Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2017 FBO #5724
SOLICITATION NOTICE

28 -- ETF40B Engines for LCAC SLEP

Notice Date
7/24/2017
 
Notice Type
Presolicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NAVSEA HQ, SEA 02, 1333 Isaac Hull Avenue SE, Washington Navy Yard, District of Columbia, 20376, United States
 
ZIP Code
20376
 
Solicitation Number
N00024-17-R-4134
 
Archive Date
8/23/2017
 
Point of Contact
Michelle Gu, Phone: 2027814287
 
E-Mail Address
michelle.s.gu@navy.mil
(michelle.s.gu@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Sea Systems Command Headquarters (NAVSEA HQ) intends to award a firm-fixed price (FFP) contract for up to twenty (20) ETF40B engines for the Landing Craft, Air Cushion (LCAC) Service Life Extension Program ( SLEP) program. NAVSEA intends to award this contract to Vericor Power Systems under the authority of FAR 6.302-1 "Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements." This synopsis serves a dual purpose as the pre-solicitation synopsis required by FAR 5.2 and an intent to sole source notice. NAVSEA has a requirement to manufacture, assemble, and test up to twenty (20) ETF40B engines provided as Government Furnished Property (GFP) in support of FY17 and FY 19 LCAC SLEP. The proposed contract is a follow-on contract for highly specialized equipment to extend the lifetime of the existing LCAC craft using the LCAC SLEP. The Contractor will manufacturer/assemble new Power Producer Groups (PPG) and will also repair and refurbish Government provided Output Group Modules (OGM) for all contracted engine system assemblies. The period of performance of this contract will run through FY 2019. Vericor is the only contractor permitted to manufacture the ETF40B MGT engine under licensing agreements with the OEM. The Government does not own the data rights associated with the ETF40B engine configuration and drawings and it would be cost prohibitive to acquire those data rights. A Market Survey was conducted in 2008 for the Ship-to-Shore Connector (SSC) design, the next generation LCAC, which resulted in four engine options that met LCAC power requirements. Two of the engines would require a complete redesign of the machinery module in order to install on the LCAC. The remaining two engines met LCAC power requirements; however, they were less mature engine designs than the ETF40B and have not been qualified for Navy shipboard use. Since the time of the 2008 Market Research, the Naval Surface Warfare Center, Philadelphia Division (NSWC-PD) has constantly monitored new or derivative engines options for LCAC SLEP through media, internet, technical symposia, Tri-service gas turbine meetings, and engine manufacturer briefings, the last research being conducted in October 2014. NSWC-PD is aware of all engines in production or development by the United States and Allied countries engine manufacturers and militaries, and there have been no other engines developed that could be utilized for the LCAC SLEP. At a minimum, the time, cost and risk associated with the testing, integration, validation, and qualification necessary to establish an alternative engine is estimated to take four years and cost $65M, which is based on NSWC-PD and P&W estimates for the ST40M, the least expensive of the four potential alternative engine options. A four year delay in delivery of ETF40B engines would have a major detrimental impact to the execution of the LCAC SLEP, currently programmed through 2019. This synopsis is not a request for competitive proposals. It is a notice that outlines the Government's intent to contract on a sole source basis with Vericor Power Systems. However, sources may identify their interest and capability to respond to the requirements. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. In doing so, interested sources must submit detailed technical capabilities and any other information that demonstrates their ability to meet the needs of the Government. Detailed capabilities must be submitted by email to Ms. Michelle Gu (michelle.s.gu@navy.mil) in an electronic format that is compatible with Word 2007, no later than 10:00 am EST, 08 August 2017. All information shall be furnished at no cost or obligation to the Government. Responses shall be limited to no more than two (2) pages. A determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. This synopsis is not to be considered a request for quotations or proposals but is displaying the Government's intent to pursue a sole source strategy for this acquisition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-17-R-4134/listing.html)
 
Record
SN04593424-W 20170726/170725085900-bba8e32901021f0b36186cd29c25c451 (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.