Search Contract Opportunities

T700 Depot-Level Repairs Indefinite Delivery / Indefinite Quantity (IDIQ)   2

ID: N00019-23-RFPREQ-APM299-0042v2 • Type: Synopsis Solicitation • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Loading

Description

The Naval Air Systems Command (NAVAIR) intends to enter into a Firm-Fixed Price (FFP) Indefinite Delivery / Indefinite Quantity (IDIQ) Contract to General Electric Company (GE) on sole source basis for the procurement of commercial level servicing of the T700-GE-401C and T700-GE-401D Turbo Shaft Engines, Cold Section Modules (CSM), and Power Turbine Modules (PTM) for the United States Navy (USN) H-60 Seahawk and MH-60R/S helicopters and United States Marine Corps (USMC) AH-1Z Cobra and Huey helicopters. The support includes the services of standard rework, repair, and testing of the T700-GE-401C and T700-GE-401D engines in accordance with the Depot Maintenance Work Requirement (DMWR) volumes; and the supply of any Critical Safety Item (CSI) parts required to support the services. Due to the criticality of these engines and modules, it is mandatory that the Contractor be an approved source of repair in accordance with the Joint Aeronautical Commanders' Group (JACG) Aviation Source Approval and Management Handbook, dated 16 Mar 2011, Secretary of the Navy Instruction (SECNAVINST) 4140.2, and be a certified Federal Aviation Administration (FAA) repair station or equivalent. The CSI parts required for this effort shall be obtained from an USN Naval Aviation Systems Command (NAVAIR) approved source only.

Each order will have its own specific period of performance based on the requirement. The intended place of performance is the Contractor's facility. The ordering period under the subject IDIQ is estimated to be April 2025 through March 2030.

The Government intends to award this action on a sole source basis to General Electric Company (GE) under the authority permitting other than full and open competition, Title 10 U.S.C. 3204(a)(l), as implemented by FAR 6.302-1, "Only one responsible source and no other supplies or services will satisfy agency requirements." GE is the original equipment manufacturer (OEM) of the T700- series engine. GE is the only source that has the capabilities and complete data necessary to fulfill the Navy's requirements without unacceptable delays in fulfilling the agency's requirements.

Note: This notice of intent is not a request for competitive proposals. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. The Government does not intend to fund the development or qualification of other sources for fulfilling this requirement, as production for the supplies listed requires a substantial initial investment or an extended period of preparation for manufacture. However, the Government will consider all proposals received within fifteen days after the publication of this synopsis. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.

Questions concerning subcontracting opportunities should be directed to William Rayne at William.Rayne@ge.com. Contractor name and address: General Electric Company, 1000 Western Ave, Lynn, MA 01905.

Contracting Office:
Building 2272
47123 Buse Road
Patuxent River, Maryland 20670
United States

Overview

Response Deadline
Oct. 23, 2024, 3:00 p.m. EDT Past Due
Posted
Oct. 8, 2024, 12:07 p.m. EDT
Set Aside
None
Place of Performance
MD 20670 United States
Source

Current SBA Size Standard
1500 Employees
Pricing
Fixed Price
Est. Level of Competition
Sole Source
Vehicle Type
Indefinite Delivery Contract
On 10/8/24 Naval Air Systems Command issued Synopsis Solicitation N00019-23-RFPREQ-APM299-0042v2 for T700 Depot-Level Repairs Indefinite Delivery / Indefinite Quantity (IDIQ) due 10/23/24. The opportunity was issued full & open with NAICS 336412 and PSC J028.
Primary Contact
Name
Kalyn Petrillo   Profile
Phone
None

Secondary Contact

Name
Amber Yurko   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation N00019-23-RFPREQ-APM299-0042v2

Opportunity Assistant


AI Analysis

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation N00019-23-RFPREQ-APM299-0042v2

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation N00019-23-RFPREQ-APM299-0042v2

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation N00019-23-RFPREQ-APM299-0042v2

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation N00019-23-RFPREQ-APM299-0042v2

Experts for T700 Depot-Level Repairs Indefinite Delivery / Indefinite Quantity (IDIQ)

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVAIR > NAVAIR HQS > NAVAL AIR SYSTEMS COMMAND
FPDS Organization Code
1700-N00019
Source Organization Code
100226089
Last Updated
Nov. 7, 2024
Last Updated By
kalyn.r.petrillo.civ@us.navy.mil
Archive Date
Nov. 7, 2024