Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 14, 2021 SAM #7165
SOURCES SOUGHT

28 -- T408 Parts Replacement, Rebuild, Test and Delivery

Notice Date
7/12/2021 11:34:04 AM
 
Notice Type
Sources Sought
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
T408-PART-REPLACEMENT-REBUILD-TEST-AND-DELIVERY
 
Response Due
7/22/2021 1:00:00 PM
 
Archive Date
08/06/2021
 
Point of Contact
Brian F. Beavan, Garrett W. Douglass
 
E-Mail Address
brian.f.beavan@navy.mil, garrett.douglass@navy.mil
(brian.f.beavan@navy.mil, garrett.douglass@navy.mil)
 
Description
INTRODUCTION The Naval Air Systems Command (NAVAIR), in support of PMA-261 H-53 Heavy Lift Helicopters Program Office, is seeking sources that have the capability, experience and facilities required to teardown, evaluate, supply parts, repair, rebuild, test and deliver General Electric (GE) T408-GE-400 Engines, �as well as support of Cost Reduction Initiative (CRI) and Component Improvement Program (CIP) projects. PLACE OF PERFORMANCE Place of Performance Percentage of Effort Government (On-Site) Contractor (Off-Site) Lynn, MA 100% 0% 100% DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. �IT IS A MARKET RESEARCH TOOL BEING USED TO DETERMINE POTENTIAL AND ELIGIBLE BUSINESSES CAPABLE OF PROVIDING THE SUPPLIES/SERVICES DESCRIBED HEREIN PRIOR TO DETERMINING THE METHOD OF ACQUISITION AND ISSUANCE OF A REQUEST FOR PROPOSAL. �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.� THE GOVERNMENT IS NOT COMMITTED NOR OBLIGATED TO PAY FOR THE INFORMATION PROVIDED, AND NO BASIS FOR CLAIMS AGAINST THE GOVERNMENT SHALL ARISE AS A RESULT OF A RESPONSE TO THIS SOURCES SOUGHT. �ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND Sikorsky Aircraft Corporation (SAC) used competition to establish GE as the CH-53K engine supplier as part of the initial System Development and Demonstration (SDD) contract (N00019-06-C-0081).� In 2012, the Government converted the procurement of the CH-53K T408 engines from Contractor Furnished Equipment (CFE) to Government Furnished Equipment (GFE) as a separate contract (N00019-13-C-0132) from the aircraft development contract (N00019-06-C-0081) in order to avoid delays in the CH-53K Aircraft production schedule. In 2017, the Government established a contract (N00019-18-C-1007) for CH-53K T408 engines in support of the Low Rate Initial Production (LRIP) aircraft. ELIGIBILITY The applicable NAICS code for this requirement is 336412 with a Small Business Size Standard of 1,500. The Product Service Code (PSC) is 2850. ANTICPATED PERIOD OF PERFORMANCE Assume an earliest contract award date of September 2021. Additional support is being added to include component procurement, component repair, associated equipment and special tooling, support equipment, test equipment, training equipment/services, sustaining engineering, non-recurring and recurring engineering associated with engineering changes, publications, technical data, cost reduction initiatives, parts obsolescence, quality assurance, reliability and maintainability logistics support, engine tear down/inspection/re-build/repair, test and delivery, and administrative and financial data required to build and maintain the T408 engines will be completed as required. ANTICIPATED CONTRACT TYPE Firm-fixed and/or Cost-plus contract types are anticipated. REQUIRED CAPABILITIES Engines must meet the minimum T408 engine specification requirements for power and must be capable of performing various engine testing, including a 150 hour engine endurance test, to prove out alternate sourced and/or redesigned hardware. SUBMISSION INFORMATION It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single-spaced, 12 point font minimum) demonstrating ability to perform the service listed under the required capabilities.� This documentation must address at a minimum the following: Company Name; Company Address; Company Business Size, and Point-of-Contact (POC) name, phone number, fax number, and e-mail address. Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status; Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract numbers, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract is related to the services described herein; Management approach to staffing this effort with qualified personnel; Company�s ability to begin performance upon contract award; Company�s prior/current experience and ability to meet production requirements and quantity of T408 Engines under the proposed effort; Company�s prior/current experience and ability to meet the government�s need date for delivery of the required T408 Engines; Company�s prior/current experience and ability to manage a team of subcontractors.� Please cite contracts and teaming arrangement; The specific technical skills the company possess which ensures capability to perform the tasks; Address any existing licensing/agreements with the OEM for manufacture of the T408 Engines or plans to obtain them. If company is a small business, provide an explanation of the company�s ability to perform at least 50% of the tasking described in required capabilities, either individually or along with any combination of small businesses; A statement including current small/large business status and company profile to include number of employees, annual revenue history, office location, CAGE code, DUNS number, etc.; Indicate whether the company is a large business or qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted via email to the Contract Specialist, Brian Beavan at brian.f.beavan@navy.mil and the PCO, Garrett Douglass at garrett.douglass@navy.mil, in either Microsoft Word or Portable Document Format (PDF).� The deadline for response to this request is 4:00 p.m., Eastern Standard Time, 22 July 2021. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be protected.� Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. No phone calls will be accepted.� All questions must be submitted via e-mail. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/eae01a09084143bfbbf2374c983ac593/view)
 
Place of Performance
Address: Lynn, MA, USA
Country: USA
 
Record
SN06058593-F 20210714/210712230122 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.