SOURCES SOUGHT
49 -- Coordinate Measuring Machines for Depot Level Maintenance on T408 Engine
- Notice Date
- 5/30/2024 12:47:10 PM
- Notice Type
- Sources Sought
- NAICS
- 333515
— Cutting Tool and Machine Tool Accessory Manufacturing
- Contracting Office
- NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
- ZIP Code
- 08733
- Solicitation Number
- N68335-24-RFI-0222
- Response Due
- 6/14/2024 1:00:00 PM
- Archive Date
- 06/29/2024
- Point of Contact
- Chris Brake, William T. Hemhauser
- E-Mail Address
-
christopher.d.brake5.civ@us.navy.mil, william.hemhauser@navy.mil
(christopher.d.brake5.civ@us.navy.mil, william.hemhauser@navy.mil)
- Description
- This is a Request for Information (RFI) for written information only. The United States Navy (USN) has a requirement to perform Depot Level Maintenance onT408 Engine utilizing a two (2) Moving Bridge Coordinate Measuring Machines (CMM). Existing Naval machinery does not support the required capabilities for T408 Grind & Balance Effort. The Naval Air Systems Command PMA261 CH-53K Support Equipment Team located in Lakehurst, NJ is seeking information about the capabilities of industry to provide a Commercial Off The Shelf Moving Bridge for the measurement of General Electric T408 Jet Engine Compressor Rotors and Stators. The total inventory of two (2) CMMs is planned to be procured. Information is sought from industry regarding CMM capabilities. Please provide the following information about any CMM systems capabilities that is a product, or combination of products, supplied by your company or organization, to other Department of Defense (DoD) or foreign military services, Navy aircraft depots or commercial industry. We are requesting the following details: A general description of your CMMs. The CMMs shall complete measuremetns in accordance with and meeting the inspection requirements found in the associated engine technical repair manuals and Fleet Readiness Center East (FRCE) local specifications. Projected lead times and rough order of magnitude development and production costs for a potential future acquisition are required. An overview of your approach to obsolescence management to ensure that any newly fielded CMMs would be sustainable and supportable over a minimum life cycle of twenty (20) years. The Government will judge proposed CMM capability based upon proposed CMM specifications, including options. Proposed CMMs shall be capable of the following: CMM #1 shall have a measuring volume of 1200mm (width) x 1500mm (depth) x 1000mm (height) and a total load bearing capacity (work piece plus tooling/fixturing) of 500 pounds. CMM #2 shall have a measuring volume of 1500mm (width) x 2200mm (depth) x 1000mm (height) and a total load bearing capacity (work piece plus tooling/fixturing) of 600 pounds. An overview of your CMM support maintenance philosophy including preventative and predictive maintenance tasks, including oil and vibration analysis and recommended intervals of tasks. An overview of your production capabilities to manufacture CMM. Provide details of the manufacturing facilities and equipment and a proposed delivery schedule strategy. If applicable, provide information about any DoD contracts for your CMM products and what if any data products were developed and provided to the Government. Any commercial contracts or testimonials are also welcome. Please provide points of contact for any of these references. Provide information about your company/organization including a brief description of your company/organization, whether you are a small or large business, 8(a) status, hub zone status, veteran/women owned status and any pastor present Small Business Innovative Research (SBIR) awards related to your electronic throttle control system products or technologies. Provide any pertinent product datasheets. Provide any additional information you think would be useful to consider in this RFI. It is requested that information be submitted NO LATER THAN 14 June 2024 to Naval Air Warfare Center Aircraft Division, Code BL51000 BLDG 120 Route 547, Joint Base MDL, NJ 08733-5000, by electronic mail to christopher.d.brake5.civ@us.navy.mil and william.t.hemhauser.civ@us.navy.mil . Respondents are notified that there is no solicitation package available, and a formal solicitation MAY NOT necessarily result from the RFI. No promise of a contract award is implied and respondents are not being asked to submit cost proposals. Any comments provided may or may not be included in a formal solicitation. The Government WILL NOT PAY for any information received in response to this RFI nor will the Government compensate any respondent with costs incurred in developing the information provided to the Government. The Government will not release any information marked with a Proprietary legend, received in response to this RFI, to any firms, agencies, or individuals outside the Government without written permission in accordance with the legend.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1717ef9b6b1d4d28a62ab5303f86e382/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07081801-F 20240601/240530230101 (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 |