Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 02, 2024 SAM #8376
SOURCES SOUGHT

J -- Depot-Level Support of CFM56-2A-2 Engines

Notice Date
10/31/2024 10:51:57 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
N00019-28-RFPREQ-APM271-0015
 
Response Due
11/30/2024 9:00:00 AM
 
Archive Date
12/15/2024
 
Point of Contact
Lisa Troccoli, Shoaibur R. Qureshi
 
E-Mail Address
lisa.j.troccoli.civ@us.navy.mil, shoaibur.r.qureshi.civ@us.navy.mil
(lisa.j.troccoli.civ@us.navy.mil, shoaibur.r.qureshi.civ@us.navy.mil)
 
Description
DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY.� THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.� 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. This Sources Sought Notice is being used as a market research tool pursuant to Federal Acquisition Regulation (FAR) Part 10 to determine potential sources and their technical capabilities. �The results of this sources sought will be utilized to determine if the required service exists in the marketplace and if any Small Business Set-Aside opportunities exist.� All Small Business Set-Aside categories will be considered. INTRODUCTION The Naval Air Systems Command (NAVAIR), Airborne Strategic Command, Control, and Communications Program Office (PMA-271) located in Patuxent River, Maryland is issuing this sources sought notice for depot-level support of the CFM56-2A-2 engine for the E-6B program. The CFM56-2A-2 is a General Electric/SNECMA (CFM International) commercial engine. The E-6B has four CFM 56-2A-2 engines on each aircraft used by the U.S. Navy. �The proposed procurement of a base year and four one-year options from Fiscal Year (FY) 2028 through FY 2032. REQUIRED CAPABILITIES Interested contractors may submit a capability statement identifying their interest and capability to respond to the requirement.� Only capability statements received on or before the response date indicated in this notice will be considered by the Government.� A determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government.� Capability statements received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.� Capability statements submitted should be pertinent and specific in the technical/management/business area under consideration, on each of the following qualifications: FAR Part 145 Certified Repair Station capable of depot-level engine maintenance to support the needs of the entire E-6B fleet, including spares (83 engines) Total integrated logistics support including the provision of all spare engines Asset repair management (spares and consumables) Obsolescence management Reliability and maintainability management Configuration management Commercial technology insertion Transportation Sustaining Engineering (SE) Facility to store engines, equipment, tooling, and parts The anticipated engine repair maintenance workload is three (3) engines per year for the life of the contract. This is subject to change as forecasting for unscheduled maintenance is based on historical data. Based on current flight hour projections, it is also anticipated that the engine overhaul workload will be six (6) engines per FY. It is anticipated that the contractor will be responsible for maintaining and controlling the current inventory of engines, modules, and spare and repair parts as well as consumable components, and any additional engines that are required by the fleet. The contractor will be accountable for maintaining the entire inventory throughout the duration of the contract. ELIGIBILITY The applicable North American Industry Classification System (NAICS) code currently assigned to this procurement is 336412 with a Small Business size standard of 1,500.� The applicable Product Service Code (PSC) is J028.� All interested parties must be registered in SAM.gov to be eligible for award of Government contracts.� SUBMISSION CONTENT The requested information below is to assist the Government in conducting market research to determine potential business sources that have the assets, skills, experience, financial stability, qualifications, and knowledge required to support the requirements above. a. Corporate Information Company�s Name and Address Company�s point of contact including email address and phone number who are able to discuss the response submitted. Company�s business size and list of NAICS codes under which goods and services are provided General corporate information Small Business Administration (SBA) business size classification (i.e. large, small, small disadvantaged, service disable, veteran owned, HUB ZONE, etc.) Major products and primary customer base Statement whether interest in this sources sought notice is for the purpose of becoming the prime offer, or to inquire about subcontracting possibilities b. Specific Sources Sought Information Requested The response should include a concept summary written from a system solution perspective showing how the concept and development methodology could satisfy the requirements defined herein and should at a minimum include the following: Propose approach and demonstrate the ability to meet the government�s complete requirements described in the Required Capabilities above; Rough Order of Magnitude (ROM) costs for the performance of the efforts described above; Timeline in number of calendar days and/or hours to perform engine overhauls; If an interested party would team with other parties, the capability statement would need to discuss how the work efforts would be separated, the corporate relationship between the parties (i.e. team arrangement, prime-subcontractor, joint venture, etc.). A description of the company�s past experience and performance on similar contracts.� Include whether Contractor Performance Assessment Reporting System (CPARS) ratings are available.� This description should address current and prior experiences within five (5) years from the date of this notice.� If no similar experiences exist, please address future capabilities.� Any future capabilities should provide an outline to the ability to deliver to the requirements defined herein. Any other information your company deems necessary to aid the Government in refining its acquisition strategy and assessing your company�s capability. SUBMISSION DETAILS Means of Delivery: All Capability Statements should be sent via email to Shoaibur Qureshi, at shoaibur.r.qureshi.civ@us.navy.mil and Lisa Troccoli at lisa.j.troccoli.civ@us.navy.mil with the Subject �CONTRACTOR NAME Depot-Level Support of CFM56-2A-2 Engines EFFORT�. Media: Responses shall be in Microsoft Word and/or Microsoft Excel format, or Portable Document Format (PDF). Page Limit: Responses shall be no more than 10 pages single-spaced, 8.5 x 11 inch pages using 12-point Times New Roman font minimum. Marking: If the material provided contains proprietary information, please mark accordingly and provide disposition instructions (submitted data will not be returned).� All responses must be unclassified. Submission Information: Interested parties shall respond no later than 12:00 (Eastern) on 30 November 2024.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/05ceaa9d6c9743079f1af52f113049b6/view)
 
Record
SN07254618-F 20241102/241031230119 (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.