F-405 Engine Contractor Logistics Support (CLS) FY27-32
ID: N00019-24-RFPREQ-TPM273-0095Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR SYSTEMS COMMANDPATUXENT RIVER, MD, 20670-5000, USA

NAICS

Aircraft Engine and Engine Parts Manufacturing (336412)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ENGINES, TURBINES, AND COMPONENTS (J028)
Timeline
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 11, 2025, 9:00 PM UTC
Description

The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to award a sole source Indefinite Delivery Indefinite Quantity (IDIQ) contract to Rolls Royce Corporation, LLC for contractor logistics support (CLS) for the F-405 engine from FY27 to FY32. This procurement encompasses all Intermediate (I)-level and Depot (D)-level maintenance and logistics support for the F405-RR-401 engine and MK II Gas Turbine Starter (GTS) used in the T-45 Goshawk aircraft, which is critical for the Naval Undergraduate Training Systems Program Office. The contract will be executed primarily at NAS Kingsville, TX, with additional efforts at NAS Meridian, MS, and NAS Pensacola, FL, among other locations, and is justified under FAR 6.302-1 due to Rolls Royce being the sole manufacturer with the necessary technical data and expertise. Interested parties may express their capabilities to the primary contact, Ronald Parry, at ronald.r.parry.mil@us.navy.mil, prior to the closing date of the synopsis, although no competitive proposals will be solicited.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Presolicitation
Sources Sought
Similar Opportunities
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.
Buyer not available
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.
C-40 Contractor Logistics Support: Solicitation
Buyer not available
The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking proposals for an Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract to provide Contractor Logistics Support (CLS) services for the C-40A aircraft, which includes support for seventeen United States Navy (USN) aircraft and two United States Marine Corps (USMC) aircraft. The procurement aims to ensure the operational readiness and maintenance of these aircraft, which are critical for tactical airlift missions. Interested parties are encouraged to submit their proposals by 4:00 PM EST on May 12, 2025, following an extension from the original deadline, and may direct inquiries to primary contact Karin Jensvold at karin.jensvold@navy.mil or secondary contact Jessica McGee at jessica.l.mcgee14.civ@us.navy.mil. The solicitation process includes a deadline for industry questions by 12:00 PM EST on March 31, 2025, and the government will provide responses to these inquiries in a timely manner.
ROTOR,COMPRESSOR,GA/N00383-25-Q-R591
Buyer not available
The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of rotor components for compressors under the solicitation number N00383-25-Q-R591. This opportunity is set aside for 8(a) sole source contractors and involves the repair and modification of military equipment, with specific requirements for quality standards, inspection, and compliance with cybersecurity regulations. The goods and services sought are critical for maintaining the operational readiness of military assets, ensuring adherence to national defense standards. Interested contractors can reach out to Michael J. Keith at (215) 697-2193 or via email at MICHAEL.J.KEITH40.CIV@US.NAVY.MIL for further details regarding the procurement process.
Notice of Intent to Award Sole Source - USAF T53 Engine Component Improvement Program Support
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking to award a sole source contract for the USAF T53 Engine Component Improvement Program Support. This procurement aims to provide critical sustaining engineering services for the T53 turboshaft engine, which powers the TH-1H Iroquois training helicopters, ensuring flight safety, operational readiness, and cost-effectiveness throughout the engine's service life. The contract will encompass a range of activities including research, development, testing, and engineering support, necessitating specialized knowledge in helicopter engine operations and military airworthiness requirements. Interested organizations must submit tailored capability statements demonstrating their qualifications, with responses directed to MaryAnn Greene at maryann.greene@us.af.mil by the specified deadline.
PMA-265 Fleet Support Representatives for Servo-Cylinder Test Station (STS) Bench
Buyer not available
