Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 10, 2024 SAM #8110
SOURCES SOUGHT

28 -- P-8A New CFM56-7B27AE Core Engines

Notice Date
2/8/2024 5:29:34 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
N00019-24-RFPREQ-APM290-0481SS
 
Response Due
2/23/2024 5:30:00 AM
 
Archive Date
03/09/2024
 
Point of Contact
Shavar Nevins, Scott Segesdy
 
E-Mail Address
shavar.a.nevins.civ@us.navy.mil, scott.a.segesdy.civ@navy.mil
(shavar.a.nevins.civ@us.navy.mil, scott.a.segesdy.civ@navy.mil)
 
Description
This market research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation. DISCLAIMER THIS 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 NOTICE.� NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS NOTICE.� ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS NOTICE IS STRICTLY VOLUNTARY. INTRODUCTION The Naval Air Systems Command (NAVAIR) is seeking sources as it intends to procure approximately four (4) to eight (8) new CFM56-7B27AE core engines for P-8A Poseidon aircraft during either fourth quarter of Government Fiscal Year (FY) 2024 or first quarter of FY 2025. �This announcement constitutes a sources sought. THIS NOTICE IS NOT A REQUEST FOR PROPOSAL.� It is a market research tool being used to determine potential and eligible businesses capable of providing the supplies described herein prior to determining the method of acquisition and issuance of a Request for Proposal.� The Government is not obligated to and will not pay for any information received from potential sources as a result of this Notice. ELIGIBILITY The Product Service Code (PSC) for this requirement is 2840 and the NAICS code is 336412. PROGRAM BACKGROUND CFM International (CFM), Cincinnati, OH is the original equipment manufacturer (OEM).� The CFM56-7B27AE engines meet all requirements set forth by the NAVAIR Airworthiness Authority and are essential for maintaining configuration consistency throughout the P-8 aircraft fleets.� As the OEM, CFM is the only company that possesses the complete set of technical data for those engines. REQUIRED CAPABILITIES Within the duration of the contract action, which is planned to begin either in the fourth quarter of Government FY 2024 or the first quarter of FY 2025, the contractor shall deliver new CFM56-7B27AE core engines. �The first engine must be delivered within 12 months of contract award and the other engines delivered at a pace of one per month thereafter.� The contractor shall either be a CFM-certified new engine dealer or have the capability to manufacture new CFM56-7B27AE core engines.� If the contractor�s approach is to manufacture the engines, since the Government does not possess sufficient technical data that a contractor would require in order for that contractor to manufacture new CFM56-7B27AE core engines, any contractor (other than CFM) must either team/partner with CFM or obtain a license from CFM for the technical data. In addition to the requirements above, please note that under a Small Business Set-Aside, the small business prime must perform at least 50% of the work itself in terms of cost of performance.� Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small business� General & Administrative rate multiplied by the labor cost.� The small business prime cannot utilize the cost performance of other small businesses it utilizes as subcontractors in calculating its performance to comply with FAR Clause 52.219-14.� If the prime is a joint venture, the cost of performance by both small business concerns is utilized in calculating its performance to comply with FAR 52.219-14. SUBMISSION DETAILS Interested persons (respondents), other than CFM, must submit an UNCLASSIFIED capability statement. Each capability statement shall include/address at a minimum: (1) Small/Large Business Status:� A company profile to include number of employees, annual revenue history, office location(s), DUNS Number, SAM Unique Entity Identifier (UEI), CAGE Code, and a statement regarding current small/large business status.� Respondents to this notice must indicate whether they 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.� If claiming small business status, provide an explanation of your company's ability to perform at least 50% of the work itself in terms of cost of performance. (2) Business: (a) If the interested party�s approach is to deliver the engines as a CFM-certified new engine dealer, the capability statement must demonstrate that the interested party currently possesses such a certification or, in the alternative, may submit a letter of intent signed by CFM indicating that CFM intends to confer such a certification on the interested party within a timeframe that will enable the interested party to timely fulfill NAVAIR�s delivery requirements as described in the Required Capabilities section above. (b) If the interested party�s approach is to manufacture the engines, due to the fact that CFM is the only entity with sufficient technical data that a contractor would require in order for that contractor to fulfill these planned requirements, the interested party must demonstrate that it currently possesses or has authorized access to the necessary technical data, or has a viable plan to obtain, generate, or otherwise secure authorized access to the necessary technical data, and that it will be maintained throughout the duration of the effort. (3) Any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the Capability Statement. Data Markings.� In order to complete its review, NAVAIR must be able to share a respondent�s information both within the Government and with covered Government support contractors as defined in DFARS clause 252.227-7013 Rights in Technical Data�Noncommercial Items (FEB 2014).� Any responses marked in a manner that will not permit such review may be returned without being assessed or considered.� All submissions must include a statement which clearly allows for the information to be disclosed with covered Government support contractors. Interested parties are advised against submitting a Capability Statement that merely mimics information in this Notice, provides brochure-like information, or provides general information.� Responses to this Notice are not to exceed 20 pages in length on 8.5 x 11 inch paper with one inch margins and font no smaller than 10 point Times New Roman.� The Government requests that respondents deliver responses electronically via e-mail in Microsoft Word or PDF format with proper data markings for unclassified and proprietary information not later than the Response Date indicated on this Notice.� Classified material SHALL NOT be submitted.� All submissions should include this Sources Sought Notice Reference Number, company name, company address, CAGE code, SAM UEI, DUNS number, and a point-of-contact who is able to discuss the Capability Statement submitted.� Point-of-contact information should include name, position, phone number, and email address.� Responses that fail to comply with the above instructions or present ideas not pertinent to subject, may not be reviewed.� Information submitted in response to this Notice is submitted at no cost to the Government and will not be returned.� The Government is under no obligation to provide responses or comments to information received from interested persons, but may request additional information following review.� International Traffic in Arms Regulations (ITAR).� If the respondent is a foreign owned, controlled or influenced (FOCI) concern or if a US respondent has a team member or partner who is a foreign entity, adherence to all ITAR regulations is required. Responses to this Notice shall be sent via e-mail to the Government points of contact listed on this Notice. Questions regarding this sources sought must be emailed to the Government points of contact listed on this Notice.� Please do not inquire via telephone.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e7aac01c990f4cf297dc914d9859a20b/view)
 
Record
SN06960826-F 20240210/240208230058 (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.