Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 17, 2025 SAM #8573
SOURCES SOUGHT

R -- T-34 & T-44 OEM ENGINEERING DATA SUPPORT

Notice Date
5/15/2025 8:13:41 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
FLEET READINESS CENTER PATUXENT RIVER MD 20670 USA
 
ZIP Code
20670
 
Solicitation Number
N68520-24-RFPREQ-HJ00000-0083
 
Response Due
5/30/2025 11:00:00 AM
 
Archive Date
06/14/2025
 
Point of Contact
Brandon Farbicante, Beverly Rhamdeow
 
E-Mail Address
gregory.b.fabricante2.civ@us.navy.mil, beverley.s.rhamdeow.civ@us.navy.mil
(gregory.b.fabricante2.civ@us.navy.mil, beverley.s.rhamdeow.civ@us.navy.mil)
 
Description
REQUIREMENT: Commander, Fleet Readiness Centers, Procurement Group, Patuxent River, MD, is seeking potential vendors to provide Engineering Data Support to assist in maintaining the performance, safety, and reliability of the Navy�s T-34C and T-44 series aircraft.in support of for Fleet Readiness Center Southeast (FRCSE). Fleet Readiness Center Southeast (FRCSE), located in Jacksonville, FL, is an industrial facility that reworks, repairs, and overhauls various aircraft, engines, and components in support of Naval Air Systems Command (NAVAIR) Naval Aviation Enterprise (NAE). FRCSE is requesting sources to provide technical data and Engineering Services that are required to measure the performance, safety, and reliability of the Navy�s T-34C and T-44 series aircraft at the Government�s facility. Textron Aviation Inc. (hereafter called Textron) is the Original Equipment Manufacturer (OEM). All repair manuals, specifications, and drawings pertaining to the required components are proprietary and solely owned by Textron. Since the Technical and Engineering Data is protected by Textron�s proprietary rights, any interested respondents will need to have a Data License Agreement in place with Textron. The scope of repairs is detailed in the attached draft Performance Work Statement . All work performed by the contractor shall be accomplished in accordance with applicable OEM publications, technical directives, instructions, standards and procedures contained in pertinent manuals, utilizing blueprints, drawings or schematics. The Contractor must have or have access to all required documents and approvals to use OEM Specifications. INCUMBENT INFORMATION: The pending acquisition is a follow-on effort to, N6833520D0051, which was awarded by Naval Air Warfare CTR Aircraft Division to Textron Aviation Inc. Cage Code 7EK50. The contract was awarded as sole source, Firm Fixed Price (FFP) Requirements contracts. The ordering period 5 under N6833520D0051 expires on 27 September 2025. To request additional information on the incumbent contract, please follow the steps for the NAVAIR Freedom of Information Act (FOIA) process at http://www.navair.navy.mil/foia/request_instruc.html. CAPABILITY STATEMENT SUBMISSIONS: Please answer the following questions/provide the following feedback in your response to this RFI: Please identify, if your business is categorized as a small business by the SBA, or any of the following subcategories: Small Business (SB) Concern, 8(a), Small Disadvantaged Business (SDB), Woman-Owned Small Business, Historically Underutilized Business Zone (HUBZone), Veteran-Owned Small Business, or a Service-Disabled Veteran-Owned Small Business. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under the primary NAICS code? If you are a SB, please answer questions 1(a & b). a. What percentage of this requirement do you plan to perform in house (not sub-contract out)? Also indicate (with supporting rationale) if/how your company would be compliant given the restrictions identified in the Defense Authorization Bill 2013, which states that at least 50 percent of the total contract cost will be performed by the small business prime contractor or small business similar situated entities. b. If you are a small business, does your company have adequate resources, financial or otherwise, to perform the requirement? Discuss your company�s ability and experience with engineering and technical support in accordance with OEM standards. Provide confirmation that your company has or has access to all required documents and approvals to use OEM specifications necessary to repair and overhaul the components requested in the enclosed statement of work. Demonstrate your ability to complete T-44 and T-34C airframe drawings. Discuss your ability to complete analyses of T-44 and T-34C airframe repairs using loads data and/or test data, and provide repair drawings, instructions, and authorization via FAA Form 8100-9. Discuss your experience in and ability to monitor aircraft fatigue on T-44 and T-34C airframes and provide the Government Fatigue Appraisal and Structural Tracking reports that include the Fatigue Life Expended (FLE) on each airframe. Interested parties shall answer questions 1-6. All information submitted should support the offeror's capability to provide the items required and shall be furnished at no cost or obligation to the Government. Responses must be in writing with a page limit of 10 pages 8.5 X 11 inch in Times New Roman font and must provide clear and concise documentation indicating an offeror's bona fide capability to provide these items. Please submit your responses to gregory.b.fabricante2.civ@us.navy.mil or beverley.s.rhamdeow.civ@us.navy.mil. Verbal responses are not acceptable and will not be considered. POINT OF CONTACT - COMMUNICATION & QUESTIONS: Contract Specialist / Primary Point of Contact: Brandon Fabricante/Beverley Rhamdeow Email: gregory.b.fabricante2.civ@us.navy.mil | beverley.s.rhamdeow.civ@us.navy.mil DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY AS A MARKET RESEARCH TOOL BEING USED TO DETERMINE THE COMPETITIVE SOLICITATION STRATEGY. RESPONSES IN ANY FORM ARE NOT OFFERS. ISSUANCE OF THIS NOTICE SHOULD NOT BE CONSTRUED AS OBLIGATING THE GOVERNMENT, IN ANY WAY, TO ISSUE A SOLICITATION OR TO AWARD A CONTRACT IN FURTHERANCE OF THE OBJECTIVES DISCUSSED HEREIN. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARING RESPONSES TO THIS NOTICE. THE GOVERNMENT RESERVES THE RIGHT TO REVIEW AND USE DATA AT ITS OWN DISCRETION. ALL DATA RECEIVED IN RESPONSE TO THIS SOURCES SOUGHT RFI THAT IS MARKED OR DESIGNATED AS CORPORATE OR PROPRIETARY WILL BE FULLY PROTECTED FROM ANY RELEASE OUTSIDE THE GOVERNMENT. NO CLASSIFIED DATA SHALL BE SUBMITTED. ANY INFORMATION SUBMITTED BY RESPONDENTS IS STRICTLY VOLUNTARY.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bd5ee34555724279bde3089d51f9f365/view)
 
Place of Performance
Address: Jacksonville, FL 32212, USA
Zip Code: 32212
Country: USA
 
Record
SN07445336-F 20250517/250515230054 (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.