The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate a sole source contract with The Boeing Company for Fleet Support Representative (FSR) services related to the Servo-Cylinder Test Station (STS) Bench. The FSR will provide essential technical support for maintenance and repair operations at Marine Aviation Logistic Squadrons (MALS) 31, 11, and 41, specifically addressing the obsolescence upgrade of the STS and ensuring effective communication of weapon system performance issues. This acquisition is critical as Boeing is the sole designer and manufacturer of the STS, possessing the unique expertise required for this support. The contract is set to commence on January 1, 2025, and conclude on December 31, 2025. Interested parties can reach out to Reannda Bill at reannda.l.bill.civ@us.navy.mil or Jennifer Lauver at jennifer.l.lauver.civ@us.navy.mil for further inquiries.
Repair of LCS-1 Waterjets & Impeller Drive Shafts
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Philadelphia Division (NSWCPD), is seeking to procure repair services for Waterjet and Impeller Drive Shaft assemblies for the Freedom Class Littoral Combat Ship (LCS-1) on a sole-source basis from Rolls-Royce Marine North America. The contract will encompass the repair and repackaging of specific components, including the 172AX MK1 Boost and Steerable Waterjet assemblies, and the Impeller Drive Shaft Assembly, under an Indefinite-Delivery, Indefinite-Quantity (IDIQ) framework. This procurement is critical for maintaining the operational readiness and performance of naval vessels, ensuring compliance with established Navy standards and protocols. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Michaela Del Rossi at Michaela.C.Delrossi.civ@us.navy.mil or Matthew D. Parlett at matthew.d.parlett.civ@us.navy.mil, with the offer due date extended to June 5, 2025.
Multiple NSNs added to Contract SPE4AX-24-D-9000 with OEM Pratt & Whitney
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking to add thirty-eight National Stock Numbers (NSNs) to the existing long-term strategic sole source contract SPE4AX-24-D-9000 with Pratt & Whitney. This procurement aims to secure essential aircraft engine parts and components, which are critical for maintaining military readiness and operational efficiency. The contract encompasses not only the supply of parts but also includes planning, inventory management, engineering management, and field engineering support, with delivery timelines for various components ranging from 78 to 1713 days. Interested parties, including non-OEM sources and surplus dealers, must notify the Contracting Officer, Christy Crumpler, at christy.crumpler@dla.mil or 804-773-8919, by the synopsis closing date, and ensure they are registered in the System for Award Management (SAM) to be eligible for award. The solicitation is expected to be issued around April 28, 2025.
FMS REPAIR - FPMU STEPUP GEARBOX
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to solicit a sole source contract for the repair of the FPMU Stepup Gearbox, specifically NSN: 1680-015612347, from Triumph Gear Systems. This procurement is critical as Triumph Gear Systems is the Original Equipment Manufacturer (OEM) and the only known source capable of providing the necessary repair support for this component, which is vital for aircraft operations. The government anticipates awarding the contract in August 2025, and interested parties may submit their capabilities and qualifications to Elise Anzini at elise.anzini@navy.mil within 45 days of this notice, although this is not a request for competitive proposals.
2840 - FMS Repair of ROTOR, LPT (19 units)
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking contractors for the repair of 19 units of ROTOR, LPT for the F-18 Fighter Jet, intended for the country of Kuwait. The procurement requires contractors to provide labor, materials, and facilities necessary to restore these government-owned articles to operational condition, as the government lacks the data to perform the repairs or manufacture the items. This repair work is critical for maintaining the operational readiness of the F-18 Fighter Jet, which plays a vital role in military operations. Interested parties must submit capability statements within 5 days of the notice publication and can contact Carmelena Oldroyd at 771-229-0530 or via email at carmelena.c.oldroyd.civ@us.navy.mil for further information.
FMS REPAIR - GEARBOX,ACCESSORY D
Buyer not available
The Department of Defense, through the NAVSUP Weapon Systems Support office, intends to solicit a sole source contract for the repair of the Gearbox, Accessory D, specifically NSN: 2840-011520853, from Triumph Gear Systems. The procurement involves the repair of two units, with Triumph Gear Systems being the Original Equipment Manufacturer (OEM) and the only known source capable of providing the necessary repair support, as the government does not possess the data or rights to procure from alternative sources. This procurement is critical for maintaining operational readiness and is not set aside for small businesses; interested parties may submit capability statements to the primary contact, Elise Anzini, at elise.anzini@navy.mil, with a proposal deadline of 45 days from the notice, and an anticipated award date in August 2025.