Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 08, 2025 SAM #8564
SOURCES SOUGHT

99 -- Joint Propeller Sustainment Solution (JPSS)

Notice Date
5/6/2025 6:18:53 AM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
FA8504 AFLCMC WLNKA ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
FA8504-25-JPSS
 
Response Due
6/6/2025 2:00:00 PM
 
Archive Date
06/21/2025
 
Point of Contact
Clevetta Brown, Erica Carter
 
E-Mail Address
clevetta.brown@us.af.mil, erica.carter.3@us.af.mil
(clevetta.brown@us.af.mil, erica.carter.3@us.af.mil)
 
Description
The Government is conducting a market research to identify potential sources that possess the expertise, capabilities, and experience to meet the requirements for Propeller Engineering, Reliability, and Logistics Sustainment services for the R391 propeller and selected propeller line replaceable units (LRUs) for use by the DoD Joint Propeller Sustainment Services Solution (JPSSS), which consists of the United States Air Force (USAF), United States Marine Corps (USMC), United States Navy (USN), United States Coast Guard (USCG), and Foreign Military Sales (FMS) partners. The potential vendors must possess the expertise, capabilities, and/or experience to meet a performance-based, Price Per Flying Hour (PPFH) agreement for the sustainment of R391 propellers and components. This sustainment encompasses both depot and organic levels of maintenance and includes the following services within the PPFH rate: - Depot-Level Repair: The requirements for depot-level repair and overhaul of the C-130J aircraft R391 propeller and selected propeller line replaceable units (LRUs) - Public Private Partnership (PPP) at Warner Robins Air Logistics Center (WR-ALC): Collaborative sustainment efforts with WR- ALC - Parts Provisioning: Supply of operational and depot-level spare R391 propellers, LRUs, and spare/replacement parts - Inventory Control Point (ICP) Management: Management and optimization of R391 propeller inventory - Propeller Training: Comprehensive training on operation, maintenance, and repair of R391 propellers - Technical Support: Access to existing and future service bulletins, OEM technical data rights, Failure Modes Effects, and Criticality Analysis (FMECA) data, and ongoing engineering support - Propeller Health Monitoring and Trend Analysis: Proactive monitoring and analysis of propeller health (including vibration analysis) to identify and address potential issues - Propeller Transportation: CONUS transportation of propellers, JPSSS will be responsible for OCONUS transportation - Field Service Representative (FSR)/Contractor Field Team (CFT): Will provide beyond Organizational Level (O-Level) repair at the unit The projected duration of this effort is 1 Dec 2026 � 30 Nov 2036, which includes a base year of 24 months and eight, 12-month option periods. The Government does not own or have access to the data for these items. The Government has determined that this system is a commercial item. Commercial item descriptions, commercial vendor catalog or price lists or commercial manuals assigned a technical manual number apply. Contractor shall furnish all material, support equipment, tools, test equipment, and services. The contractor is responsible for providing, maintaining, and calibrating all support equipment required at their facility or a subcontractor�s facility. Contractor furnished material or parts used for replacement shall equal or exceed the quality of the original material or parts. Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this survey. The information provided in the RFI is subject to change and is not binding by the Government. Contractors/Institutions responding are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The Government will not reimburse participants for any expenses associated with their participation in this survey. All submissions become government property and will not be returned. FAR 52.215-3 Request for Information or Solicitation for Planning Purposes (Oct 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although ""proposal"" and ""offeror"" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of overcoming barriers to competition for future requirements. Currently the only known source for this effort is: GE Aviation Systems LLC (DBA: Dowty Propellers) 114 Powers CT #7 Sterling, VA 20166-9321 CAGE Code: 93366 Large Business Attached is the RFI and Draft PWS
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2b1bcfcf86ba41a7ac259f97e90d1376/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07433432-F 20250508/250506230057 (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.