Inactive
Notice ID:W58RGZ-19-C-0003
The Army Contracting Command-Redstone (ACC-RSA), on behalf of the Project Manager - Aviation Turbine Engines (PM ATE) has a requirement to modify contract W58RGZ-19-C-0003, to incorporate integration ...
The Army Contracting Command-Redstone (ACC-RSA), on behalf of the Project Manager - Aviation Turbine Engines (PM ATE) has a requirement to modify contract W58RGZ-19-C-0003, to incorporate integration support for the XT901 engine on the Future Attack Reconnaissance Aircraft Competitive Prototype (FARA CP) into the Statement of Work. ACC-RSA intends to modify the existing contract with General Electric Company, GE - Aviation awarding on a sole source basis. This integration support will be procured under the authority of Federal Acquisition Regulation (FAR) 6.302-1(a)(2)(iii)(A), "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements," the unique services are available from only one source. The effort requires the utilization of established XT901 interfaces to integrate the XT901 onto the FARA CP platforms by working with the airframe vendors. The Army has determined that the FARA fleet will be powered by the XT901 engine. The XT901 engine is the form, fit replacement for the T700 General Electric (GE) series engine (T700-GE-701D) that is in current operational use within the Apache and Black Hawk fleets. The effort will track to the development of the FARA CP airframe design. The work will support five (5) FARA CP selected vendors with the initial airframe design by performing risk reduction trade studies and technical data delivery for the XT901. After the FARA CP down-selects to two vendors for airframe construction and engine integration, the effort will consist of software development specific to the FARA CP designs and to support the FARA CP vendors with engine/airframe integration and flight demonstration. This Notice of Intent is not a request for competitive quotes. No solicitation documents are available and telephone requests will not be honored. However, if a firm believes it can meet the requirements it must furnish information about its products and services, as well as references from other customers who are using these products to the Contracting Officer by 12:00PM (CST) 08/01/19. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the above requirements. Responses received will be evaluated however; a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. Capability statements shall be submitted by email only. Formats should be viewable in Microsoft Word or Adobe Reader. No telephonic discussions will be held. All material submitted in response to this notice must be unclassified. Limited questions and comments will be entertained, and must be in writing via e-mail. The USG request that all submittals be sent to the following points of contact via e-mail: Vince Dickens, Contracting Officer, at david.v.dickens.civ@mail.mil, courtesy copy to Rhonda Hall, Contract Specialist at rhonda.y.hall.civ@mail.mil and CPT Michael Gerbasi, Contract Specialist, at michael.e.gerbasi.mil@mail.mil The NAICS code for this requirement is 336412 (Aircraft Engine and Engine Parts Manufacturing). This notice will be posted for 15 calendar days.