Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 09, 2022 SAM #7496
SOURCES SOUGHT

99 -- KC130T 3.5 Engine Kit Installation and Repair

Notice Date
6/7/2022 10:17:07 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
N00019-22-REFPREQ-APM207-0771
 
Response Due
6/22/2022 2:00:00 PM
 
Point of Contact
Shauna Fitzgerald, Kristina Johnson
 
E-Mail Address
shauna.n.fitzgerald.civ@us.navy.mil, kristina.m.johnson79.civ@us.navy.mil
(shauna.n.fitzgerald.civ@us.navy.mil, kristina.m.johnson79.civ@us.navy.mil)
 
Description
The �Tactical Airlift� Program Office, PMA-207 at the Naval Air Systems Command (NAVAIR), Patuxent River, MD are conducting a Market Survey of Industry to determine potential interested sources that have the skills and experience required to repair, upgrade and test a T56-A-16 Power Section Module, and return a T56-A-16A Quick Engine Change Assembly (QECA), which is comprised of four modules: Quick Engine Change Kit (QECK), Reduction Gear Assembly, Torquemeter Assembly, and Power Section, to a Ready for Issue (RFI) condition. �This will require inspection, repair, and testing of the Reduction Gear Assembly, Torquemeter, and QECK assemblies for continued service as RFI T56-A-16A QECA assemblies. �The QECK is the aircraft structural component that supports the other three modules.� The Government will provide the 3.5 upgrade kits as Government Furnished Equipment (GFE) for this effort. This sources sought is being used as a market research tool pursuant to Federal Acquisition Regulation (FAR) Part 10 to determine potential sources and their technical capabilities.� The result of this market research will contribute to determining the method of procurement.� This contract is anticipated to be a three year effort, with options for an additional three years.� The applicable North American Industry Classification System (NAICS) code currently assigned to this procurement is 336412.� Only interested firms who believe they are capable of providing the supplies and services noted above and can meet these requirements are invited to respond to this notice. �The Government will not reimburse participants for any expenses associated with their participation in this survey. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. 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. 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. This notice of intent is not a request for competitive proposals. �Interested parties, however, may identify their interest and capability by responding to this requirement. �If after reviewing this information, you desire to respond to this pre-solicitation synopsis, you should provide documentation to substantiate your services meet the requirements specified in this sources sought. �Failure to provide documentation may result in the government being unable to adequately assess your capabilities. C-130T QECA Support will include the following: Disassemble, inspect, repair, reassemble and test the C/KC-130T QECAs. The Contractor will receive a QECA from the Government.� They will disassemble components and ship the power section to an Original Equipment Manufacturer (OEM) authorized vendor.� If the Contractor is an OEM-authorized �power section repair vendor, shipment would not apply.� The power section will be upgraded to the Series 3.5 configuration and repaired, if required. Following Quick Engine Change Kit (QECK) repairs, if required, and after power section repairs/upgrades are complete to include test cell checkout, the Contractor shall reassemble the QECA, run on test cell, and ship to addresses provided. �The Contractor will be responsible for labor, test equipment, tooling, and material, to return QECA to a RFI condition.� The Contractor shall be responsible for forecasting all material requirements. �The Contractor will be responsible for repairing or replacing out of limit parts or components regardless of the cause of the out of limit condition. Repair and correctly configure each item In Accordance With (IAW) current depot maintenance manuals, intermediate maintenance manuals, Illustrated Parts Breakdown (IPB), Local Engineering Specifications (LES), Temporary Engineering Instructions (TEI), Drawings, NAVAIR approved Class I and Class II ECPs, Formal Technical Directives, and Maintenance Requirements Cards (MRC). The Contractor shall perform the following tasks within 30 calendar days after receipt of a QECA from the Government: Upon receipt of the QECA, the Contractor shall inventory, visually inspect the condition of the unit, account for all major components and the logbook, and represerve the item as specified in the applicable technical manuals and directives. The Contractor shall inspect humidity indicators, perform periodic maintenance inspections and maintain preservation for all items stored in Level II and Level III facilities as defined in NAVAIR 15-01-500. The Contractor will be authorized access to the Decision Knowledge Programming for Logistics Analysis and Technical Evaluation (DECKPLATE) Engine Management database under this contract to comply with the Engine/Propulsion System Module (EPSM) report procedures IAW the NAVAIRINST 13700.15E as changes in custody status conditions occur. The Contractor shall take physical custody of all items received at its facility and shall maintain oversight of these items while in storage. The Contractor shall establish and maintain a quality and inspection system IAW ISO 9001. The Contractor shall perform all inspection requirements IAW the ISO 9001 standard. The Contractor shall keep all property received under this contract separate from other property. All property received under this contract shall be in an enclosed and covered area accessible only to authorized personnel and protected against loss, damage, and theft. The average storage requirements are expected to be no more than 12 Quick Engine Change Assembly (QECA) in storage at any given time.� SUBMISSION REQUIREMENTS Interested businesses shall submit responses by email to the Contract Specialist, Shauna Fitzgerald at shauna.n.fitzgerald.civ@us.navy.mil.� The capability statement package (no more than TEN �single-sided 8.5 X 11 inch pages, font no smaller than 10 point) should demonstrate the ability to provide the requirement as listed above.� All responses shall include company�s full name, company�s address and company business size as it relates to NAICS 336412 ($32.5M size standard), current small business status, cage code, DUNS number, NAICS code(s) and Points-of-Contact (POC) including name, phone number, and email address. Within your capability statement package, please address the following items: (1) Describe your company�s capabilities in performing repairs to return a QECA to a RFI material condition and transport of the reassembled QECA. (2) Describe related past experience (within the past five years) executing QECK and QECA repairs on C-130 T56 variants, and provide contract numbers with similar scope.� (3) Describe your facilities, tooling, and equipment used to perform similar or identical work. (4) Describe your company�s timeframe/approach to begin performance upon contract award in Q4FY23. Classified material SHALL NOT be submitted. All proprietary or corporate data received shall be clearly identified and will be protected from release to sources outside the Government.� Any resulting contract is anticipated to have a security classification level of Secret at time of contract award for personnel and facilities clearances. One electronically submitted response shall be received no later than 17:00 EST on 22 June, 2022 and reference: PMA 207 C/KC 130T Engine Upgrade. Responses to this request may not be returned. The Government is under no obligation to consider information received after the required due date as part of the formal market research for this acquisition.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/07f8218b74704c47825b6872985bc1b0/view)
 
Record
SN06350688-F 20220609/220607230105 (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.