Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 02, 2017 FBO #5578
DOCUMENT

J -- Overhaul and upgrade United States Navy (USN) and United States Marine Corps (USMC) T700-GE-401 and T700-GE-401C Engines, Cold Section Modules (CSMs), and Power Turbine Modules (PTMs) - Attachment

Notice Date
2/28/2017
 
Notice Type
Attachment
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
N61340 Naval Air Warfare Center Training Systems Division 12350 Research Parkway Orlando, FL
 
Solicitation Number
N6134017R0044
 
Response Due
3/14/2017
 
Archive Date
3/24/2017
 
Point of Contact
Tyronza Jean-Louis, Contract Specialist, 407-380-4489
 
E-Mail Address
Gordon-Eubanks,
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Warfare Center, Training Systems Division (NAWCTSD) is seeking potential sources to overhaul and upgrade United States Navy (USN) and United States Marine Corps (USMC) T700-GE-401 and T700-GE-401C Engines, Cold Section Modules (CSMs), and Power Turbine Modules (PTMs). The work shall be performed at the Contractor ™s facility. Because of the criticality of these engines and modules, it is mandatory that the Contractor be an approved source of repair in accordance with the Joint Aeronautical Commanders ™ Group (JACG) Aviation Source Approval and Management Handbook, dated 16 Mar 2011, Secretary of the Navy Instruction 4140.2, and be a certified Federal Aviation Administration (FAA) repair station or equivalent. Additionally, all Critical Safety Item (CSI) parts shall be obtained from USN Naval Aviation Systems Command (NAVAIR) approved sources only. Responses to this Sources Sought will assist the Government in determining a procurement strategy. It is anticipated that this requirement will be solicited as a single-award IDIQ contract with a 5-year ordering period and a contract ceiling of approximately $250 Million with the associated PSC J028 and NAICS 336412. The attached DRAFT Statement of Work describes and represents, though not all encompassing, the tasks, services, technical data, and information the contractor shall be required to provide in the individual Task Orders. Interested companies shall provide a written response to this announcement consisting of the following: 1. What type of work has your company performed in the past in support of the same or similar requirement? 2. Provide an explanation of the magnitude of the work performed on the same or similar requirements. 3. Provide the company ™s primary customer base and the number of employees available at the plant(s) to be used. 4. If significant subcontracting or teaming is anticipated in order to deliver technical capability, address the administrative and management structure of such arrangements. 5. Provide verification of Joint Aeronautical Commanders ™ Group (JACG) source approval. 6. Provide verification of Federal Aviation Administration (FAA) certification. 7. What barriers if any would prevent your company from submitting a proposal for this requirement? If your firm is only interested in participating as a subcontractor, please specifically state what element(s) of the requirement that your firm is interested in subcontracting and address responses to #1 “ 7 above as applicable. All responses must include the following information: company name, CAGE code, company address, and a statement regarding its current Small Business Administration (SBA) business size and socio-economic classification under NAICS code 336412 (Small Business Size Standard 1,500 employees). Responses to this notice should be no more than five pages in length using 12 point Times New Roman font. This Sources Sought is for informational purposes only. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). 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. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary. Interested offerors shall respond to this notice, no later than 4:00 PM (Eastern Daylight Time (EDT) on Tuesday, 14 March 2017 via email to Tyronza.Jean-Louis @navy.mil. All interested offerors must be registered in Systems for Award Management (SAM) to be eligible for award of Government contracts.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134017R0044/listing.html)
 
Document(s)
Attachment
 
File Name: N6134017R0044_Draft_SOW_T700_14_Feb_2017_for_Sources_Sought_(3).docx (https://www.neco.navy.mil/synopsis_file/N6134017R0044_Draft_SOW_T700_14_Feb_2017_for_Sources_Sought_(3).docx)
Link: https://www.neco.navy.mil/synopsis_file/N6134017R0044_Draft_SOW_T700_14_Feb_2017_for_Sources_Sought_(3).docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: N61340 Naval Air Warfare Center Training Systems Division
Zip Code: 12211 Science Drive
 
Record
SN04416894-W 20170302/170228234546-91327644fde909aa9f885e4624774092 (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 |
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.