Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 24, 2023 SAM #7879
SOURCES SOUGHT

28 -- F405 Aircraft Engine Component Improvement Program

Notice Date
6/22/2023 11:01:45 AM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
 
ZIP Code
20670-1545
 
Solicitation Number
N00421CJA18-0068
 
Response Due
7/7/2023 2:00:00 PM
 
Archive Date
07/22/2023
 
Point of Contact
Lyle Kralle, Erik Seastrand
 
E-Mail Address
lyle.a.kralle.civ@us.navy.mil, erik.k.seastrand.civ@us.navy.mil
(lyle.a.kralle.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 a sole-source Basic Ordering Agreement (BOA) to Rolls-Royce Corp (RR), PO Box 3 Filton, Bristol BS34 7QE, England for continuance of the Component Improvement Program (CIP) for the F405 aircraft engines. This effort will consist of specific design, development, non-recurring engineering, and in-service engineering tasks in support of the Government's F405 Engine Component Improvement Program (CIP), T- 45 Operational Safety Improvement Program (OSIP), T-45 in-service Engineering Investigations (El), and Safety Investigations. The CIP requirements include design and development of parts, testing, engineering analysis and completion of associated engineering reports. The T-45 in-service El and Safety Investigation requirements include evaluation of high-time and on-condition components and assemblies to confirm, revise, or initiate component and assembly operation times and confirm or revise failure mode and efforts. The T-45 OSIP requirement includes non-recurring engineering tasks to modify and modernize engine components to improve engine safety and reliability. The deliverables under this class of actions will include Engineering Change Proposals, development or revision of manufacturing drawings, prototype engine hardware and associated equipment, operating and maintenance instructions .and limits, reliability and maintainability predictions, engineering analysis, engineering reports, and design specification change notices. The ordering period of this BOA is anticipated to be five years, from approximately 02 July 2024 through 1 July 2029.� The Government intends to award task/delivery orders against the resulting BOA 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 requirements.� RR is the sole designer, developer, and integrator of the above engine and is uniquely qualified to provide the complete range of program support required by the Fleet.� RR is the only known firm that possesses the technical data necessary to fulfill the Government�s requirements.� 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 placing BOA 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 under a resulting BOA 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/e9ae2245971643219c3a7d04f12ca92b/view)
 
Place of Performance
Address: Bristol BS347QE, GBR
Zip Code: BS347QE
Country: GBR
 
Record
SN06725495-F 20230624/230622230120 (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.