Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 06, 2019 FBO #6253
SOURCES SOUGHT

J -- Depot Level Overhaul of US Navy 501-K17 Gas Turbine Engine - N64498-19-R-4029

Notice Date
1/4/2019
 
Notice Type
Synopsis
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
5001 S. Broad Street Philadelphia PA 19112-1403
 
ZIP Code
19112-1403
 
Solicitation Number
N64498-19-R-4029
 
Response Due
1/18/2019
 
Point of Contact
Kimberly DiBartolomeo, Contract Specialist, Phone 2158972941
 
E-Mail Address
kimberly.dibartolome@navy.mil
 
Small Business Set-Aside
N/A
 
Description
THIS REQUEST FOR INFORMATION (RFI) NOTICE is being issued by the Department of the Navy, Naval Surface Warfare Center, Philadelphia Division (NSWCPD). NSWCPD has a requirement to procure depot-level overhaul and repair services of US Navy 501-K17 Gas Turbine Engines, National Stock Number (NSN) 2835-00-612-0730. It is the Government's intention to procure these services utilizing other than full and open competition, from Standard Aero Energy (SAE) in Winnipeg, Manitoba and RWG (Repair & Overhauls) USA, Inc. in Houston, TX in accordance with FAR 6.302-1, as only SAE and RWG meet the Government's requirements. The US Navy 501-K17 Gas Turbine Engine was initially designed, developed, and produced solely by Rolls Royce Marine North America (RRMNA). All commercial facilities must possess a valid RRMNA Maintenance Repair and Overhaul Center (MROC) agreement that provides for the repair and procurement of new parts for the 501-K17. NSWCPD intends to issue a solicitation to the specified vendors to meet mission requirements. Prior to issuing a limited sources solicitation, NSWCPD is requesting information to make an informed determination regarding procurement strategy. SUBMISSION OF RESPONSES: Responses shall include specific details regarding the ability to provide the required depot-level overhaul and repair services to meet the needs of the Government. Responses shall discuss how your product/service will meet the requirements. Responses are not to exceed five (5) pages. Responses shall be in electronic format. A cover page shall be included with the response. At a minimum, the cover page shall include the company name, address, CAGE Code, Business Size Status for the North American Industry Classification System (NAICS) code of this RFI and points of contract including names, e-mail, and telephone numbers. The cover page is not considered in the total page count. NSWCPD will only accept electronic unclassified submission of responses. Responses shall be sent to Kimberly DiBartolomeo at kimberly.dibartolome@navy.mil with the subject line "RFI N64498-19-R-4029." All responses shall be unclassified and submitted no later than 05:00PM EST on 18 January 2019. This RFI is for market research purposes only and does NOT constitute a Request for Proposal (RFP). This notice shall not be construed as a contract, a promise to contract, or as a commitment of any kind by the Government. The Government is NOT seeking or accepting unsolicited proposals. This RFI Notice is issued solely for conducting market research in accordance with FAR Part 10 and gathering information for planning purposes. The Government WILL NOT PAY for any information received in response to this RFI, and the Government will not compensate the respondent for any cost incurred in developing the response to this RFI. The Government will not release any information marked with a proprietary legend received in response to this RFI to any firms, agencies or individuals outside the Government without written permission in accordance with the legend. Please be advised that all submissions become Government property and will not be returned. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (04-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/45c78665a51648ddb993340716dc3a23)
 
Record
SN05187051-F 20190106/190104230016 (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.