SOURCES SOUGHT
16 -- Power Plant Change (PPC) Program
- Notice Date
- 10/27/2022 8:26:46 AM
- Notice Type
- Sources Sought
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
- ZIP Code
- 20670-1545
- Solicitation Number
- 2515230003
- Response Due
- 11/11/2022 8:59:00 PM
- Point of Contact
- Erik Seastrand, Phone: 3017572532
- E-Mail Address
-
erik.k.seastrand.civ@us.navy.mil
(erik.k.seastrand.civ@us.navy.mil)
- Description
- The Naval Air Warfare Center, Aircraft Division (NAWCAD) Contracts Department, Patuxent River, MD in support of NAVAIR Propulsion and Power Research and Engineering Department, intends to award task/delivery orders in support of the Power Plant Change (PPC) program under the authority of 10 U.S.C. 2304 (c)(1), as implemented at FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirement. The PPC program corrects aircraft flight safety deficiencies, improves operational fleet readiness, and reduces engine total cost of ownership by incorporating approved power plant changes. Power plant changes are required throughout the aircraft service life as the engine ages and operationally revealed deficiencies are discovered, researched, and solutions engineered. General Electric Aviation Engines (GEAE) is the sole designer, developer, and integrator of the F404, F414, CT7, T700, T58, T64, and T408 aircraft engines.� As a result, GEAE is uniquely qualified to provide the complete range of program support required by the Fleet. GEAE is also the only known firm that possesses the technical data, drawings, and specifications necessary to fulfill the Government's requirements. Given GEAE's involvement with the design, development, qualification, manufacturing, and continuing improvements of the seven engine types, GEAE has the original design intent, original engineering drawings, and the most recent design changes to the seven types of engines readily available to them, which are necessary to avoid undesirable interactions between existing and redesigned hardware. In addition, GEAE has immediate access to the necessary special tooling, special test equipment, and testing facilities (full-scale models, simulation, and bench type laboratories) necessary to prototype and test proposed engineering solutions. Furthermore, much of the technical data, material, and manufacturing processes required to perform this effort was developed by GEAE. This privately developed data, along with the corporate expertise necessary to identify and correct problems within the seven types of engines, are the sole property of GEAE. The technical requirements, along with the proprietary rights identified above, provide GEAE with the unique ability to provide the Government with the full range of Power & Propulsion (P&P) Component Improvement Program (CIP) efforts for each of the seven types of engines and the development of required engine modification kits to be procured using the PPC program. P&P CIP, which has sole source authorization and approval under a separate Class Justification & Approval (CJ&A), develops and demonstrates engineering solutions to these deficiencies and initiates power plant changes through the Engineering Change Proposal (ECP) process. The PPC program procures the necessary PPC retrofit kits, support equipment, kit installation and technical data. This program provides retrofit kits for all Navy and Marine Corps aircraft engines and propulsion related hardware such as propellers, starters, generators, and transmissions. Approved modification kits may also be acquired by FMS customers for incorporation into their fleet assets. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS.� However, responsible sources are encouraged to submit a response to this sources sought notice in writing that contains information that may be used by the Government to determine whether or not to conduct competitive procurement(s) vice sole source task orders.� A determination by the Government not to open this class of requirements to competition based upon response(s) to this notice is solely within the discretion of the Government.� Responses must be received within 15 days of publication of this notice.� Information provided herein is subject to change and in no way binds the Government.� Note that any task/delivery order issued would be subject to the synopsis requirements outlined at FAR 5.2, unless an exception applies.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0c4a2b07b0ff4f6985d092a2b43081d0/view)
- Place of Performance
- Address: Lynn, MA 01905, USA
- Zip Code: 01905
- Country: USA
- Record
- SN06504773-F 20221029/221027230109 (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 |