Federal Bid

Last Updated on 01 Aug 2016 at 8 AM
Sources Sought
Martin Pennsylvania

Integration of the Improved Turbine Engine (ITE) on AH-64E Apache Attack Helicopter

Solicitation ID W58RGZ-16-R-0297
Posted Date 20 Jun 2016 at 8 PM
Archive Date 01 Aug 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Martin Pennsylvania United states
This sources sought is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.  Solicitations are not available at this time.



Requests for a solicitation will not receive a response.  This notice does not constitute a commitment by the United States Government to contract for any supply or service whatsoever.  All information submitted in response to this announcement is voluntary.  The United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. Not responding to this sources sought does not preclude participation in any future Request for Proposal (RFP), if any is issued.  If a solicitation is released, it will be synopsized on the Army Single Face to Industry (ASFI).  It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.

It is contemplated that award would be made on an Other Than Full and Open Competition (FAOC), Sole Source basis in accordance with Federal Acquisition Regulation (FAR) 6.302-1. The Government is considering solicitation and award of a contract which includes provisions for a Cost contract for the requirements outlined below. The anticipated contract period of performance is Jun 2018 - Sep 2024.

This sources sought is applicable to the AH-64E Apache Attack Helicopter. The Government does not own the complete AH-64E Technical Data Packages (TDPs) that establish the current and baseline AH-64E configurations, including system/subsystems drawings, tooling drawings, software source code, or models and simulations.

The intent of this sources sought is to determine industry capabilities to integrate the Improved Turbine Engine (ITE) on AH-64E Apache Attack Helicopter. The ITE is a replacement engine for the GE-T700-701 series engines that produces greater shaft horsepower (SHP) with improved specific fuel consumption (SFC).  The Apache Attack Helicopter Project Office (AHPO) will be responsible for integration of the ITE onto the airframe to include: AH-64E specific engineering analysis (structural loads, life limited components, software and electrical impact to Line Replaceable Units (LRU)), design activities, development of all hardware/software modifications and upgrades, physical ITE integration into the AH-64E, subsystem/system level qualification testing, and flight testing required to document performance.  System and subsystems must meet Airworthiness Release (AWR) criteria and be able to be integrated into the AH-64E production helicopters via Engineering Change Proposals (ECP).


The vendor must be capable of integrating, sustaining and maintaining the AH-64E configuration with the ITE over its lifecycle.  This includes maintaining the inherent technical, suitability and functional performance, safety, reliability, sustainability, and maintainability characteristics. Previous experience integrating propulsion systems into the AH-64E is required.  The vendor must maintain an office with technical, logistic, and contracting personnel in the Huntsville, AL vicinity. The vendor must be able to obtain and maintain personnel and facilities at the SECRET clearance level. The Government desires that all software and hardware have, at a minimum, Government Purpose Rights (GPR) and software development meets Capability Maturity Model Integration (CMMI) level III criteria and processes.

The vendor must be capable of complying with the Safeguarding of Controlled Unclassified Technical Information clause in Defense Federal Acquisition Regulation (DFARS) 252.204-7012, have a Cybersecurity program that follows the National Institute of Standards and Technology (NIST) Framework for Improving Critical Infrastructure Cybersecurity document at a minimum, and subsequent compliance assessments performed by the Government.

Sources Sought Requirements - Description of Information Requested

1.    Provide company information including:


       a.  Company name and address.
       b.  Size of company (number of personnel, total revenue, ownership, CAGE Code, 

              Parent Corporation, etc.).

       c.   Point(s) of contact including name, phone number, address, and email and 

      length of time in business.

       d.  Geographic presence.

2.    Describe your organization's experience with similar efforts.

3.    Describe how your organization would support the complete lifecycle of the AH-64E as outlined in this sources sought:

       a.  TDP availability

       b.  Technical Approach

       c.   Production Integration

       d.  Inherent system performance and suitability

       e.  Integrated Logistics Support and associated documentation
       f.    Facilities and personnel resources
       g.  Flight Operations

4.    Address how to ensure an adequately experienced and trained staff, your process for verifying qualifications, education, certification, and professional requirements, and how often this information is obtained or updated.

5.    Describe previous AH-64E specific engineering experience integrating propulsion system related activities (structural loads, life limited components, software and electrical impact to Line Replaceable Units, etc.).

6.    Describe how your organization's Cybersecurity policy and practices align with the provided references.

7.    Provide recommendations on benchmark skills or criteria used to evaluate quality analysis, including analytic tools and writing techniques.

8.    Identify conditions or issues requested in the sources sought that cannot be met or may interfere with the intention of this project.

9.    Provide any other pertinent information that will assist us in this assessment.

THERE IS NO SOLICITATION AT THIS TIME.  This request for capability information does not constitute as a request for proposals, proposal abstracts, or quotations. Submission of any information in response to this market survey is purely voluntary. The Government assumes no financial responsibility for any costs incurred.   The purpose of this notice is to obtain information from industry vendors regarding their interest, capabilities, and recommendations in developing proposals for the AHPO, Program Executive Office, Aviation (PEO Aviation). SERVICE DISABLED VETERAN OWNED SMALL BUSINESSES ARE ENCOURAGED TO RESPOND.


Include whether or not you are a small business, HUB-Zone Small Business, Service-Disabled Veteran Owned, Veteran-Owned Small Businesses, Women- Owned Small Business, or Small Disadvantaged Business in order to assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible.


Respondents shall not be obligated to provide the services described herein and it is understood by the United States Government that the cost estimates provided as a result of this request are "best" estimates only.

All interested firms with capabilities identified herein are encouraged to respond to this sources sought by technical questions, data requests, and inquiries.

The response date for this sources sought is 13 July 2016, at 12am Central time.  No collect calls will be accepted.  All responses to this sources sought may be submitted via e-mail to Hillary Braden, Contract Specialist, at [email protected], courtesy copy to Andrea McAnally, Contracting Officer, at [email protected], Julia Conner, Acquisition Analyst, at [email protected] and Maurice Parker, Technical Lead, at [email protected].  The phone number for Ms. Braden is (256) 313-4138 or Ms. McAnally is (256) 876-3610.

Electronic transmissions must not exceed 5 megabytes and responses in the form of white papers should be limited to 25 pages in length and may include technical specifications and product sheets as deemed necessary. All material submitted in response to this Request for Information (RFI) must be unclassified.

Bid Protests Not Available

Similar Past Bids

Redstone arsenal Alabama 08 Jan 2019 at 7 PM
Location Unknown 26 Mar 2010 at 7 PM
Washington District of columbia 06 Mar 2020 at 4 PM
Washington District of columbia 27 Apr 2016 at 1 PM

Similar Opportunities

Rock island Illinois 25 Sep 2025 at 4 AM (estimated)
Rock island Illinois 25 Sep 2025 at 4 AM (estimated)
Rock island Illinois 25 Sep 2025 at 4 AM (estimated)
Rock island Illinois 25 Sep 2025 at 4 AM (estimated)
Rock island Illinois 25 Sep 2025 at 4 AM (estimated)