SOLICITATION NOTICE
R -- Aircraft Engine Engineering Logistical Support Services in support of the Honeywell T55 Series Engines
- Notice Date
- 9/15/2022 6:51:35 AM
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
- ZIP Code
- 35898-0000
- Solicitation Number
- W58RGZ-22-X-XXXX
- Response Due
- 9/30/2022 2:30:00 PM
- Point of Contact
- Maggie Bevis, Catherine Hill
- E-Mail Address
-
maggie.g.bevis.civ@army.mil, Catherine.w.hill2.civ@army.mil
(maggie.g.bevis.civ@army.mil, Catherine.w.hill2.civ@army.mil)
- Description
- This synopsis is provided for informational purposes and is not to be considered a Request for Proposal. This is a notice of United States Army Contracting Command - Redstone Arsenal (ACC-RSA), AL intent to solicit a requirement under the statutory authority of Title 10, United States Code, Section 3204(a)(1) as implemented by Federal Acquisition Regulation 6.302-1(a)(2)(iii)(A) and (B), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Substantial duplication of cost to the Government that is not expected to be recovered through competition; however, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. The requirement is for Engineering, Logistics, and Support Services (ELSS) for the T55-GA-714 Engines, Engine Components and Engine Related Systems. ACC-RSA anticipates award of a five (5) year Indefinite Delivery, Indefinite Quantity contract that will be sole sourced to Honeywell International Incorporated AeroSpace, 111 South 34th Street, Phoenix, AZ 85034-2802 (CAGE Code 99193). �Task orders will be issued primarily on a Cost-Plus-Fixed-Fee or Firm-Fixed-Price basis. Honeywell is the developer and sole Original Equipment Manufacturer of the T55-GA-714 aircraft engine and related hardware. The U.S. Army does not have the data available, or the resources and manpower required to furnish any other Contractor with all engineering/technical/test data and specifications required for this effort. The primary Product and Service Code for the requirement is R425 and the North American Industry Classification System Code for the requirement is 541330. Award is anticipated in calendar year 2023. The Period of Performance will be 60 months (with five, one-year ordering periods) from date of contract award. Ordering periods will be based on calendar year in support of both the United States Government and Foreign Military Sales requirements. This acquisition is restricted to the description set forth in this synopsis. Responsible sources that can perform the services described above are encouraged to fully identify their interest and capabilities within 15 days after publication of this synopsis.� All responsible sources may submit a capabilities statement or proposal, which shall be considered by the Agency. Submissions shall be sent by email to Maggie Bevis, Contract Specialist, at maggie.g.bevis.civ@army.mil or the Contracting Officer, Catherine Hill, at catherine.w.hill2.civ@army.mil and must be received no later than 4:30 pm CT on the response due date. Only responsible, engineering approved sources will be considered. A determination by the Government not to compete this proposed effort based upon responses to this notice, is solely within the discretion of the Government. Contractors must be properly registered and fully qualified to do business with the federal government.� This notice may represent the only official notice concerning this solicitation. The Government will not pay for any information provided under this notice. Questions regarding this synopsis shall be directed to maggie.g.bevis.civ@army.mil or Contracting Officer, Catherine Hill, at catherine.w.hill2.civ@army.mil. Telephone calls will not be accepted. Communications must include contractor name, CAGE code, and contact information (name, telephone number and email address).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/368e3409021247cb866d266a97caffa9/view)
- Record
- SN06466874-F 20220917/220915230131 (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 |