SOURCES SOUGHT
28 -- LM2500 Non-OEM High-Pressure Turbine Material Procurement
- Notice Date
- 1/22/2025 7:25:41 AM
- Notice Type
- Sources Sought
- NAICS
- 333611
— Turbine and Turbine Generator Set Units Manufacturing
- Contracting Office
- NSWC PHILADELPHIA DIV PHILADELPHIA PA 19112-1403 USA
- ZIP Code
- 19112-1403
- Solicitation Number
- N6449825PD420093
- Response Due
- 2/6/2025 12:00:00 PM
- Archive Date
- 02/21/2025
- Point of Contact
- Stefan Kitzinger
- E-Mail Address
-
stefan.b.kitzinger.civ@us.navy.mil
(stefan.b.kitzinger.civ@us.navy.mil)
- Description
- THIS REQUEST FOR INFORMATION (RFI) NOTICE is being issued by the Department of the Navy, Naval Surface Warfare Center, Philadelphia Division (NSWCPD). NSWCPD has a requirement for LM2500 Non-OEM High-Pressure Turbine Material Procurement. SCOPE OF WORK The Contractor shall provide two (2) complete sets of LM2500 single crystal, single-shank turbine, HPT kits. REQUIREMENTS The Contractor shall deliver two (2) complete sets of LM2500 single crystal, single-shank turbine, HPT kits to NSWCPD. Each of the two (2) kits shall include: -32 Stage 1 SST HPT Nozzle Guide Vanes (including 1 borescope component) -88 Stage 1 SST HPT Blades -33 Stage 2 SST HPT Nozzle Guide Vanes (including 1 borescope component) -90 Stage 2 SST HPT Blades The Contractor shall provide evidence of a FAA Parts Manufacturer Approval (PMA) to demonstrate that it produces single crystal HPT components for the CF6 flight engine family (the flight engine equivalent of the LM2500 engine). The contractor shall also confirm that the same production methods and quality assurance processes are applied when manufacturing CF6 PMA HPT components and LM2500 HPT components. Manufacturing Phase-Out or Discontinuation of Production, Diminishing Sources, and Obsolete Materials or Components The contractor shall notify the contracting officer immediately upon determining the unavailability of obsolete materials or components. The contractor may recommend a solution to include the impact on the contract price and delivery. The contractor shall not initiate any item redesign or incur any additional costs without the express, written authorization of the contracting officer. The anticipated requirement meets the Small Business Subcontracting threshold IAW FAR 19.7. Companies responding to the SSN should annotate any and all work anticipated to be subcontracted for this effort, the anticipated dollar value, and the size status of the subcontractor. SUBMISSION OF RESPONSES: Responses shall include specific details regarding the ability to provide the required items to meet the needs of the Government. Responses shall discuss how your product/service will meet the requirements. Responses are not to exceed two (2) pages. Responses shall be in electronic format. A cover page for the response shall be included. The cover page shall include the company name, address, CAGE Code, Business Size Status for the North American Industry Classification System (NAICS) code of this RFI and points of contract (names, email, and telephone numbers) at a minimum. The cover page is not considered in the total page count. NSWCPD will accept only electronic unclassified submission of responses. Responses shall be sent to Stefan Kitzinger at Stefan.b.kitzinger.civ@us.navy.mil with the subject line ""RFI N6449825PD420093."" All responses shall be unclassified and submitted no later than 03:00 PM EST on 06 February 2025. This RFI is for market research purposes only and does NOT constitute a Request for Proposal (RFP). This notice shall not be construed as a contract, a promise to contract, or as a commitment of any kind by the Government. The Government is NOT seeking or accepting unsolicited proposals. This RFI Notice is issued solely for conducting market research in accordance with FAR Part 10 and gathering information for planning purposes. The Government WILL NOT PAY for any information received in response to this RFI, and the Government will not compensate the respondent for any cost incurred in developing the response to this RFI. 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. Please be advised that all submissions become Government property and will not be returned. PHONE CALLS WILL NOT BE ACCEPTED. RFI THIS REQUEST FOR INFORMATION (RFI) NOTICE is being issued by the Department of the Navy, Naval Surface Warfare Center, Philadelphia Division (NSWCPD). NSWCPD has a requirement for LM2500 Non-OEM High-Pressure Turbine Material Procurement. SCOPE OF WORK The Contractor shall provide two (2) complete sets of LM2500 single crystal, single-shank turbine, HPT kits. REQUIREMENTS The Contractor shall deliver two (2) complete sets of LM2500 single crystal, single-shank turbine, HPT kits to NSWCPD. Each of the two (2) kits shall include: -32 Stage 1 SST HPT Nozzle Guide Vanes (including 1 borescope component) -88 Stage 1 SST HPT Blades -33 Stage 2 SST HPT Nozzle Guide Vanes (including 1 borescope component) -90 Stage 2 SST HPT Blades The Contractor shall provide evidence of a FAA Parts Manufacturer Approval (PMA) to demonstrate that it produces single crystal HPT components for the CF6 flight engine family (the flight engine equivalent of the LM2500 engine). The contractor shall also confirm that the same production methods and quality assurance processes are applied when manufacturing CF6 PMA HPT components and LM2500 HPT components. Manufacturing Phase-Out or Discontinuation of Production, Diminishing Sources, and Obsolete Materials or Components The contractor shall notify the contracting officer immediately upon determining the unavailability of obsolete materials or components. The contractor may recommend a solution to include the impact on the contract price and delivery. The contractor shall not initiate any item redesign or incur any additional costs without the express, written authorization of the contracting officer. The anticipated requirement meets the Small Business Subcontracting threshold IAW FAR 19.7. Companies responding to the SSN should annotate any and all work anticipated to be subcontracted for this effort, the anticipated dollar value, and the size status of the subcontractor. SUBMISSION OF RESPONSES: Responses shall include specific details regarding the ability to provide the required items to meet the needs of the Government. Responses shall discuss how your product/service will meet the requirements. Responses are not to exceed two (2) pages. Responses shall be in electronic format. A cover page for the response shall be included. The cover page shall include the company name, address, CAGE Code, Business Size Status for the North American Industry Classification System (NAICS) code of this RFI and points of contract (names, email, and telephone numbers) at a minimum. The cover page is not considered in the total page count. NSWCPD will accept only electronic unclassified submission of responses. Responses shall be sent to Stefan Kitzinger at Stefan.b.kitzinger.civ@us.navy.mil with the subject line ""RFI N6449825PD420093."" All responses shall be unclassified and submitted no later than 03:00 PM EST on 06 February 2025. This RFI is for market research purposes only and does NOT constitute a Request for Proposal (RFP). This notice shall not be construed as a contract, a promise to contract, or as a commitment of any kind by the Government. The Government is NOT seeking or accepting unsolicited proposals. This RFI Notice is issued solely for conducting market research in accordance with FAR Part 10 and gathering information for planning purposes. The Government WILL NOT PAY for any information received in response to this RFI, and the Government will not compensate the respondent for any cost incurred in developing the response to this RFI. 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. Please be advised that all submissions become Government property and will not be returned. PHONE CALLS WILL NOT BE ACCEPTED.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/30b52049bf3b44c3a813e8ae47c5fb7e/view)
- Place of Performance
- Address: Philadelphia, PA 19112, USA
- Zip Code: 19112
- Country: USA
- Zip Code: 19112
- Record
- SN07320359-F 20250124/250122230109 (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 |