SOLICITATION NOTICE
J -- Presolicitation Notice for T-45 F405-RR-401 engine and T-45 Gas Turbine Starter (GTS) system maintenance, logistics, and engineering-related support
- Notice Date
- 9/14/2017
- Notice Type
- Synopsis
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- N61340 Naval Air Warfare Center Training Systems Division 12350 Research Parkway Orlando, FL
- ZIP Code
- 32826
- Solicitation Number
- N6134017R0034
- Response Due
- 9/29/2017
- Archive Date
- 1/31/2019
- Point of Contact
- michael.a.glazer@navy.mil
- Small Business Set-Aside
- N/A
- Description
- The Naval Air Warfare Center Training Systems Division (NAWCTSD), Orlando, FL, and Naval Undergraduate Flight Training Systems Program Office (PMA273) intend to solicit, on a sole source basis, from Rolls-Royce Corporation (RRC), 450 Meridian St., Indianapolis, IN 46225-1103, a proposal for the maintenance, logistics and engineering-related support for the F405-RR-401 engine and the MicroTurbo 096 Gas Turbine Starter (MK II GTS) system used by the T-45 Jet Trainer. DISCLAIMER: THIS PRESOLICITATION NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. Requirement: This requirement will include the effort required to provide all Intermediate (I)-level and Depot (D)-level maintenance and logistics support for the F405-RR401 engine and MK II GTS. Also, the engine contractor shall provide required engineering elements necessary to support the engine at the Organizational (O)-level, I-level and D-level. Orders for engine repair services will be in support of Naval Air Station (NAS) Kingsville, Texas; NAS Meridian, Mississippi; NAS Pensacola, Florida and NAS Patuxent River, Maryland. The anticipated timeframe for this requirement is as follows: Estimated RFP release: 1st Quarter FY18 Estimated Award: 4th Quarter FY18 Period of Performance: Base period of twelve (12) months and four (4) option periods of twelve (12) months each Contract/Program Background: Under contract N00019-14-D-0016, Rolls Royce Corporation (RRC) is responsible for the maintenance, logistics and engineering support requirements for the F405-RR-401 engine and the MK II GTS used by the T-45 A/C Jet Trainer. The current contract has a Firm Fixed Price (FFP) flight hour rate and Cost Plus Fixed Fee (CPFF) Contract Line Item Numbers (CLINs) for Over and Above engine repairs. If your company would like to submit a Freedom of Information Act (FOIA) request for NAVAIR contract data please visit http://foia.navair.navy.mil. The F405-RR-401 Adour engine is the only engine qualified for use in the T-45 aircraft. Rolls-Royce plc is the designer, developer, and sole manufacturer of the F405-RR-401 Adour engine. The U.S. Navy did not procure the design. NAVAIR obtained only limited rights to the engine data and does not have the technical data package required to support the engines and components. THIS PRESOLICITATION NOTICE IS NOT A REQUEST FOR PROPOSAL. It is a notice that outlines the Government ™s intent to award a contract on a sole-source basis. However, interested sources may identify their interest and capability to respond to the requirements. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. Eligibility: The applicable NAICS code for this requirement is 336412 with a standard size of 1500. The Product Service Code is J028. Businesses of all sizes are permitted to respond; however, each respondent must clearly identify its business size. Joint ventures or teaming arrangements are acceptable. Response Details: Detailed technical response must be submitted by email and received no later than 5:00 PM Eastern Daylight Time (EDT) on 29 September 2017 and reference (N00019-16-RFPREQ-PMA-273-0136) on both the email and all enclosed documents to the Contract Specialist, Michael Glazer, in either Microsoft Word or Portable Document Format (PDF), via email at michael.a.glazer@navy.mil with a copy to Erin Young at erin.b.young@navy.mil. Emails larger than 7MB in size may not be received. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. All responses must include the following information: Company Name; Company Address; Company Business Size, and at least two (2) Points-of-Contact (POC) name, position, phone number, fax number, and e-email address. NOTE: Contractors must be registered in the System for Award Management (SAM) database to be eligible for award and payment from any DOD activity. Information on registration and annual confirmation requirements for SAM may be obtained by calling 866-606-8220, or by accessing the SAM website at https://www.sam.gov. Should the Government release an RFP for this effort, the successful offeror will be required to register for access to Wide Area Workflow (WAWF) for invoicing and payment by NAVAIR. Information on self-registration for WAWF can be obtained at https://wawf.eb.mil, additional support concerning WAWF can be accessed by calling the NAVY WAWF Assistance Line 866-618-5988. All questions regarding this Presolicitation Notice must be submitted via email to Michael Glazer at michael.a.glazer@navy.mil with a copy to Erin Young at erin.b.young@navy.mil. No questions will be accepted by phone. Government responses to submitted questions pertaining to this Presolicitation Notice will be posted on FedBizOpps. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-SEP-2017). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 08-JAN-2019, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134017R0034/listing.html)
- Record
- SN05188866-F 20190110/190108230010 (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 |