Federal Bid

Last Updated on 08 Jun 2013 at 8 AM
Solicitation
Center Kentucky

F100 Engine

Solicitation ID N0001912P1CF410
Posted Date 09 May 2013 at 2 PM
Archive Date 08 Jun 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Center Kentucky United states

The Naval Air Systems Command, Commercial Derivative Aircraft Contracts Division, on behalf of Program Management Office (PMA-207), intends to award a sole source contract to Pratt & Whitney to provide for maintenance, engineering and logistical support for the F100 engines readiness and Original Equipment Manufacturer engineering and logistical support which includes managing and providing Intermediate (I) level maintenance and Depot (D) level labor for maintenance. The Contractor shall provide Integrated Logistics Support (ILS) to support the F100-PW-220/-220E engines for the United States Navy (USN) F-16A/B aircraft based at Naval Strike and Air Warfare Center (NSAWC) in Fallon, NV. Under this contract, ILS consists of Logistics, Engineering Support, Maintenance, and Modifications of engines, modules, and components.
The inventory of engines and modules covered under this contract includes 14 F100-PW-220 engines, three F100-PW-220E engines, three F100-PW-220E fans, three core modules, three fan drive turbine modules, two gearbox modules, and two augmenter modules.
The Contractor shall be responsible for all I and D level maintenance, repair, and overhaul of engines, modules, and to return the engine, modules, and repairable components to a Ready for Issue (RFI) condition. The Contractor shall perform all I and D level inspections, repairs, and other maintenance in accordance with the applicable United States Air Force (USAF) Technical Orders (TO), using the latest change level effective at the time of repair or maintenance.
The Contractor shall be responsible for material management including forecasting, procuring, provisioning, inspecting, warehousing, and issuing material for the F100-PW-220/220E Engine.
The Contractor shall provide serviceable engines consisting of RFI and installed engines equal to 100% firewalls (installed engine requirements) as delivered to the USN. Firewall count shall include all non-stricken F-16 aircraft, Fully Mission Capable (FMC) or not. If engine RFI count falls below 100%, the Contractor shall have 24 hours to provide the Organizational Maintenance Level engines, modules and parts required to return engine to RFI condition.
ANTICIPATED TIME FRAME: The estimated Period of Performance: Base period of 12 months and four option periods of 12 months each.

All responsible sources may submit a capability statement, which shall be considered by the agency.
Responses in any form are not offers and the government is under no obligation to award a contract as a result of this announcement. Responses are NOT a request to be added to a prospective offerors list or to receive a copy of the solicitation. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary.
This effort is identified by the North American Industry Classification System (NAICS) Code 336412. The small business size standard for this industry is 1,000 employees. The Classification Code is J028- Maintenance - Repair of engines & turbines.

All responses should be submitted no later than 4:00 PM EDT on 24 May 2013. All responses must be 10 pages or less and indicate if the respondent is interested in prime or subcontracting opportunities. All responses must be unclassified. Written responses may be submitted to: Department of the Navy, Naval Air Systems Command, Contracts Department (Air 2.3.5.1), ATTN: Ronald Hickman, 21936 Bundy Road, Bldg 442, Patuxent River, MD 20670. Email responses are preferred and may be submitted to: [email protected]. When submitting, please include: company name, address, point of contact, email address, phone number and fax number. All correspondence shall reference the Sources Sought number: N0001912P1CF410 on the mailing container, all enclosed documents, and on the subject line of any email correspondence. Provide electronic submissions in Microsoft Office 2007 compatible format. If your response includes information you consider proprietary, please mark the information in accordance with regulatory guidance. Responses will not be returned and no findings will be published for industry release nor will any industry debriefings be held.

 

 

Bid Protests Not Available

Similar Past Bids

Richmond Virginia 09 Mar 2018 at 2 PM
Location Unknown 06 Mar 2014 at 4 PM
Location Unknown 17 Jul 2017 at 7 PM
Location Unknown 22 Jan 2015 at 4 PM
Tinker air force base Oklahoma 05 Oct 2017 at 3 PM

Similar Opportunities

Tinker air force base Oklahoma 31 Dec 2025 at 5 AM (estimated)
Oklahoma 20 Jul 2025 at 4 AM (estimated)
Oklahoma 20 Jul 2025 at 4 AM (estimated)
Tinker air force base Oklahoma 30 Jul 2025 at 9 PM
Richmond Virginia 30 Sep 2025 at 9 PM