Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 02, 2017 FBO #5700
SOURCES SOUGHT

16 -- Overhaul & Repair of GE T-58/T700 and RR M250/T63 Engines

Notice Date
6/30/2017
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of State, Office of Acquisitions, INL Support, 1038 South Patrick Drive, Patrick AFB, Florida, 32925, United States
 
ZIP Code
32925
 
Solicitation Number
SAQMMA17I0731
 
Point of Contact
Patrick J Murphy, , Michele L. Coccovizzo,
 
E-Mail Address
murphypj@state.gov, coccovizzoML@state.gov
(murphypj@state.gov, coccovizzoML@state.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Sources Sought for the repair/modification/overhaul of General Electric T58/T700 Series and Rolls Royce M250/T63 Series Engines. This Sources Sought notice is issued for planning purpose only, and does not constitute a solicitation for proposals, offers, bids, and/or quotes. This is not an announcement of a forthcoming solicitation, or confirmation that the Government will contract for the items contained in the Sources Sought, nor is any commitment on the part of the Government to award a contract implied. Responses to this notice will assist the Government in identifying potential sources in determining if a Service-Disabled Veteran Owned Small Business (SDVOSB), Small Disadvantaged Businesses 8(a ), Historically Underutilized Business Zone Small Business (HUBZone), or Women-Owned Small Business (WOSB) set-aside of the solicitation is appropriate, and in determining whether or not this approach to securing contracting support is practicable. Respondents are advised that the Government will not pay for any information or administrative cost incurred in response to this Sources Sought. Responses to this notice will not be returned. The purpose of this Sources Sought notice is to obtain information on qualified and experienced contractors interested in providing proposals. The United States Department of State (DoS), Bureau for International Narcotics and Law Enforcement Affairs, Office of Aviation (INL/A) provides aviation support for the eradication and interdiction of illicit drugs, training of contractor and host nation personnel, embassy support, movement of personnel and equipment, reconnaissance, personnel recovery (PR), medical evacuation, security of personnel and equipment, and ferrying of aircraft. To support the aforementioned missions, INL/A maintains a fleet of General Electric (GE) T58 and T700 series and Rolls Royce M250/T63 series powered aircraft, as follows: T58-GE-402: 30 in inventory, 13 projected overhauls/repairs over next 5 yrs. T58-GE-16A: 24 in inventory, 9 projected overhauls/repairs over next 5 yrs. T700-GE-400 series: 46 in inventory, 24 projected overhauls/ repairs in next 5 yrs. T700-GE-700 series: 22 in inventory, 11 projected overhauls/ repairs in next 5 yrs. M250-C30 series: 6 in inventory, 2 projected overhauls/repairs in next 5 yrs. Responses can identify vendor experience and capabilities in either the GE T58/T700 series engines, RR M250/T63 series engines, or both. The contractor will provide overhaul, repair, and/or modification of DoS provided GE T58/T700 and M250/T63 series engines to the most current Original Equipment Manufacturer (OEM) specifications to include but not limited to the following: 1). All applicable OEM repair and overhaul specifications 2). All OEM Service Bulletins (SBs), Service Letters (SLs), and Service Instructions (SIs) 3). All Federal Aviation Administration (FAA) Airworthiness Directives (ADs) 4). Department of the Army standards including: Safety Of Flight (SOF) messages, Aviation Safety Action Messages (ASAM), Maintenance Advisory Messages (MAM), Maintenance Information Messages (MIM), Technical Bulletins (TB), Modification Work Orders (MWO), etc. The contractor will also be required to recondition aging and damaged GE and RR engine shipping and storage containers to serviceable condition. Engine shipping and storage containers protect repaired, overhauled, or modified engine power units, modules, and components while in storage or in-transit. The Contractor facility shall be a FAA Part 145 authorized repair station as well as a GE and Rolls Royce certified engine overhaul/repair facility to perform the tasks identified. Should vendor have repairs or overhauls performed at one of their Repair Stations located Outside the United States and its Territories; the Repair Station(s) shall be in compliance with FAA Order 8900.1 for Certifying/Renewing/Amending 14 CFR Part 145 Certification and not Under a Maintenance Implementation Procedure (FAA Order 8900.1, VOL 2, CHAP 11, SECT 3) and be EASA Part-145 Certified (FAA Order 8900.1, VOL 2, CHAP 11, SECT 7). The Contractor shall only utilize an OEM correlated and certified engine run and test cell for DoS engines to determine acceptable engine performance. The Contractor shall have approved processes, and maintain a higher level quality system(s) with current certifications to include the most current revisions of AS 9100 "Quality Management Systems - Requirements for Aviation, Space and Defense Organizations" and AS 9110 "Quality Management Systems - Requirements for Aviation Maintenance Organizations"; to ensure aircraft components, assemblies, sub-assemblies, parts, and materials considered for use and or provided to DoS have complete traceability and regulatory approved documentation. The Contractor shall be registered with the US Department of State Directorate of Defense Trade Controls (DDTC). The following information is requested in this Sources Sought: 1. Company name, point of contact, phone number, and address; 2. DUNS Number and CAGE Code; 3. Interest in nature of participation [e.g., prime contractor, teaming partner, primary subcontractor]; 4. SDVOSB/HUBZONE/8(a)/WOSB certification; 5. Statement of capabilities in either one or both engine series; Interested contractors may provide the above information via e-mail to the addresses listed below. Information submitted must be in sufficient detail as to allow for a thorough government review of firm's interest and capabilities. This information is due no later than July 31, 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM-WWD-INL/SAQMMA17I0731/listing.html)
 
Record
SN04565033-W 20170702/170630234842-df3941a371ea527e9d9d8795fe56bfb9 (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.