PRATT & WHITNEY & GENERAL ELECTRIC ENGINE REPAIR
ID: 19AQMM24R0143Type: Solicitation
Overview

Buyer

STATE, DEPARTMENT OFSTATE, DEPARTMENT OFACQUISITIONS - AQM MOMENTUMWASHINGTON, DC, 20520, USA

NAICS

Aircraft Engine and Engine Parts Manufacturing (336412)

PSC

GAS TURBINES AND JET ENGINES, AIRCRAFT, PRIME MOVING; AND COMPONENTS (2840)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Department of State is seeking qualified contractors to provide repair and overhaul services for Pratt & Whitney and General Electric aircraft engines under solicitation number 19AQMM24R0143. The procurement aims to secure Original Equipment Manufacturer (OEM) approved support for various turbine engines, including the T700 and PT6 series, ensuring compliance with all relevant specifications and regulations over a five-year period. This contract is crucial for maintaining the operational readiness and safety of the Department's aircraft fleet, which plays a vital role in international narcotics and law enforcement efforts. Interested small businesses, including those owned by service-disabled veterans and women, must submit revised proposals by December 18, 2024, at 15:00 EST, and can contact Patrick Murphy or John Menard for further information.

    Point(s) of Contact
    Patrick Murphy
    murphypj@state.gov
    Files
    Title
    Posted
    The document outlines the solicitation for an Indefinite Delivery Indefinite Quantity (IDIQ) contract, designated as 19AQMM24R0143, aimed at procuring repair and overhaul services for T700 and PT6T & PT6A engines. Issued by the Office of Procurement Executive on July 2, 2024, the solicitation encourages participation from small businesses, including service-disabled veteran-owned and women-owned small businesses. The contract allows for both firm-fixed price and time & materials line items, with a minimum value set at $100,000 and a maximum of $40 million. Key clauses include requirements for invoicing through the Invoice Processing Platform (IPP), warranty obligations, and compliance with U.S. export laws. The contractor must ensure the safeguarding of information and compliance with insurance requirements during contract execution. Inspection and acceptance criteria emphasize that performance will be evaluated and documented per established regulations. Overall, the solicitation reflects the government's commitment to utilizing small businesses for government contracts while ensuring adherence to regulations for quality, safety, and proper financial practices in service provision.
    The document pertains to the amendment of a solicitation and modification of a contract (ID: 19AQMM24R0143) by the U.S. federal government. It officially updates key contract details, including the North American Industry Classification System (NAICS) code (336412 - Aircraft Engine and Engine Parts Manufacturing) and necessary pricing alterations for specific CLINs related to engine conversions. Additionally, it stipulates that proposed engines must be factory new and requires offerors to justify their technical approach in alignment with subcontracting limitations. The due date for proposals is extended to December 18, 2024, at 15:00 EST. The document reinforces existing terms while introducing modifications to ensure accuracy and compliance with federal acquisition regulations. Overall, this amendment serves to clarify contract expectations and facilitate a transparent bidding process for potential contractors in the aviation industry, underscoring the government's methodical approach to procurement and regulatory adherence.
    The document outlines the Statement of Work (SOW) for the repair, overhaul, and modification of Pratt & Whitney Canada and General Electric T700 turbine aircraft engines operated by the U.S. Department of State (DoS) under the Bureau for International Narcotics and Law Enforcement Affairs. The contract, spanning five years, requires the contractor to provide OEM-approved support services to maintain the functionality of the DoS aircraft fleet, adapting to changes in aircraft inventory. Key responsibilities include ensuring compliance with OEM specifications and relevant FAA regulations, maintaining certified facilities, and guaranteeing the quality of parts and repairs. The contractor must deliver comprehensive warranty plans, facilitate transportation of engines, provide inspection reports, and manage documentation for each service item. The procedures include a stringent turnaround time for repairs, environmental considerations for parts cleaning, and protocols for inventory management upon receipt of engines. The structure of the document delineates detailed requirements and processes associated with engine maintenance, including testing, certification, shipping, and reporting. It emphasizes the need for robust quality assurance mechanisms and compliance with legal and safety regulations. This SOW is integral to enhancing the operational capabilities and safety of DoS aviation resources involved in counter-narcotics and law enforcement missions.
