SOLICITATION NOTICE
16 -- Pratt & Whitney Canada (P&WC) PT6C-67C turboshaft engine Maintenance
- Notice Date
- 9/30/2025 11:27:11 AM
- Notice Type
- Presolicitation
- Contracting Office
- FA8692 HELICOPTER PGM AFLCMC WIH WRIGHT PATTERSON AFB OH 45433-7104 USA
- ZIP Code
- 45433-7104
- Solicitation Number
- FA8739-1
- Response Due
- 10/20/2025 1:00:00 PM
- Archive Date
- 12/01/2025
- Point of Contact
- Leighton Smith, Terrel Benne
- E-Mail Address
-
leighton-jon.smith@us.af.mil, Terrel.benne@us.af.mil
(leighton-jon.smith@us.af.mil, Terrel.benne@us.af.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- The United States (US) Air Force Life Cycle Management Center (AFLCMC) is conducting market research to identify possible sources capable of providing inspection, overhaul, repair, and upgrade services for three (3) government-provided Pratt & Whitney Canada (P&WC) PT6C-67C turboshaft engines. The goal is to upgrade and return these engines to airworthy status for use as spares in the MH-139A fleet. The MH-139A aircraft provides vertical lift support for nuclear weapon convoy escort and 24/7 adverse-weather-capable Intercontinental Ballistic Missile (ICBM) emergency security and operational support. The MH-139A fleet has been upgraded to the PT6C-67C1 engine configuration to enhance military use. The required services include inspecting, overhauling, and repairing the engines, as well as upgrading them to the PT6C-67C1 configuration and maintaining and/or obtaining FAA certification. These engines are currently shelved and cannot be used in the MH-139A. Interested parties who desire to participate in this SSS/RFI are encouraged to submit responses that demonstrate they presently have the technology and qualifications to provide the system described above. Responses shall include the following information and address the topics below: Respondent Data: Company/Institute Name Address Point of Contact (to include phone number and email address) CAGE Code Web Page URL Pursuant to NAICS Code 488190, size standard 1500 state whether the company is: Small Business (Yes / No) Self-Certified or Third Party Certified Women-Owned Small Business (Yes / No) Self-Certified or Third Party Certified Economically Disadvantaged Women- Owned Small Business (Yes/No) Self-Certified or Third Party Certified HUBZone Certified (Yes / No) Self-Certified or Third Party Certified Veteran Owned Small Business (Yes / No) Self-Certified or Third Party Certified Service Disabled Veteran Owned Small Business (Yes / No) Self-Certified or Third Party Certified 8(a) Certified (Yes / No) Self-Certified or Third Party Certified SBA Certification Date: ____________ SBA Graduation Date: ______________ State whether the company is domestically or foreign-owned (if foreign, indicate the country of ownership). State whether the respondent is interested in being a prime or subcontractor for this requirement. State whether the company has FAA Part 145 Certification. b. Technical Capabilities: Describe your experience in overhauling and upgrading P&WC PT6C series engines, specifically the PT6C-67C. Describe your facility's capabilities to perform all required maintenance, repairs, and upgrades in accordance with P&WC specifications, Service Bulletins (SBs), and Airworthiness Directives (ADs). Describe your experience in obtaining FAA Supplemental Type Certificates (STCs). Provide a detailed description of your proposed approach to inspecting, overhauling, repairing, and upgrading the PT6C-67C engines to the PT6C-67C1 configuration. How would you obtain the necessary technical data and software for the PT6C-67C1 upgrade, considering it is unique to the MH-139A? If you are unable to perform the PT6C-67C1 upgrade, are you able to provide and perform the PT6C-67C overhaul prior to the potential upgrade being completed by another facility? c. Rough cost estimate (i.e. rough order of magnitude (ROM)) for both inspection, overhaul, and repair; and upgrade the engines to the PT6C-67C1 configuration and obtain FAA certification (this is for Government budget planning purposes and will not be considered a bid or binding in any manner). Please provide an estimated schedule of completion. d. Please provide specific details and rationale as to how compliance with Limitations on Subcontracting, would be achieved in the event the Government sets this requirement aside for small business. Include specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide the anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. If this effort is not set-aside for small business, small business utilization will be considered. Large and small businesses should provide a reasonable expectation for small business utilization as a percent of total contract value as well as supporting rationale for the recommended percentage. e. Please provide specific details and rationale as to how compliance with FAR 52.219-14, Limitations on Subcontracting, would be achieved in the event the Government sets this requirement aside for small business. Include specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide the anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. If this effort is not set-aside for small business, small business utilization will be considered. Large and small businesses should provide a reasonable expectation for small business utilization as a percent of total contract value as well as supporting rationale for the recommended percentage. RESPONSES, COMMUNICATIONS, AND ADDITIONAL CONSIDERATIONS Government may contact respondents to obtain additional information or clarification in order to fully understand a company's response. This may include discussions, site visits, demonstrations, etc. to further the Government's understanding of a proposed solution, as well as a company's understanding of the Government's requirements. Responses shall not exceed 15 pages (including cover page). Include technical and descriptive text and photographs/illustrations to provide sufficient detail. The submitted documentation becomes the property of the United States Government and will not be returned. Respondents shall clearly mark proprietary data with the appropriate markings. Any proprietary information received in response to this request will be properly protected from any unauthorized disclosure. Any material that is not marked will be considered publicly-releasable. When submitting a response, please be aware that the Air Force workforce is supplemented by contracted support personnel. Any proprietary data submitted may be handled by contract support services personnel who have signed the same Non-Disclosure Agreements (NDAs). Broad industry participation for this RFI is encouraged. U.S. and non-U.S. firms are permitted to respond. Please note that prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DOD contract; the NAICS code for this requirement, if applicable to the company�s capabilities, should be included in the company�s NAICS code listing in SAM. To learn more about this SAM requirement and how to register, please visit the SAM website at: https://www.sam.gov/portal/SAM Responses are due electronically by 3:00PM Eastern time on 20 October 2025 via email to: Contract Specialist: Leighton Smith AFLCMC/WIH Email Address: leighton-jon.smith@us.af.mil Contracting Officer: Jeremy D. Perry AFLCMC/WIH Email Address: jeremy.perry.5@us.af.mil Program Manager: Jon Wander AFLCMC/WIH Email Address: jonathan.wander.1@us.af.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/388cd634cf714305a8c52e8552a110ee/view)
- Place of Performance
- Address: Wright Patterson AFB, OH 45433, USA
- Zip Code: 45433
- Country: USA
- Zip Code: 45433
- Record
- SN07608723-F 20251002/250930230040 (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 |