SPECIAL NOTICE
A -- Request for Information for EMD Extension
- Notice Date
- 8/23/2024 9:24:00 AM
- Notice Type
- Special Notice
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
- ZIP Code
- 35898-0000
- Solicitation Number
- W58RGZ-19-C-0003
- Response Due
- 9/9/2024 10:00:00 AM
- Archive Date
- 09/24/2024
- Point of Contact
- Samuel Mason, Whitney Alexander
- E-Mail Address
-
samuel.j.mason.civ@army.mil, whitney.a.alexander.civ@army.mil
(samuel.j.mason.civ@army.mil, whitney.a.alexander.civ@army.mil)
- Description
- Synopsis: The U.S. Army Contracting Command � Redstone (ACC-RSA) is issuing this Request for Information (RFI) as notification that the Government is contemplating a contract modification extending the period of performance (PoP) of contract W58RGZ-19-C-0003 for the Engineering and Manufacturing Development phase for the XT901-GE-900 (T901) engine. The contract was awarded to General Electric (GE) Company, CAGE code 99207, in support of the Improved Turbine Engine Program.� The current PoP expires on 29 May 2025 and the extension would run through 31 December 2029.� This modification will be awarded on a non-competitive basis as the services required are only available from GE. �ACC-RSA intends to utilize results of this RFI as an element of market research to pursue a Sole Source Justification and Approval in accordance with Federal Acquisition Regulation (FAR) 6.302-1(a)(2)(ii). Any resultant Justification and Approval will be made publicly available in accordance with FAR 6.305. This RFI is used for information and planning purposes only and does not constitute a solicitation or a promise to issue a solicitation in the future. This notice does not constitute a commitment by the United States Government to contract for any support or service whatsoever. No contract will be awarded as a result of this request. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor compensate any respondent for any cost incurred in developing information provided to the Government. Information herein is based on the best information available at the time of publication, is subject to revision, and is not binding on the Government. The purpose of this RFI is to determine industry capabilities to provide design, manufacturing development, and qualification of the T901 series engines in areas of program management, technical and maintenance engineering support, software engineering support, data analysis, integration support, technical meeting support, configuration management, safety, qualification of components and subsystems, testing, and other related items.� Engines and engine control systems must meet Airworthiness Release (AWR) criteria and be able to be integrated into the H-60M (Blackhawk) and AH-64E (Apache) helicopters.� The applicable North American Industry Classification System (NAICS) code assigned to this action is 336412, Aircraft Engine and Engine Parts Manufacturing. Interested vendor shall provide a capability statement that addresses requirement, recommendations regarding XT901-GE-900 turboshaft engine, and responses to requested information (See page 3, Request for Information Requirements - Description of Information Requested). No classified documents shall be included in any response. Clearly mark any proprietary information. Data submitted in response to this RFI that is marked �proprietary� will be handled accordingly and will not be returned. The Government will utilize non-Government personnel (support contractors), as identified below, to review responses to this RFI. If the respondent requires a Proprietary Information Agreement (PIA), Non-Disclosure Agreement (NDA), or equivalent with the companies below prior to support contractors reviewing the submissions, the Government requests that the respondent obtain the PIA/NDA from the company Points of Contact (POC) and provide the PIA/NDA or a list of known existing PIA/NDA or written wavier of the requirement with their submittal to the ACC email address listed on the last page of this RFI. Support Contractors: Avion Solutions, Inc. Iron Mountain Solutions, Inc. PeopleTec, Inc. Tecelote Research The participating support contractor companies will be precluded from submitting a response to this RFI or any potential subsequent solicitation for this effort. Technical questions, data requests and industry responses to this RFI shall be sent via email to whitney.a.alexander.civ@army.mil and samuel.j.mason.civ@army.mil. For all communications regarding this RFI, request respondents put �Request For Information Response �XT901-GE-900 Engine Engineering and Manufacturing Development Completion� in the subject line of the e-mail. Responses shall also not exceed 25 single-spaced pages on 8.5 x 11 size paper with one-inch margins. Title page, table of content, graphic chart pages, technical specifications, and product sheets may be included as deemed necessary and will not count against the 25-page limit listed above. Font size shall not be smaller than Arial 10. All responses shall be submitted via email to the ACC emails listed below. All information must be readable by Microsoft (MS) Word 2013, MS Excel 2013, or Adobe Acrobat and shall be provided with proper markings (No CLASSIFIED information).� All responses must be delivered by 12:00 PM Central Time on 9 September 2024. Contracting Office Point of Contacts: Contracting Officer: Whitney Alexander, whitney.a.alexander.civ@army.mil Contract Specialist: Samuel Mason, samuel.j.mason.civ@army.mil Request for Information Requirements Description Provide company information, to include: Company name and address. Company Details: number of personnel, total revenue, ownership, CAGE Code, and Parent Corporation. Size of company under NAICS 336412, Aircraft Engine and Engine Parts Manufacturing. Whether the company represents that it meets the definition of any Small Business Program Representations described in FAR 52.219-1 (Small Business; Historically Underutilized Business Zone Small Business; Service-Disabled Veteran Owned, Veteran-Owned Small Businesses; Women-Owned Small Business; or Small Disadvantaged Business). Point(s) of contact including name, phone number, address, and email address. Describe the organization's XT901-GE-900 engine capabilities and provide technical data for how the engine meets Airworthiness Release (AWR) criteria and integrates into the airframes as well as any software interfaces. Provide technical data describing the engine including the dimensions and weight. Provide any existing test reports and data from previous airworthiness qualification efforts for the engine. Provide any pricing information for the engine. Identify conditions or issues requested in the RFI that cannot be met or may interfere with the intention of this project. Does the company currently maintain an office with technical, logistics and contracting personnel in the Huntsville, AL vicinity? Provide any other pertinent information that will assist the Government in this assessment.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/58b8634808dc4ef897e15f24934b513b/view)
- Place of Performance
- Address: Redstone Arsenal, AL 35898, USA
- Zip Code: 35898
- Country: USA
- Zip Code: 35898
- Record
- SN07183487-F 20240825/240823230118 (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 |