Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 24, 2021 SAM #7027
SOURCES SOUGHT

J -- MT7 Gas Turbine Engine Repair

Notice Date
2/22/2021 10:15:58 AM
 
Notice Type
Sources Sought
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
NSWC PHILADELPHIA DIV PHILADELPHIA PA 19112-1403 USA
 
ZIP Code
19112-1403
 
Solicitation Number
N64498-21-R-4034
 
Response Due
3/8/2021 9:00:00 AM
 
Archive Date
03/23/2021
 
Point of Contact
Yarden Doar
 
E-Mail Address
yarden.doar@navy.mil
(yarden.doar@navy.mil)
 
Description
THIS REQUEST FOR INFORMATION (RFI) NOTICE is being issued by the Department of the Navy, Naval Surface Warfare Center, Philadelphia Division (NSWCPD). NSWCPD, on behalf of the 2SCOG Program, has a requirement for services to test, teardown, evaluate, provide depot-level repair, repair, performance testing and temporary storage of the U.S. Navy MT7 Marine Gas Turbine Engine, Part Number 23091715. It is the Government's intention to procure these repair and upgrade services utilizing Other than Full and Open Competition, from Rolls-Royce Corporation IAW FAR 6.302-1, as only Rolls-Royce can meet the Government's requirements. In order to ensure compatibility and conformity with existing systems/programs, there is a need to procure these services from Rolls-Royce as they are the designer and Original Equipment Manufacturer (OEM) for the MT7 Gas Turbine Engine. Rolls-Royce has not sold and has no intentions to sell a market licensing agreement for the MT7 depot-level repairs to any Maintenance Repair Overhaul Center (MROC). Rolls-Royce is the sole owner of the rights to proprietary information for the MT7 and as a result, the only source capable of performing depot-level repairs on the MT7 Gas Turbine Engines. NSWCPD intends to issue a solicitation to the specified vendor to meet mission requirements. Prior to issuing a sole source solicitation, NSWCPD is requesting information in order to make an informed determination regarding procurement strategy.� �� SUBMISSION OF RESPONSES: Responses shall include specific details regarding the ability to provide the required repair and upgrade services to meet the needs of the Government. Responses shall discuss how your product/service will meet the requirements found in the attached documents.� Responses are not to exceed five (5) pages. Responses shall be in electronic format.� A cover page for the response shall be included. 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 (names, email, and telephone numbers) at a minimum.� The cover page is not considered in the total page count.� NSWCPD will accept only electronic unclassified submission of responses. Responses shall be sent to Yarden Doar at Yarden.Doar@navy.mil with the subject line ""RFI 21_YD_101."" All responses shall be unclassified and submitted no later than the date published in the Beta.SAM.gov notice. 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. Phone calls will not be accepted.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/183e5e10fca94a0ba7953431f84a5787/view)
 
Record
SN05923342-F 20210224/210222230111 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.