SOURCES SOUGHT
J -- C40A- Engine Repair, Overhaul, and Procurement
- Notice Date
- 12/13/2023 9:06:08 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
- N00019-23-RFPREQ-APM207-0106
- Response Due
- 1/16/2024 1:00:00 PM
- Archive Date
- 01/16/2024
- Point of Contact
- Lindsay G. Hurley, Jamie Schoemaker
- E-Mail Address
-
lindsay.g.hurley.civ@us.navy.mil, jamie.schoemaker1@navy.mil
(lindsay.g.hurley.civ@us.navy.mil, jamie.schoemaker1@navy.mil)
- Description
- INTRODUCTION The Naval Air Systems Command (NAVAIR) Tactical Airlift Program Office (PMA-207), Patuxent River, MD is conducting market research to identify potential business sources with the resources, capabilities, and experience to successfully perform multiple C-40A CFM56-7B24 engine overhauls, minor and major engine repairs, and repair engine support equipment (e.g. engine stands, cradles, Quick Engine Change (QEC) kits). �Potential sources shall also have the ability to procure new and/or used CFM56-7B24 engines with QEC and engine cradle, standalone QEC, and spare engine parts. This effort is anticipated to begin as early as FY2025 and will occur over a five-year period. NAVAIR intends to use the information provided in response to this Sources Sought (SS)/Request for Information (RFI) to aid in refining its acquisition/contracting strategy, budget assumptions, and Performance Work Statement (PWS) for this effort and to determine if any Small Business Set-Aside opportunities exist. All Small Business Set-Aside categories will be considered. The Contractor shall follow the OEM Work Scope Planning Guide to perform a Level Three Repair/Overhaul or Full Workscope. The Firm Fixed Price shall include the tasks identified in the Critical Items List, Core Performance + LLP hardware, and the incorporation of all CFM Category 1-4 Service Actions that pertain to the affected modules to yield an additional 10,000 cycles of on-wing time before the next forced shop visit. BACKGROUND The C-40A aircraft is a Boeing 737-700C commercial-derivative cargo/transport/ETOPS aircraft that is Federal Aviation Administration (FAA) 14 Code of Federal Regulations (CFR) Part 25 certified and operated by the USN and USMC. The aircraft are equipped with three variants of CFM56-7B24 engines, Singular Annular Combustor (SAC), Tech Insertion, and Enhanced.� The fleet currently has a total of 43 engines which require support.� 38 engines are on the aircraft wings with five spares stored at various Main Operating Bases (MOBs). CAPABILITY STATEMENT Respondents shall submit a capabilities statement of no more than 10 one-sided, 8.5x11 inch pages in length with font no smaller than 10 point, demonstrating the respondent�s ability to perform the services described herein. Capability statements shall address the following: Describe your company�s approach for scheduled and unscheduled aircraft engine depot level maintenance and repair. Provide evidence that your company is a Title 14, Code of Federal Regulations (CFR) Part 145 certified repair station. Provide evidence that your company is a CFM-certified engine Maintenance, Repair, and Overhaul (MRO) provider. Include a description of your company�s approach to obtaining the most current Engine Shop Manuals. Include a description of your company�s approach to obtaining engineering reach back to CFM. Describe your company�s commercial quality control and assurance processes. Describe your company�s approach to managing Critical Safety Item/Critical Application Item requirements. Describe the percentage of the CFM56-7B24 engine repair work your company performs in house and the percentage that is subcontracted/outsourced. Describe the lead time your company requires for the first engine induction following contract award. Describe your company�s engine induction process and average/typical turnaround times.� Describe your company's Over and Above (O&A) approach/process during various Repair, Restoration, and Overhaul scenarios. Describe your company�s processes for preventing counterfeit parts from being installed into Navy engines. Describe your company�s process for managing life limited parts/long-lead life limited parts. Does your company maintain insurance that covers military engines? Describe your standard warranty(ies) (e.g., what is warranted and for how long). Confirm your company�s ability to provide examples of an FAA approved repair substantiation data package and used part/component maintenance history/service records. Describe your company�s ability to provide engine Field Assessment and Repair coverage (e.g., field assessment and repair at a field activity location or at a deployed location). Describe your company�s maximum engine throughput per year and ability to meet potential surge requirements beyond the maximum throughput. Small/large business status under the North American Industry Classification System (NAICS) Code of 336412 and company profile to include number of employees, annual revenue history, office locations, Data Universal Numbering System (DUNs) number, etc.: Qualification as a Small Business (SB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), HUBZone Small Business (HUBZone), Veteran-Owned Small Business (VOSB), or Service-Disabled Veteran Owned Small Business (SDVOSB) Concern; and Explanation of ability to perform at least 50% of the tasking described in terms of the cost of contract performance incurred for personnel shall be expended for employees of the concern in accordance with FAR 52.219-14. Please add other information your company believes is relevant to aid the Government in refining its acquisition strategy. Please demonstrate that your company currently possesses or has authorized access to the necessary technical data, or has a viable plan to obtain, generate, or otherwise secure authorized access to the necessary technical data, and that it will be maintained throughout the duration of the effort being solicited. ELIGIBILITY The appropriate Product Service Code (PSC) is J028. The NAICS Code is 336412 with a Small Business Size of 1,500 employees. All vendors must be registered in Systems for award Management (SAM Database) with its DUNs number and Commercial and Government Entity (CAGE) Code in order to conduct business with the Department of Defense. SUBMISSION Interested businesses' responses to this SS/RFI, including any capabilities statement, shall be electronically submitted in Microsoft Word or Portable Document Format (PDF) to the Contract Specialist at lindsay.g.hurley.civ@us.navy.mil no later than 1600 Eastern Standard Time on 16 January 2024. All responses shall include the Company name, address, and business size and shall identify points of contact by name, telephone number, and email address. All attached documents shall reference this SSS/RFI number. � � NOTE Should the Government release a solicitation for the effort described herein, it will be synopsized on SAM.gov site as early as Fiscal Year 2024. It is the responsibility of potential offerors to monitor this site for additional information pertaining to this requirement. Be advised that periodic visitation to the website is essential for obtaining updated documentation and the latest information regarding this procurement. All data received in response to this SS/RFI that are marked or designated as corporate or proprietary will be fully protected from release outside the Government. The attached draft PWS is provided to Industry for review and comment. The Government will utilize this feedback to update/clarify the current draft PWS prior to release of the draft RFP (inclusive of Section L&M), which is planned for late March 2024. The Government does not intend to respond to questions at this point but will take all feedback into consideration. There will be a question and answer period after the draft RFP is released. An in person pre-solicitation conference is not planned at this time, but virtual one on ones will be considered, if determined to be needed. Formal RFP release is anticipated in June 2024 with anticipated contract award in December 2024. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL AND PLANNING PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) OR A PROMISE TO ISSUE A RFP IN THE FUTURE. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. THE UNITED STATES NAVY (USN), IS NOT CURRENTLY SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. 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 AND ANY ASSOCIATED COSTS INCURRED ARE THE RESPONDENT�S SOLE RESPONSIBILITY.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7f9194c954164a6f882d1407c3462d40/view)
- Record
- SN06911724-F 20231215/231213230046 (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 |