Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 07, 2020 SAM #6826
SOURCES SOUGHT

28 -- LRIP/FRP Engines Lots 6-10

Notice Date
8/5/2020 8:15:37 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
LRIP_FRP_Engines_Lots_6_10
 
Response Due
8/20/2020 12:00:00 AM
 
Archive Date
09/04/2020
 
Point of Contact
Brian F. Beavan, Phone: 3017575340, Amy Beckman, Phone: 3017575292
 
E-Mail Address
brian.f.beavan@navy.mil, amy.beckman@navy.mil
(brian.f.beavan@navy.mil, amy.beckman@navy.mil)
 
Description
INTRODUCTION The Naval Air Systems Command (NAVAIR), in support of PMA-261 H-53 Heavy Lift Helicopters Program Office, is seeking sources that have the capability, experience and facilities required to manufacture and deliver General Electric (GE) T408-GE-400 engines, including spares, to support the CH-53K Lot 6-10 production aircraft.� Based upon current budget, the total quantity required to support Lots 6-10 is three hundred and nine (309) engines and spares; however, the final quantities procured may be adjusted as authorized and appropriated by Congress. PLACE OF PERFORMANCE Place of Performance Percentage of Effort Government (On-Site) Contractor (Off-Site) TBD 100% 0% 100% DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. IT IS A MARKET RESEARCH TOOL BEING USED TO DETERMINE POTENTIAL AND ELIGIBLE BUSINESSES CAPABLE OF PROVIDING THE SUPPLIES/SERVICES DESCRIBED HEREIN PRIOR TO DETERMINING THE METHOD OF ACQUISITION AND ISSUANCE OF A REQUEST FOR PROPOSAL. 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 ANNOUNCEMENT.THE GOVERNMENT IS NOT COMMITTED NOR OBLIGATED TO PAY FOR THE INFORMATION PROVIDED, AND NO BASIS FOR CLAIMS AGAINST THE GOVERNMENT SHALL ARISE AS A RESULT OF A RESPONSE TO THIS SOURCES SOUGHT.. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND Sikorsky Aircraft Corporation (SAC) used competition to establish GE as the CH-53K engine supplier as part of the initial System Development and Demonstration (SDD) contract (N00019-06-C-0081).� In 2012, the Government converted the procurement of the CH-53K T408 engines from Contractor Furnished Equipment (CFE) to Government Furnished Equipment (GFE) as a separate contract (N00019-13-C-0132) from the aircraft development contract (N00019-06-C-0081) in order to avoid delays in the CH-53K Aircraft production schedule. ELIGIBILITY The applicable NAICS code for this requirement is 336412 with a Small Business Size Standard of 1,500. The Product Service Code (PSC) is 2850. ANTICPATED PERIOD OF PERFORMANCE Assume an earliest contract award date of May 2022. Thirty-three (33) production engines and four (4) spare engines are to be delivered in accordance with the planned schedule. The first three (3) engines will be required NLT FEBRUARY 2024.� Two hundred seventy-two (272) additional engines, including spares, will be required in accordance with the aircraft build schedule (TBD) with the last engine NLT 22 FEBRUARY 2028.� Additional support to include components, associated equipment, and support comprised of special tooling, support equipment, test equipment, training equipment/services, sustaining engineering, non-recurring and recurring engineering associated with engineering changes, publications, technical data, cost reduction initiatives, parts obsolescence, quality assurance, reliability and maintainability logistics support,� engine tear down/inspection/re-build/repair, test and delivery, and� administrative and financial data required to build and maintain the T408 engines will be completed as required. ANTICIPATED CONTRACT TYPE Fixed-price contract types are anticipated. REQUIRED CAPABILITIES The CH-53K Air Vehicle is a three (3) engine aircraft, which the Marine Corps will employ to transport cargo, equipment and troops, and in amphibious assault and subsequent operations ashore.� The CH-53K Air Vehicle will operate at distances, airspeeds, and gross weights that support Expeditionary Maneuver Warfare (EMW), Operational Maneuver from the Sea (OMFTS), and Sea basing concepts.� When equipped with approved kits, the helicopter may be used for vertical on-board delivery of cargo and equipment from ship-to-ship, ship-to-shore, and shore-to-ship.� The helicopter will be equipped to be operationally compatible with the LHA, LHD, LHA(R), air capable ships, and CV/CVN vessels. CH-53K engines manufactured under this effort must meet or exceed minimum Key Performance Parameter thresholds as established by the Joint Requirements Oversight Council (JROC) to achieve greater range than the CH-53E. Characteristics include but are not limited to: 27,000 lbs payload 5% increase in fuel consumption A level flight airspeed, using maximum continuous engine power available, of not less than 150 KTAS for maximum internal load Take-Off Gross Weight (TOGW). At the TOGW for the 110 nm SOA / External Lift mission with a 24,000 lbs / 56 ft2 load, the HLR shall have a level flight airspeed, using maximum continuous engine power available, of not less than 130 KTAS. At the maximum external gross weight (GW), with a 29,200 lbs / 56 ft2 external load, the HLR shall have a level flight airspeed, using maximum continuous engine power available, of not less than 110 KTAS. The CH-53K engines shall also be designed to operate in the environments defined below without sustaining damage or degradation: Temperature: -40�C (-40�F) to +50�C (+122�F). Temperature at altitude shall be based on 1% Temperature, with a -40�C (-40�F) surface temperature minimum limit for cold day. Humidity: 0-100% RH, including conditions where moisture condenses on the component. Shipboard environment: Sulfur and nitrogen oxide containing gasses from ship stacks and aircraft exhaust combined with 3.5% sodium chloride sea spray to form highly acidic moisture films of pH 2.4 - 3.2 Rain: 8-inches per hour operational up to 100 kts forward flight speed and 1-inch per hour for maintenance/servicing. Rain exposure for 30 minutes for both cases. Salt spray: Components of the aircraft shall not degrade after exposure to a 5% by weight salt fog solution for the life of the part. SUBMISSION INFORMATION It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single-spaced, 12 point font minimum) demonstrating ability to perform the service listed under the required capabilities.� This documentation must address at a minimum the following: Company Name; Company Address; Company Business Size, and Point-of-Contact (POC) name, phone number, fax number, and e-mail address. Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status; Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract numbers, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract is related to the services described herein; Management approach to staffing this effort with qualified personnel; Company�s ability to begin performance upon contract award; Company�s prior/current experience and ability to meet production requirements and quantity of T408 Engines under the proposed effort; Company�s prior/current experience and ability to meet the government�s need date for delivery of the required T408 Engines; Company�s prior/current experience and ability to manage a team of subcontractors.� Please cite contracts and teaming arrangement; The specific technical skills the company possess which ensures capability to perform the tasks; Address any existing licensing/agreements with the OEM for manufacture of the T408 Engines or plans to obtain them. If company is a small business, provide an explanation of the company�s ability to perform at least 50% of the tasking described in required capabilities, either individually or along with any combination of small businesses; A statement including current small/large business status and company profile to include number of employees, annual revenue history, office location, CAGE code, DUNS number, etc.; Indicate whether the company is a large business or 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. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted via email to the Contract Specialist, Brian Beavan at brian.f.beavan@navy.mil and the PCO, Amy Beckman at amy.beckman@navy.mil, in either Microsoft Word or Portable Document Format (PDF).� The deadline for response to this request is 4:00 p.m., Eastern Standard Time, 23 July 2020. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be protected.� Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. No phone calls will be accepted.� All questions must be submitted via e-mail. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a2958a865de544ffb4a49309a9453abf/view)
 
Record
SN05747040-F 20200807/200805230202 (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.