J--Cleaning, inspection, and repair of the TF34 Compressor Front Spool Stages 3-8
ID: N6883617Q0032Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR JACKSONVILLEJACKSONVILLE, FL, 32212-0097, USA

PSC

MAINT, REPAIR, REBUILD EQUIPMENT (J)
Timeline
    Description

    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY intends to procure cleaning, inspection, and repair services for the TF34 Compressor Front Spool Stages 3-8. These services are typically used for rework, repair, and overhaul of various aircraft, engines, and components located onboard Naval Air Station Jacksonville (NAS Jax), Duval County, Florida. The requirement includes the cleaning, inspection, and repair of the TF34 Compressor Front Spool Stages 3-8, which is a Critical Safety Item (CSI). The contractor must be an approved source of repair for the spool, as identified by the Original Equipment Manufacturer (OEM) - General Electric or the TF34 Fleet Support Team (FST) located onboard Naval Air Station, Jacksonville, Florida. The acquisition strategy includes a twelve-month base year period with four one-year option periods. The period of performance is expected to begin on or about 14 July 2017. The solicitation will be available on the Government Point of Entry (GPE), Federal Business Opportunities (www.fbo.gov), and Navy Electronic Commerce Online (NECO) (www.neco.navy.mil) websites on or about 05 May 2017. Interested parties must be registered in the System for Award Management (SAM) database to be considered for award.

