6B platform is integral to the U.S. nuclear command, control, and communications (NC3) enterprise, and provides assured capability for U.S. nuclear force execution. The APU provides electrical power and bleed air for ground operations and depot-level maintenance and repairs are critical to aircraft readiness. APU depot-level maintenance and repair capabilities are defined as in-depth, specialized maintenance, overhaul, repair, modification, or testing of equipment and systems that exceed the capabilities of intermediate or organizational-level maintenance. These activities require extensive facilities, specialized tools, engineering expertise, and highly skilled personnel to restore an asset to a fully operational condition. All efforts shall ensure compliance with Pratt & Whitney�s APU Original Equipment Manufacturer (OEM) specifications. Services to support establishing organic APU depot maintenance were previously being performed under the following contract: Indefinite Delivery Indefinite Quantity (IDIQ) N0001921D0014 Contract Type: Firm Fixed Price (FFP) Incumbent: Pratt & Whitney (CAGE 16359) (no set aside) This contract can be requested at http://foia.navair.navy.mil REQUIRED CAPABILITIES Interested parties may submit Capability Statements identifying their interest and ability to respond to the potential future requirement. Only Capability Statements received on or before the response date indicated on this notice will be considered by the Government. A determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Capability Statements received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. In its Capability Statement, the respondent should provide specific information that addresses each of the items listed below: The following capabilities will be required to perform the subject effort: Ability to obtain OEM data. Ability to overhaul, preserve, and repair gas turbine-powered APU, Inlet Guide Vane Actuator (IGVA), Bleed Control Valve (BCV), and Fuel Control Unit (FCU).. Ability to provide training to FRC-E Cherry Point artisans for overhaul, preservation, and repairs of gas turbine-powered APU, IGVA, BCV, and FCU. SPECIAL REQUIREMENTS The Contractor will be required to obtain no later than 60 days after award throughout the period of performance: Minimum Confidential security clearance for Contractor personnel and facility access Registration and compliance with U.S. Statement Department for International Traffic in Arms Regulations (ITAR) Except for part suppliers, all prime and subcontractor employees performing services under a resulting contract must be U.S. citizens. ELIGIBILITY The contemplated NAICS code for this requirement is 488190 (Other Support Activities for Air Transportation) with a Small Business Size Standard of 1,250 employees. The contemplated Product Service Code (PSC) is J028 (Maintenance/Repair/Rebuild of Equipment - Engines, Turbines, and Components). All respondents must be registered in Systems for award Management (SAM Database) with its DUNs number and Commercial and Government Entity (CAGE) Code in order to conduct business with the Department of Defense. SUBMISSION CONTENT The requested information below is to assist the Government in conducting market research to determine potential business sources that have the assets, skills, experience, qualifications, and knowledge required to support the required capabilities and special requirements above. Corporate Information Company�s Name and Address; Companies point of contact including email address and phone number; Company�s business size and list of NAICS codes under which goods and services are provided to include the following if applicable: Qualification as a Small Business (SB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), HUBZone Small Business (HUBZone), Veteran-Owned Small Business (VOSB), or Service-Disabled Veteran Owned Small Business (SDVOSB) Concern Specific Sources Sought Information Requested The response should address your company plans to satisfy the requirements defined above and should at a minimum include the following: Approach to meet the Government�s complete requirements described under Required Capabilities and Special Requirements. Rough Order of Magnitude (ROM) price for the performance of the efforts described above. If there is a teaming agreement with other companies, the capability statement should discuss how the work efforts would be divided and should explain the corporate relationship between the parties (i.e. teaming arrangement, prime-subcontractor, joint venture, etc.); and a description of the companies� past experience and performance on similar contracts. Include whether Contractor Performance Assessment Reporting System (CPARS) ratings are available. The past experience should be specific to establishing depot capability and familiarity with APUs. The respondent should address current and prior experiences within five years from the date of this notice. If no similar experience exists, please address your plans to establish future capabilities. A description of the company�s plan to obtain proprietary APU data from Pratt & Whitney. Any other information your company deems necessary to aid the Government in refining its acquisition strategy and assessing your company�s capabilities. Respondents are advised against submitting a Capability Statement that merely mimics information within this notice, providing brochure-like information, or general marketing information. SUBMISSION DETAILS Means of Delivery: All capability statements should be sent via email to Randy Putnam at randolph.a.putnam.civ@us.navy.mil and Lisa Troccoli at lisa.j.troccoli.civ@us.navy.mil with the subject �[CONTRACTOR NAME] E-6B APU Depot Standup and Repairs�. Large files (>5MB) may not be receivable due to the Navy Marine Corps Intranet security. Media: Responses shall be in Microsoft Work and/or Microsoft Excel format, or Portable Document Format (PDF). Microsoft Office versions older than 2016 may not be accessible for NAVAIR. Page Limit: Responses shall be no more than 10 pages single-spaced, 8.5 x 11 inch pages using 12-point Times New Roman font minimum. Marking: If the material provided contains proprietary information, please mark accordingly, and provide disposition instruction (submitted data will not be returned). All responses must be unclassified. The Government is under no obligation to provide responses or comments to the information received from interested persons, but may request additional information following review. Questions regarding this notice must be emailed to the Government point of contacts identified within this notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/111c962a441044ce9c616fcdd3301e6e/view)
- Place of Performance
- Address: Cherry Point, NC 28533, USA
- Zip Code: 28533
- Country: USA
- Zip Code: 28533
- Record
- SN07392426-F 20250402/250331230050 (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 |