T-45 F405-RR-401 engine and T-45 Gas Turbine Starter (GTS) system maintenance, logistics, and engineering-related support.
Introduction: The Naval Air Systems Command (NAVAIR), Patuxent River, Maryland, and Naval Undergraduate Flight Training Systems Program Office (PMA273) is seeking information for potential sources reg... Introduction: The Naval Air Systems Command (NAVAIR), Patuxent River, Maryland, and Naval Undergraduate Flight Training Systems Program Office (PMA273) is seeking information for potential sources regarding the maintenance, logistics and engineering-related support for the F405-RR-401 engine and the MicroTurbo 096 Gas Turbine Starter (MK II GTS) system used by the T-45 Jet Trainer. Place of Performance % of Total Effort NAS Kingsville, TX 42% NAS Meridian, MS 46% NAS Pensacola, FL 11% NAS Patuxent River, MD 1% 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. Requirement: This requirement will include the effort required to provide all Intermediate (I)-level and Depot (D)-level maintenance and logistics support for the F405-RR401 engine and MK II GTS. Also, the engine contractor shall provide required engineering elements necessary to support the engine at the Organizational (O)-level, I-level and D-level. Orders for engine repair and overhaul services will be in support of Naval Air Station (NAS) Kingsville, Texas; NAS Meridian, Mississippi; NAS Pensacola, Florida and NAS Patuxent River, Maryland. The anticipated timeframe for this requirement is as follows: Estimated RFP release: 1st Quarter FY20 Estimated Award: 4th Quarter FY21 Period of Performance: Ten years Contract/Program Background: Under contract N6134019D0004, Rolls Royce Corporation (RRC) currently is responsible for the maintenance, logistics and engineering support requirements for the F405-RR-401 engine and the MK II GTS used by the T-45 A/C Jet Trainer. The current contract has a Firm Fixed Price (FFP) flight hour rate and Cost Plus Fixed Fee (CPFF) Contract Line Item Numbers (CLINs) for Over and Above engine repairs and overhaul services. The F405-RR-401 Adour engine is the only engine qualified for use in the T-45 aircraft. Rolls-Royce plc is the designer, developer, and sole manufacturer of the F405-RR-401 Adour engine. The U.S. Navy did not procure the design. NAVAIR obtained only limited rights to the engine data and does not have the technical data package required to support the engines and components. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to identify potential business firms especially small business sources, capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. Eligibility: The applicable NAICS code for this requirement is 336412 with a standard size of 1500. The Product Service Code is J028. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. Joint ventures or teaming arrangements are acceptable. Submission Details: It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages size 8.5 x 11 inches in length, paginated, single-spaced, and 10 point font minimum) demonstrating ability to perform the services described in the Requirements section of this document. This document must address, at a minimum, the following: •1. Describe your capacity and facilities for this effort. Explain any element of this requirement (i.e. requisite technical data packages, mishap investigations, etc.) that your company either doesn't have or that must be established to accomplish tasks that result from the requirements. •2. Provide a company profile statement to include number of employees, annual revenue history, office locations, CAGE code, DUNS number. Additionally, state whether your interest in this effort is as a prime offeror or to express interest regarding subcontracting possibilities. •3. Respondents to this notice must indicate whether they are a large business or qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern based upon the NAICS code 336412. •4. Demonstrate that you have a current contract vehicle or relationship with the F405-RR-401 OEM, RR, which enables you to access all relevant technical data and tools necessary to provide maintenance, logistics and engineering required and deliver a copy of the signed agreement with your response. Your Capabilities Statement shall be submitted by email and received no later than 15:00 Eastern Daylight Time (EDT) on 8 March 2019 and reference (N61340-22-R-0045) on both the email and all enclosed documents to the Contract Specialist, T'ann Perrault, in either Microsoft Word or Portable Document Format (PDF), via email at trang.perrault@navy.mil with a copy to Michael Glazer at michael.glazer@navy.mil. Emails larger than 7MB in size may not be received. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. All responses must include the following information: Company Name; Company Address; Company Business Size, and at least two (2) Points-of-Contact (POC) name, position, phone number, fax number, and e-email address. NOTE: Contractors must be registered in the System for Award Management (SAM) database to be eligible for award and payment from any DOD activity. Information on registration and annual confirmation requirements for SAM may be obtained by calling 866-606-8220, or by accessing the SAM website at https://www.sam.gov. Should the Government release an RFP for this effort, the successful offeror will be required to register for access to Wide Area Workflow (WAWF) for invoicing and payment by NAVAIR. Information on self-registration for WAWF can be obtained at https://wawf.eb.mil, additional support concerning WAWF can be accessed by calling the NAVY WAWF Assistance Line 866-618-5988. All questions regarding this Sources Sought notice must be submitted via email to T'ann Perrault at trang.perrault@navy.mil with a copy to Michael Glazer at michael.glazer@navy.mil. No questions will be accepted by phone. Government responses to submitted questions pertaining to this Sources Sought notice, will be posted on FedBizOpps.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »