MODIFICATION
28 -- Overhaul of Air Force T53-L-703 Helicopter Engine - Package #1 - Amendment 1
- Notice Date
- 6/18/2013
- Notice Type
- Modification/Amendment
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
- ZIP Code
- 73145-3015
- Solicitation Number
- T53SS11-14-12
- Archive Date
- 2/20/2015
- Point of Contact
- Jerry K. Shiplet, Phone: 4057346436, Trina A. Ingram, Phone: 4057346409
- E-Mail Address
-
jerry.shiplet@tinker.af.mil, trina.ingram@tinker.af.mil
(jerry.shiplet@tinker.af.mil, trina.ingram@tinker.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Contract Line Item Draft Contract Line Item Draft PWS (Performance Work Statement) T53 Engine Overhaul Sources Sought The purpose of this Government issued Sources Sought Synopsis (SSS) is to obtain information and comments from interested and potential sources concerning the capability to teardown, inspect, overhaul, and test the United States Air Force T53-L-703 helicopter engine. The T53-L-703 engine P/N 1-000-060-23 is manufactured by Honeywell and used to power the TH-1H aircraft. USAF T53-L-703 engines are currently maintained under a three level maintenance concept comprised of Organizational, Intermediate, and Depot levels. The intent of this SSS is to cover maintenance beyond capability or scope of the Intermediate level for the USAF T53-L-703. Contractors and contractor facilities must be ISO 9001:2000, Federal Aviation Administration (FAA) and Honeywell certified to overhaul/repair the engine. The vendor must also comply with all Military specifications on material used in the items repaired. The Air Force is hereby soliciting capability statements from interested sources in support of the T53-L-703 engine P/N 1-000-060-23. Scope: This RFI is directed to potential contractors who have demonstrated experience in the area of teardown, inspection, overhauling and testing of the T53-L-703 engine. Note: The Government will supply a 2nd engine (T53-L-13B) for the selected contractor to access required parts and subassemblies. The Government will use the information gathered in response to this SSS/RFI and additional market research to refine the strategy for a potential repair effort. Further, this information will help the Government structure a program that will mitigate cost, schedule and performance risks. Note: The Government contemplates the award of a single engine overhaul for this effort. A longer term multi-engine contract is contemplated for early 2014. NOTE: This amendment will include attached PWS and CLIN structure draft. Information/Format: Potential offerors are requested to provide information on capabilities currently being performed which meet the needs of the Air Force in supporting the T53-L-703 engine, or relevant history and evidence of past performance/capability. The Air Force is expecting that the requirement to provide information on current or past services meeting the needs of the Air Force will demonstrate the offeror has an existing infrastructure and capabilities to support all aspects of this effort. Please include the following information in your response: • Company name and associated CAGE code • Point of contact name and number • Business status: Large, Small, 8(a), HUBZone, Woman-owned, etc • Qualifications/Certifications/Aircraft Experience level of employees REQUEST FOR INFORMATION REQUIREMENTS: Please submit your responses electronically to jerry.shiplet@tinker.af.mil. (hard copies are not necessary). If your response includes information you consider proprietary, please mark the information in accordance with regulatory guidance. Please indicate whether or not your response to this RFI can be provided to non-government advisors. Please do not include company brochures or other marketing information. Please see below for contact information. RFI Questions 1. What will be the approximate cost to the government for an engine overhaul? Percentage balance of Labor VS material cost? 2. What warranty, if any, is typical for the overhaul of an engine? 3. Can the warranty be limited to just operational flight hours? 4. Is facility FAA certified? 5. Is facility ISO 9001 certified? 6. Is facility Honeywell certified? 7. Are you currently providing this service to commercial customers? 8. Based upon your experience, how are the Contract Line Items typically structured? 9. If this requirement is formerly solicited, would it be your intent to submit a proposal? Please provide any additional relevant feedback that is deemed important in developing this requirement. Any information that is propriety should be clearly marked. Note: Small businesses capable of providing/fulfilling this type of requirement are encouraged to respond. Please identify your specific Small Business Category, size standard, and NAICS Code.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/T53SS11-14-12/listing.html)
- Place of Performance
- Address: At Selected Contractors Repair Facility, United States
- Record
- SN03092144-W 20130620/130618234551-90c36838c15df0b7a68bb43a5107fecb (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 |