SOURCES SOUGHT
28 -- REPAIR OF TF34 HIGH PRESSURE TURBINE BALANCE PISTON ROTATING AIR SEAL - DRAFT SOW
- Notice Date
- 10/3/2013
- Notice Type
- Sources Sought
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center Jacksonville, Navel Air Station, Bld 110, 3rd floor, 110 Yorktown Rd, Jacksonville, Florida, 32212, United States
- ZIP Code
- 32212
- Solicitation Number
- N6883614R0001
- Archive Date
- 10/30/2013
- Point of Contact
- Felicia Williams, Phone: 9047904581
- E-Mail Address
-
felicia.n.williams@navy.mil
(felicia.n.williams@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft SOW The Fleet Logistics Center Jacksonville (FLCJ) is defining its acquisition strategy for the solicitation and contract award for contractor support to clean, inspect and repair the TF34 High Pressure Turbine (HPT) Rotor Balance Piston (BP) Rotating Air Seal Part Numbers: 6078T90P01, 5025T33P02, 5025T33P03, 5025T33P04, 3921T56P01, 3921T58P01 and 3921T58P02. The contractor will be required to accept non-ready-for-issue (Non-RFI) seals as required by the Fleet Readiness Center Southeast, Jacksonville, FL. This advertisement serves to aid in determining market interest and capabilities for this prospective contract. Of the available strategies, FLCJ is considering the viability of the following options: Acquisition to be processed through full and open competition after exclusion socio-economic approaches: Historically Underutilized Business Zone (HUBZone) set-aside, Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, Section 8(a) suitability, and Total Small Business set-aside. From the responses to this market research, the Government will assess the viable options and select the final acquisition strategy. Therefore, your response to this research is instrumental in supporting your company's business interests. If the Contracting Officer is unable to determine that any of the above strategies would be viable, the requirement may be competed on an "UNRESTRICTED" basis. It is anticipated that any resulting contract would be accomplished under the provisions of a firm-fixed-price (FFP) requirements contract. The NAICS Code for this solicitation is 336412 with a size standard of 1000 employees. If your company is interested in competing for this requirement, provide sufficient technical literature, documentation, etc., in order for the Government to make an adequate assessment of the contractor capabilities. Contractor's that are approved sources of supply, per Joint Aeronautical Commanders' Group (JACG) Aviation Source Approval and Management Handbook, of 16 March 2011 and the Joint Aeronautical Commanders Group (JACG) Aviation Critical Safety Item Management Handbook, of 16 March 2011, should provide sufficient documentation, as part of the contractor's capability statement, which will allow the Government to verify the contractor's information and determine the contractor's ability to provide the required support without requiring First Article Refurbishing and First Article Testing. First Article refurbishing may be required by the Government. If First Article refurbishing is required, First article testing will be conducted by the Government as specified in FAR 52.209-4 unless the Government waives the requirement where supplies identical to those called for in the contract has been furnished by the contractor within the past three years and has been accepted by the Government. If the contractor is currently providing or has previously provided identical support to a government agency other than FRCSE, then the contractor shall provide sufficient documentation, as part of the contractor's capability statement, which will allow the Government to verify the contractor's information and determine the contractor's ability to provide the required support without requiring First Article Refurbishing and First Article Testing. Vendors are encouraged to provide feedback, comments and/or questions in reference to this requirement. Industry lessons learned are welcome. Any questions regarding this requirement should be addressed to the Contract Officer only. NOTE: THIS IS A REQUEST FOR INFORMATION ONLY AND SHOULD NOT BE CONSIDERED AS A COMMITMENT BY THE GOVERNMENT. NO REIMBURESEMNT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING A RESPONSE TO THIS REQUEST. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0f18eb571f38e1898e0499599e947650)
- Record
- SN03211038-W 20131005/131003234023-0f18eb571f38e1898e0499599e947650 (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 |