    The document outlines a government Request for Proposal (RFP) related to aircraft engine servicing and repairs for various engine types, including the T700, PT6T-3B, PT6A-114A, and PT6A-67D. It lists a comprehensive range of services required, such as engine overhauls, repairs, performance runs, inspections, conversions, and field services, categorized under different Contract Line Item Numbers (CLINs). The RFP specifies pricing structures for base and option years, but all total pricing fields remain unfilled, indicating an invitation for bids where contractors will provide their financial proposals. Important service details include performance runs, hot section inspections, and disposal of engines, demonstrating the government's intent to manage aircraft engine maintenance efficiently. This document exemplifies a structured federal RFP process, guiding vendors to submit competitive bids while ensuring that various aspects of engine service are covered comprehensively and organized by timeframe and service type. The clear categorization of tasks signifies the government's commitment to maintaining stringent maintenance standards for aircraft engines.
    The document outlines cost proposals for various engine maintenance and overhaul services as part of a federal RFP for multiple engine types including T700, PT6T-3B, PT6A-114A, and PT6A-67D. It includes detailed Line Item Numbers (CLINs) associated with specific tasks such as engine repair, inspections, conversions, performance runs, and refurbishment. Each CLIN is accompanied by pricing structures across multiple years, including a base year and up to four option years. The pricing is to be provided as Firm Fixed Price (FFP) for most services, while others are structured as Time and Materials (T&M). This structured approach emphasizes meticulous budgeting and planning for engine maintenance, vital for operational readiness in government aviation. The document serves to solicit comprehensive bids from contractors, ensuring the government can secure necessary services while adhering to fiscal responsibilities. It reflects a thorough understanding of the complexities in engine management and maintenance, forming a crucial component of military infrastructure support.
    The US Department of State has issued a Past Performance Questionnaire for solicitation number 19AQMM24R0143, focusing on the overhaul, repair, and modification of INL/A aircraft turbine engines. The purpose of the questionnaire is to gather evaluations of a contractor's past performance from identified points of contact, aiding in the decision-making process for awarding an indefinite delivery, indefinite quantity (IDIQ) contract. The document includes detailed sections for both the offeror and the assessor, encompassing information such as company data, contract specifics, performance evaluations, and management assessments across critical areas like quality, schedule, cost control, business relations, and management. Ratings range from "Exceptional" to "Unsatisfactory," accompanied by narratives supporting the ratings given. Key takeaways from the evaluation will shape perceptions of the contractor’s competency and reliability, ultimately guiding the contracting officer’s decisions regarding contract award and performance expectations. This systematic approach underscores the government's commitment to transparency and quality in procurement processes, aligning contractor performance with project requirements.
    Lifecycle
    Title
    Type
    Similar Opportunities
    2840 - Five (5) Year Performance Based-Logistics (PBL) Requirements-Type Supply Contract for T700 Engine Components Repair and Replacement
    Buyer not available
    The Department of Defense, through the NAVSUP Weapon Systems Support, is issuing a solicitation for a five-year Performance-Based Logistics (PBL) Requirements-Type Supply Contract for the repair and replacement of T700 Engine Components. This contract, intended for General Electric (GE) Company, will require the contractor to manage various logistics functions, including stocking, warehousing, and ensuring the readiness of components, all while adhering to established performance metrics. The PBL contract is crucial for maintaining the operational readiness of military aircraft, as it encompasses comprehensive support and management of engine components. Interested parties may submit capability statements, but the government intends to award the contract without competition, and source approval is required prior to proposal submission. For further inquiries, contact Kevin Vong at (267) 951-3280 or via email at kevin.vong.civ@us.navy.mil.
    ENGINE,GAS TURBINE,
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting quotations for a Gas Turbine Engine (NSN: 2835-01-438-5698 RP, Part Number: 3800599-1) intended for Foreign Military Sales (FMS) customers. The procurement is restricted to qualified sources and emphasizes the need for on-time delivery, requiring suppliers to propose achievable delivery schedules based on their internal production lead times. This engine is critical for military applications, and compliance with various standards, including ISO 9001-2015 and military packaging and marking requirements, is mandatory. Interested contractors must submit their quotations by December 22, 2025, and can contact Richard Dunlap at richard.dunlap.2@us.af.mil or by phone at 385-591-8306 for further information.
    TURBOSUPERCHARGER,E
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair of the TURBOSUPERCHARGER,E, as part of its ongoing support for military aircraft operations. The procurement aims to establish a contract for the repair services, with a required Repair Turnaround Time (RTAT) of 194 days, emphasizing the importance of timely and efficient service to maintain operational readiness. This contract is crucial for ensuring the reliability and performance of aircraft engine components, which are vital for national defense operations. Interested contractors should submit their quotes, including pricing and RTAT, to Kristen Wardecker at KRISTEN.L.WARDECKER.CIV@US.NAVY.MIL by the specified deadline, with further details available through the provided contact number.
