Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2008 FBO #2365
SOLICITATION NOTICE

J -- Draft solicitation for the maintenance and repair of the Navy's T56 Series III engines

Notice Date
5/16/2008
 
Notice Type
Modification/Amendment
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670
 
ZIP Code
20670
 
Solicitation Number
N00019_08_R_0012
 
Point of Contact
Lauren R Martz,, Phone: (301) 757-5280, Kyle W Richmond,, Phone: 301-757-5273
 
E-Mail Address
lauren.martz@navy.mil, kyle.richmond@navy.mil
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Systems Command (NAVAIR) intends to issue a Request for Proposal on or about 02 June 2008 with the intention to conduct a full and open competition for the maintenance and repair of the Navy’s T56 Series III engines under NAICS Code 336412, Aircraft Engine and Engine Parts Manufacturing. The prospective contract will be for the receipt, inspection, disassembly, repair and/or modification, assembly, testing, and preservation of the T56 Series III Propulsion System, modules, Quick Engine Change Kit (QECK), and components. The Contractor will provide facilities, labor, material, and arrange for outside services, as required, to return items to a Ready For Issue (RFI) condition. The three major modules of the engine to be maintained and repaired under this contract will be Power Sections, Reduction Gear Assemblies, and Torquemeters. These services are currently being obtained under Contract N00019-04-D-0016 with Standard Aero (San Antonio) Inc. The Naval Air Systems Command anticipates an Indefinite Delivery/Indefinite Quantity contract of a base year with four (4) option years, with a maximum quantity of 160 Power Sections, 180 Reduction Gear Assemblies, and 140 Torquemeters to be serviced annually. The turn-around time for overhaul and maintenance is 60 calendar days for Power Sections, 70 days for Reduction Gear Assemblies and 60 days for Torquemeters. The Government reserves the right to make multiple awards if it is determined to be most advantageous based on the capabilities and overall evaluation of the proposals received. The Request for Proposal (RFP) and copies of Attachment (1) Performance Work Statement for U.S. Navy T56 Series III Engine Module Repair and Exhibit (A) Contract Data Requirements Lists (CDRLs) will be posted to the NAVAIR solicitation website at http://www.navair.navy.mil/doing_business/open_solicitations. Copies of Attachment (2) Power Plant Change (PPC) 123 and Attachment (3) PPC 124 must be requested by following the information stated below. The solicitation number is N00019-08-R-0012. Contract award is anticipated in FY 09. NOTE: This program includes information that has been designated as "Distribution C" and is only releasable to current U.S. Government agencies and their contractors. In addition, the program requires a procurement effort in certain critical technologies/data that are not releasable to foreign firms. Some documents are under Federal export control for "sensitive" or "controlled" technologies regulated by the U.S. Department of State International Traffic in Arms Regulations (ITAR) protecting national security. Data may not be exported without an approval, authorization, or license under E.O. 12470 or the Arms Export Control Act. Disclosure of the control drawings requires the verification of a current license for the oral, visual or documentary disclosure of technical data by U.S. persons to foreign persons as defined under by the U.S. Department website. To participate, a foreign firm may be required to team with a U.S. firm that possesses a current and valid U.S. facility clearance with technologies/data safeguarding capabilities, inclusive of the authority to receive critical technology and/or data required to execute this program. Any resultant contractor teaming or license agreements between U.S. firms and foreign firms, to include employment of foreign nationals by U.S. firms, shall be in accordance with current U.S. export laws, security requirements, and National Disclosure Policy, and shall require the prior approval of the contracting officer and foreign disclosure officer. It is the contractor's responsibility to provide evidence of any such agreement and/or license to this office for review and this shall be verified prior to release of any controlled documents. Prior to release of any control documents under this solicitation, any U.S. contractor must acknowledge its responsibilities under U.S. export control laws and regulations (including the obligation, under certain circumstances, to obtain an export license prior to the release of technical data within or outside the United States) and agree that it will not disseminate any export-controlled technical data subject to this requirement in a manner that would violate applicable export control laws and regulations. Upon review of your written request, verification of your status, and acknowledgement of the contractor’s responsibility under the U.S. Export laws and regulations, the requested attachments will be provided. To obtain a copy of Attachments (2) and (3), the written request must be submitted to Lauren Martz at lauren.martz@navy.mil or Kyle Richmond at kyle.richmond@navy.mil with the name of your company, mailing address, phone number, email address (if available), current CAGE number, DoD Central Contractor Registration (CCR) number and acknowledgement of the contractor’s responsibility under the U.S. export control laws and regulations. The request must be in writing which may be submitted electronically or via mail to the address noted below. Upon verification of your status and acknowledgement of your responsibility under U.S. export control laws and regulations, the requested documents will be provided. No telephone requests for the attachments will be accepted. No written requests, other than requests for the controlled Attachments (2) and (3) will be accepted and no hard copies will be mailed. IMPORTANT INFORMATION: Registration in the DoD Central Contractor Registration (CCR) database will be a prerequisite for receiving an award. The Government is not obligated to and will not pay for any information on the CCR. Refer to the CCR website at http://ccr.gov/index.cfm. Written comments, recommendations, comments and questions regarding the RFP and Attachments shall be submitted to the following: Lauren Martz at lauren.martz@navy.mil or Kyle Richmond, kyle.richmond@navy.mil; or to Department of the Navy, Commander, Naval Air Systems Command, Building 2272, Room 155, Attention: Lauren Martz/Kyle Richmond, AIR-2.3.2.2, 47123 Buse Road Unit IPT, Patuxent River, MD 20670-1547.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f42de429b61019319a86194cf9556837&tab=core&_cview=1)
 
Place of Performance
Address: Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN01575277-W 20080518/080516220850-f42de429b61019319a86194cf9556837 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.