Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 17, 2013 FBO #4103
SOURCES SOUGHT

28 -- P-8A Poseidon CFM56-7B27A/3 or AE Turbofan Engine Sources Sought

Notice Date
2/15/2013
 
Notice Type
Sources Sought
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
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
N00019-13-R-3001
 
Point of Contact
Alexandra Laigle, Phone: 3017579043
 
E-Mail Address
alexandra.laigle@navy.mil
(alexandra.laigle@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Description: This is a Sources Sought/Request for Information only. There will be no solicitation issued at this time. The Naval Air Systems Command (NAVAIR), P-8A Program Office (PMA-290), is conducting a market survey to identify potential business sources that: (1) Have the resources, capabilities and experience to best perform CFM56-7B27A/3 and/or AE engine depot (commercial shop level) maintenance/repair. (2) Perform Aircraft on Ground (AOG) maintenance; the ability to troubleshoot, repair, remove and replace a CFM56-7B27A/3 engine, both in the Continental United States (CONUS) and Outside Continental United States (OCONUS), within a given timeframe. (3) Maintain the readiness posture and house un-installed serviceable CFM56-7B27A/3 engines, or have the capability, to include the build-up and tear-down of the Engine Build-Up (EBU) equipment, selected Service Bulletin (SB) and Navy Technical Directive incorporation, compliance and preservation/depreservation in accordance with applicable NAVAIR approved and commercial maintenance manuals. It should be noted that this effort is expected to be a cooperative program between the United States Department of Defense (US DoD) and the Australian Department of Defence (Australian DoD). Accordingly, project information developed by the Contractor shall be accessible to the Australian DoD. This notice is being used for the purpose of determining market interest, availability and adequacy of potential business sources prior to establishing the method of services acquisition and issuance of a Request for Proposal, including the use of any appropriate small business programs. All interested businesses are encouraged to respond. The Government is not obligated to and will not pay for any information received from potential sources as a result of this Sources Sought notice. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this Sources Sought is strictly voluntary. This notice is for informational and planning purposes only and does not constitute a solicitation for bid or proposals, and is not to be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. It is the offeror's responsibility to monitor the Federal Business Opportunities website located at http://www.fbo.gov for the release of any follow-on information. SUBMISSION CONTENT: Written responses are requested to be no more than 5 single-spaced, 8.5 x 11 inch pages using 12 point Times New Roman font minimum. If the material provided contains proprietary information, please mark accordingly and provide disposition instructions (submitted data will not be returned). Classified material shall not be submitted. The response should include, but is not limited to, the following: a) A one page company profile to include Company name, address, point of contact (including telephone number and email address), Small Business Administration (SBA) business size classification (i.e. large, small, small disadvantaged, service disabled, veteran owned, HUB Zone, etc.), number of employees, Cage Code, DUNS number, NAICS Code, major products, primary customer base, statement on whether your interest in this sources sought is for the purpose of becoming the prime offeror or to inquire about subcontracting possibilities, and points of contact who are able to discuss the material submitted. b) A description of your company's past experience and performance of similar contracts for CFM56-7B27A/3 or AE inspection and repair including test cell availability or CONOPs for test requirements. Include whether CPAR ratings for Past Performance(s) are available. This description shall address current as well as prior experiences. c) A summary of your company's CFM-56-7B27A/3 and/or AE engine maintenance capability, Additionally provide applicable company repair certifications, ratings, authorizations or quality control standards. d) Outline any CFM56-7B27A/3 and/or AE repair/inspection/maintenance capability your company does not possess. e) Any other information your company deems necessary to aid the Government in refining its acquisition strategy and assessing your company's capability. SUBMISSION INFORMATION: Interested offerors shall respond to no later than 10:00 AM (Eastern) on 15 March 2013. All interested offerors must be registered in Central Contractor Registry (CCR) to be eligible for award of Government contracts. Interested offerors may mail, fax, or email responses; EMAIL IS THE PREFERRED METHOD FOR SUBMITTING RESPONSES TO THIS SYNOPSIS. Electronic responses shall be submitted in Microsoft Word or Microsoft Excel format, or Portable Document Format (PDF). Submit responses to the following: Email: alexandra.laigle@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-13-R-3001/listing.html)
 
Record
SN02989760-W 20130217/130215234718-01bc6fed54be7571d51732c6c32afe00 (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.