    F-110 Gearbox, Accessory D
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking to procure the F-110 Gearbox, Accessory D, which is critical for military or space applications. The contract will involve acquiring a total of 40 units, with a minimum order of 20 and a maximum of 60, to be delivered by January 21, 2026, highlighting the importance of this item as a Critical Safety Item. The government intends to solicit and negotiate with a limited number of sources, specifically General Electric Company, due to the limited availability of responsible sources, and all interested parties may submit capability statements within 45 days of the solicitation's release, which is expected on September 5, 2025. For further inquiries, interested vendors can contact Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112.
    Overhaul of Spindles, Modulation Valves, Bifilar Assemblies, Hubs and Retention Plate Assemblies.
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the overhaul of spindles, modulation valves, bifilar assemblies, hubs, and retention plate assemblies for its MH-60T aircraft. The procurement involves a sole-source contract with Sikorsky Aircraft Corporation, requiring all components to have traceability to the OEM and compliance with FAA guidelines to ensure safety and airworthiness. The contract will be structured as an Indefinite Delivery Requirements type with a one-year base period and two optional one-year extensions, totaling a maximum duration of three years. Interested vendors must submit their quotations by February 27, 2026, with the anticipated award date around June 17, 2026; inquiries can be directed to Trenton Twiford at trenton.c.twiford@uscg.mil.
    J-85 Seal, Air, Aircraft G
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking to procure J-85 Aircraft G Seal, Air, a critical safety item necessary for aircraft operations. This acquisition involves a sole-source contract for 9 units, with General Electric Company identified as the approved source, and is justified under limited available sources due to the specialized nature of the item. The estimated request for proposal (RFP) issue date is September 5, 2025, with a close date of October 6, 2025, and interested parties are encouraged to submit capability statements within 15 days for commercial items or 45 days for general proposals. For further inquiries, contact Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112.
    FD2030-25-01206
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, has issued a special notice for the procurement of goods related to aircraft engine and engine parts manufacturing under the contract title FD2030-25-01206. This opportunity focuses on acquiring gas turbines and jet engines, along with their components, which are critical for maintaining and enhancing the operational capabilities of military aircraft. The procurement is governed by NAICS code 336412 and PSC code 2840, highlighting the specialized nature of the required products. Interested vendors should refer to the solicitation information for further details and contact the designated representatives once the solicitation has been approved for quotes.
    FD2030-24-00825
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation in Oklahoma City, has issued a Special Notice for the procurement of goods related to aircraft engine and engine parts manufacturing, specifically focusing on gas turbines and jet engines. This opportunity is aimed at acquiring essential components that are critical for maintaining and enhancing the operational capabilities of military aircraft. Interested vendors should note that further solicitation details will be provided once approved by the contracting officer, and they are encouraged to monitor for updates regarding submission timelines and requirements. For inquiries, potential bidders should refer to the solicitation information as it becomes available.
    Request for Information: BQM-34S Engine Repair, Overhaul and Conversion
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), has issued a Request for Information (RFI-N00019-242-25-076) to identify companies capable of repairing, overhauling, and converting General Electric J85-GE-100 and J85-GE-5 turbojet engines for the BQM-34S Subsonic Aerial Target program. The objective is to establish a reliable repair and overhaul capability to maintain a Ready for Issue inventory of these engines by 2026. This initiative is crucial for ensuring the operational readiness of the BQM-34S program, which plays a significant role in military training and testing. Interested parties must submit a white paper detailing their capabilities by 5:00 p.m. EST on December 15, 2025, and can direct inquiries to Kasey Tasciotti or Tamiko C. Blackson via email.
    Engine, Diesel
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is soliciting offers for the procurement of a diesel engine, specifically identified by NSN 2815-01-672-6223. This opportunity is exclusively set aside for small businesses, and only offers from qualified small business entities will be considered, emphasizing the importance of compliance with the Government's technical data package (TDP) specifications. The diesel engine is critical for military applications, and the procurement includes a quantity of one engine with an option for an additional unit, to be delivered to a designated destination with military packaging requirements. Interested parties must submit their offers by January 6, 2026, at 11:59 PM Eastern, and can direct inquiries to Patricia M. Roussin at patricia.roussin@dla.mil or by phone at 385-591-2850.