    Point(s) of Contact
    Maxine Lopez 904 790-4624 Maxine Lopez, (904)790-4624; Darryl Turner, (904)790-4925
    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    16--CHECK,5TH STAGE, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The U.S. Department of Defense, specifically the Department of the Navy, is seeking to contract for the repair and modification of aircraft accessories, requiring flight-critical parts that need government source approval. The procurement aims to secure a specific quantity of NSN 7R-1680-015878503-F7 items, which are commercial, off-the-shelf products needing technical data for full competition. This contract is focused on ensuring timely delivery, with approval processes in place for new sources. Interested parties should refer to the provided links for spares and repair brochures and submit relevant information. The Navy intends to negotiate with a single source but will consider all responsible proposals received within 45 days. Flight-critical aircraft components are the focus of this contract, emphasizing the military's need for reliable and timely sourcing. The parts are crucial for ensuring the functionality and safety of naval aircraft, reflecting the Navy's commitment to maintaining a robust fleet. Interested suppliers should review the provided brochures and reach out to Jena Visconto at the provided email or phone number for more information. The contract has a maximum value of $500,000, and submissions are due within 45 days.
    J--Boat Preventative Maintenance and Repairs
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking preventative maintenance and repair services for four Oil Spill Recovery boats at Naval Weapons Station Earle, NJ. The services will be acquired through a small business set-aside procurement action. The contract will have a one-year base period of performance and four one-year ordering periods thereafter. The services will be acquired using procedures under Federal Acquisition Regulation (FAR) Part 12 and FAR Subpart 13.5. Interested vendors can download the request for quote from the NECO and FBO websites starting from 15 March 2018. Vendors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact Carlton Walton at carlton.walton@navy.mil.
    17--FSIB,AIRCRAFT,MATER, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of Flight Critical components identified as FSIB, Aircraft Mater, with NSN 1710-01-550-4243 and part number 2056AS0700-G01. The procurement requires engineering source approval from the Naval Air Systems Command, and only companies that have been previously approved or have submitted a Source Approval Request will be eligible for award. These components are crucial for shipboard systems that enable the launch and recovery of aircraft, emphasizing the importance of quality and compliance with stringent repair and inspection standards. Interested contractors must submit their quotes via email to connor.c.lewis.civ@us.navy.mil by the specified deadline, and for further inquiries, they can contact Jason Sklenkar at 215-697-4179 or via email at jason.sklencar@navy.mil.
    16 - FMS REPAIR - GEARBOX ACCESSORY
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking a sole source contractor for the repair of a Gearbox Accessory, identified by NSN 7R 1615-015278175 and part number 70351-08001-050. This procurement is critical as the government lacks sufficient data to contract with any source other than the current one, emphasizing the importance of maintaining operational readiness for military aircraft. Interested contractors must ensure compliance with government source approval requirements and submit necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure, which can be accessed online. For inquiries, potential bidders should contact Dana L. Scott at dana.scott@navy.mil, with proposals due as specified in the solicitation documents.
    16--PS ASSY HOUSEKEEPIN, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the repair and modification of a specific part identified by NSN 7R-1680-016017101-E7, with a quantity of 8 units required. This procurement is critical as the item is flight critical and requires engineering source approval to ensure quality, necessitating that only approved sources are solicited for this contract. Interested parties must provide comprehensive documentation to demonstrate their qualifications, as proposals from non-approved sources will not be considered, and the deadline for submission is within 45 days of this notice. For further inquiries, interested vendors can contact Christian M. Markle at (215) 697-6679 or via email at CHRISTIAN.MARKLE@NAVY.MIL.
    J--This is the NAVSUP WSS annual synopsis for FY 2017/Year 4 repairs to be performed under Basic Ordering Agreement N00383-14-G-004H used on the F/A-18 aircraft.
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking maintenance, repair, and rebuild equipment services for the F/A-18 aircraft. The repairs will be performed under Basic Ordering Agreement N00383-14-G-004H. Rockwell Collins in Fort Worth, TX is the only known source with full repair capability. The items requiring repair/modification are listed in Attachment A. While Teledyne Reynolds is the sole source, all responsible sources may submit a capability statement, proposal, or quotation. Government source approval is required prior to contract award due to the flight critical nature of the items and inadequate technical data. The brochure for source approval information can be obtained by calling NAVSUP WSS - P at (215) 697-4243. Failure to provide all required data will result in disqualification.
    Overhaul of F100-PW-220 5th-12th Stage Stators, NSNs: 2840013662958NZ, 2840013662957NZ, 2840013655052NZ, 2840013635965NZ, 2840013564274NZ, 2840013563536NZ, 2840013575078NZ, 2840013569500NZ, 2840013575079NZ
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for the repair and overhaul of F100-PW-220 5th-12th Stage Stators at Tinker Air Force Base, Oklahoma. This Sources Sought Synopsis aims to identify businesses capable of providing the necessary labor, materials, facilities, and equipment for the repair, testing, preservation, and logistics management of these components. The F100-PW-220 stators are critical for aircraft engine performance, making this procurement essential for maintaining operational readiness. Interested parties, including large and small businesses as well as disadvantaged or veteran-owned firms, are encouraged to respond with their capabilities and credentials in accordance with the NAICS code 336412. For further inquiries, contact John Freeman at John.Freeman.16@us.af.mil.
    15 - FMS REPAIR - STABILATOR ASSY
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking a contractor for the sole source repair of Stabilator Assemblies, identified by NSN 7R 1560-012027151 and part number 70200-27001-045, with a total quantity of four units. This procurement is critical as the government lacks sufficient data to engage alternative sources, emphasizing the importance of maintaining operational readiness for aircraft components. Interested vendors must obtain Government Source Approval prior to award and submit the necessary documentation as outlined in the NAVSUP WSS Source Approval Brochure, which is available online. For inquiries, potential bidders can contact Dana L. Scott at dana.scott@navy.mil, with proposals required to meet all specified criteria to be considered for this opportunity.
    C-40A CFM 56-7B24 Engine Procurement
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is conducting market research to identify potential sources for the procurement of a CFM56-7B24 Enhanced engine and engine stand for the C-40A aircraft. The procurement aims to gather estimated costs and capabilities from interested parties, focusing on engines that meet specific requirements such as 24,200 LB thrust, ETOPS compliance, and zero installed hours. The C-40A, a modified Boeing 737-700C, is crucial for cargo and transport operations within the United States Navy and Marine Corps. Interested vendors must submit a Capability Statement and Rough Order of Magnitude (ROM) by 4:30 PM EST on September 25, 2024, to the designated government contacts, William Yost and Jamie Schoemaker, with all submissions adhering to specified guidelines.
    28--GEARBOX,ACCESSORY D
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking proposals for the procurement of a gearbox accessory (NSN 7R-2840-016229864-F7) as part of a presolicitation notice. The requirement includes a quantity of one unit, which is classified as a commercial/nondevelopmental/off-the-shelf item, necessitating Government source approval prior to contract award due to its flight-critical nature. Interested vendors must provide detailed technical data and documentation as outlined in the NAVSUP Source Approval Information Brochures, and proposals must be submitted within 45 days of the notice publication. For further inquiries, potential bidders can contact Charles F. Horan at (215) 697-1303 or via email at CHARLES.F.HORAN@NAVY.MIL.