Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2008 FBO #2461
SOLICITATION NOTICE

J -- Standard Depot Repair of United States Navy (USN) and United States Marine Corps (USMC) T700-GE-401/401C Turboshaft Engines, Cold Section Modules and Power Turbine Modules

Notice Date
8/20/2008
 
Notice Type
Presolicitation
 
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, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00421-08-R-0118
 
Archive Date
3/1/2009
 
Point of Contact
Chris J Schimek,, Phone: (301) 757-2536, Rita Pegg,, Phone: (301) 757-2520
 
E-Mail Address
chris.schimek@navy.mil, rita.pegg@navy.mil
 
Small Business Set-Aside
N/A
 
Description
"This requirement was posted under Solicitation Number N00421-08-R-0019. The requirement is the same. The only thing that has changed is the Soliciation Number to N00421-08-R-0118." 20 August 2008 - At this time a Draft Statement of Work (SOW), Draft Exhibits, and Draft Attachments are available through the NAVAIR solicitation homepage, http://www.navair.navy.mil/doing_business/open_solicitations/ The purpose of this synopsis is for Naval Air Systems Command, AIR 6.6 to announce its intent to contract for other support activities for air transportation (NAICS code 488190, size standard $6.5M) under the Standard Depot Level Repair of T700-GE-401/401C Turbo Shaft Engines, Cold Section Modules, and Power Turbine Modules Program (T700 Engine Repair Support and Training). This is not a formal Request For Proposals (RFP). The T700 Engine Repair Support requirements are to provide uninterrupted repair to support the mission of the Navy H-60 Sea Hawk and Marine Corps H-1 Cobra aircraft. The required support provides engine and module rework in direct support of active and reserve components of the Navy and Marine Corps fleets. This requirement shall be procured under FAR Part 12 as a commercial item, full an open competitive, performance based, Indefinite Delivery Indefinite Quantity (IDIQ) contract. The anticipated period of performance for this effort is one (1) base year with four (4), one (1) year options for a total of five (5) years. At this time, only the Draft Statement Of Work (SOW) and Draft Exhibits and Draft Attachments are being provided on: http://www.navair.navy.mil/doing_business/open_solicitations/ It is the Government’s intent to award a single IDIQ, Firm Fixed Price (FFP) contract to the offer who provides the best overall value to the Government. It is anticipated that the final request for proposals (N00421-08-R-0118) will be available through the NAVAIR solicitation homepage, http://www.navair.navy.mil/doing_business/open_solicitations/, estimated 20 August 2008. The Government requests interested parties provide company name, point of contact, and phone number for establishing a bidder’s list. This list will be used by the Government for encouraging teaming and small business participation. Requests for inclusion on e-mail solicitation release list should be sent to Mr. Chris Schimek (Contract Specialist) via e-mail at chris.schimek@navy.mil and Ms. Rita Pegg (Contracting Officer) via e-mail at rita.pegg@navy.mil. Any questions/requests concerning this requirement should be emailed to Mr. Chris Schimek (Contract Specialist) via e-mail at chris.schimek@navy.mil and Ms. Rita Pegg (Contracting Officer) via e-mail at rita.pegg@navy.mil. Telephone questions/requests will not be accepted. NAVAIR Contracts 2.5 shall amend this synopsis to provide a notification of updates to the draft solicitation and release of the formal RFP. Paper copies of the solicitation will not be mailed or faxed. Phone and fax requests for a copy of the solicitation will not be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=275cb1840414d9d3d80e04237f3ba821&tab=core&_cview=1)
 
Place of Performance
Address: TBD, United States
 
Record
SN01646376-W 20080822/080820222722-275cb1840414d9d3d80e04237f3ba821 (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.