Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2007 FBO #2007
SOLICITATION NOTICE

J -- J?Navy T700-GE-401/401C Engine & Module Repair

Notice Date
5/24/2007
 
Notice Type
Solicitation Notice
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, MD, 20670, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-KM-5-24-07
 
Description
This announcement constitutes a Sources Sought Synopsis. This is NOT a Request for Proposals. The following information is provided to assist the United States Navy in conducting market research of Industry to determine potential contractors for providing commercial repair of Navy T700-GE-401/401C Engines and Modules and the Army T700-GE-701C Cold Section Modules. The procuring vehicle is anticipated to be a firm-fixed price base plus 4 (four) option year Indefinite Delivery Indefinite Quantity (IDIQ) contract. The estimated Contract Line Item structure is as follows: ? T700-GE-401 Engine Standard Depot Repair- o Minimum quantity zero (0), Maximum quantity ten (10) ? T700-GE-401C Engine Standard Depot Repair- o Minimum quantity zero (0), Maximum quantity twenty-five (25) ? T700-GE-401 Cold Section Module Standard Depot Repair- o Minimum quantity zero (0), Maximum quantity ten (10) ? T700-GE-401C Cold Section Module Standard Depot Repair- o Minimum quantity zero (0), Maximum quantity eighty-four (84) ? T700-GE-401 Power Turbine Module Standard Depot Repair- o Minimum quantity zero (0), Maximum quantity ten (10) ? T700-GE-401C Power Turbine Module Standard Depot Repair- o Minimum quantity zero (0), Maximum quantity eighty-four (84) ? T700-GE-701C Army Cold Section Module Standard Depot Repair- o Minimum quantity zero (0), Maximum quantity thirty (30) The workload is subject to uncertainty and workload fluctuations may be significant and unexpected throughout the period of performance of the contract. The Government will ship the engines and modules to the firm?s repair facility in Government furnished containers. Upon receipt of engines and/or modules, the firm will verify the proper configuration of the engines, cold section modules, power turbine modules, i.e., that all harnesses and fuel nozzles, Hydro Mechanic Control Unit, particular separator blower, etc are installed. Repair turnaround time thresholds are as follows: ? 90 calendar days for engine repair ? 90 calendar days for cold section module repair ? 60 calendar days for power turbine module repair The firm shall provide a monthly report that provides information on all completed, repaired or modified engines and modules during the previous month. The firm shall maintain and update records for those engines and modules in its custody for repair or modification. The Government will consider sources capabilities based on the following from responding firms: Specialized experience of the firm and/or team that has been completed within the past 3 to 5 years in performing commercial engine repair. It is requested that interested firms submit to the contracting office three copies of a brief capabilities statement (no longer than 5 pages in length) demonstrating their ability to meet and execute the requirements as set forth above. Firms submitting responses shall present their information in a matrix format showing contracts they have performed. The matrix shall show the 10 most recent projects which demonstration an ability to meet the qualification criteria listed above. Provide the contract number, contract type (i.e. fixed price, indefinite quantity, etc.), project value, contract value and Government point of contact with phone number. Indicate whether the work was performed as a prime or subcontractor as well as what percentage of work your firm performed. Written and/or electronic responses must be received by 20 June 2007. Submissions will not be returned. Electronic responses using MS Office document formats and/or pdf file type are preferred and shall be sent to the following email address: kent.munro@navy.mil. If only hard copies can be sent, mail them to the following address: Naval Air Systems Command 47123 Buse Road, Unit #IPT BLDG 2272, Rm. 155, ATTN: Kent Munro, AIR-2.3.4.1.2 Patuxent River, MD 20670-1547 The Government does not intend to contract on the basis of this request or otherwise pay for the information solicited. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contractPoints of contact listed in responses may be contacted for purposes of verifying performance. The Government will not provide a debrief on the results of the survey.
 
Record
SN01302779-W 20070526/070524221608 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.