T-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
    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.
    Similar Opportunities
    Engine, Diesel
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is seeking a sole source procurement for diesel engines, specifically the Engine, Diesel with NSN 2815-01-412-2715, from Rolls Royce (CAGE 72582). The contract will require a minimum quantity of 208 units, with an option for an additional 1,425 units, and will be awarded as a firm fixed price contract. These diesel engines are critical components for military vehicles and equipment, ensuring operational readiness and reliability. The solicitation is expected to be released on or about December 26, 2024, and interested parties can download the solicitation from SAM (www.sam.gov). For inquiries, contact Kay Lynn Machacek at kay.machacek@dla.mil.
    Redacted Justification and Approval for Rolls-Royce OEM
    Dept Of Defense
    The Department of Defense, specifically the Southeast Regional Maintenance Center of the Department of the Navy, is seeking to procure services related to the Redacted Justification and Approval for Rolls-Royce OEM. This procurement involves non-nuclear ship repair services, which are critical for maintaining the operational readiness of naval vessels. The opportunity is based in Jacksonville, Florida, and interested parties can reach out to H. Leigh Anderson at heidi.anderson@navy.mil or by phone at 904-607-1010 for further details. Additionally, Christopher C. O'Connor is available for inquiries at chris.oconnor1@navy.mil or 904-275-0512.
    F135 Propulsion System Engineering and Logistics Studies, Modifications, and Sustainment Basic Ordering Agreement
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Systems Command, intends to award a Basic Ordering Agreement (BOA) to RTX Corporation, Pratt & Whitney Military Engines, for engineering and logistics studies related to the F135 Propulsion System. The procurement aims to support the F135 Modifications Program by conducting investigations and providing sustainment support for the F135 fleet, leveraging Pratt & Whitney's unique expertise as the original designer and manufacturer of the propulsion system. This opportunity is critical for maintaining the operational readiness and performance of the F-35 Lightning II aircraft. Interested parties may submit capability statements, proposals, or quotations within fifteen days of this notice, and should direct inquiries to Alexander Chakrin at Alexander.Chakrin@jsf.mil or George Hubbard at George.Hubbard@jsf.mil.
    Request for Information: BQM-34S Engine Repair, Overhaul and Conversion
    Dept Of Defense
    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.
    N0038326QN059
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking a sole source contractor for the repair of a Rotor Positioning Unit for the MV-22 aircraft. The procurement specifically targets the item with NSN 7RH 5990 014606390 and part number 41010950-103, which is critical for the operational capabilities of the platform. This opportunity is not a Total Small Business Set-Aside, and interested parties must submit their capability statements or proposals within 15 days of the notice publication, with the solicitation expected to be issued around December 25, 2025. For further inquiries, potential bidders can contact Amanda M. Sweeney at amanda.m.sweeney4.civ@us.navy.mil.
    Synopsis for ATFLIR FMS BOA
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Weapon Systems Support, is seeking proposals for the repair of 69 repair Contract Line Item Numbers (CLINs) associated with the F-18 aircraft system under a Foreign Military Sales (FMS) requirement. The primary source for these repairs is Raytheon Company, located in McKinney, Texas, which possesses the necessary capabilities; however, all responsible sources are encouraged to submit capability statements, proposals, or quotations for consideration. The items in question are flight critical, requiring government source approval prior to contract award, and interested vendors must provide detailed technical data as outlined in the U.S. Navy Aviation Supply Office Source Approval Information Brochure. For inquiries, interested parties can contact Shannon K. Fitzgerald at (215) 697-3638 or via email at Shannon.K.Fitzgerald3.CIV@US.NAVY.MIL.
    Request for Information: BQM-34S Engine Replacement and Maintenance
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking information from companies capable of supplying turbojet engines for the BQM-34S Subsonic Aerial Target production restart, scheduled for 2030. The Navy requires 100-150 engines that produce a minimum of 2850 lbf continuous Sea Level Static thrust and fit within a specified cylindrical cavity, with development and qualification completed by 2029. The BQM-34S serves as a critical tool for fleet training and testing against modern threats. Interested parties must submit a white paper detailing their proposed engine solutions by 5:00 p.m. EST on December 15, 2025, and direct any inquiries to Kasey Tasciotti or Tamiko C. Blackson via the provided email addresses.
    N0038326PR0R173 - Pre-Solicitation
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is preparing to issue a sole-source Request for Quotation (RFQ) for the repair of six BLADE ASSEMBLY units from Hamilton Sundstrand Corporation. This procurement, justified under 10 U.S.C. 2304(c)(1) and FAR 6.302-1, is critical for Foreign Military Sales (FMS) and emphasizes that only one responsible source can fulfill the agency's requirements. While other manufacturers may submit capability statements, only approved sources will be considered, and the procurement process will not accommodate delays for Source Approval Requests. Interested parties should direct their capabilities to Gina Sassane at gina.p.sassane.civ@us.navy.mil, with the solicitation expected to be released around December 17, 2025, and proposals due by January 16, 2026.
    NIIN: 015728130/ FMS REPAIR/ N0038325PR0R912
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is issuing a presolicitation for a sole-source contract to Undersea Sensor Systems Inc. for the repair of the SDSR, AIRCRAFT EQUIP (NIIN: 015728130, Part Number: 6120-0500-001) specifically for H-60 aircraft. This procurement is critical as Undersea Sensor Systems Inc. is the Original Equipment Manufacturer (OEM) and the only known source for this repair, with no available drawings or data, and the government lacking the necessary data rights. The contract is set for a duration of one year, with proposals due by January 29, 2026, and an anticipated award date in March 2026; interested parties may submit capability statements within 15 days of the solicitation issue date, which is expected around December 30, 2025. For further inquiries, contact Grace Y. McGinley at (215) 697-2198 or via email at GRACE.V.MCGINLEY.CIV@US.NAVY.MIL.
    DLA Weapons Support TF33 Spares RPOW Fall 2025
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is issuing a Special Notice regarding the DLA Weapons Support TF33 Spares Requirements Projection on the Web (RPOW) for Fall 2025. This initiative outlines projected competitive and non-competitive spare part items necessary for the maintenance and operation of aircraft engines, specifically focusing on the TF33 engine, over the next three fiscal years. The RPOW serves as a critical planning tool for ensuring the availability of essential components such as rivets, nuts, washers, and other parts categorized under the Federal Supply Class and National Item Identification Number, although it does not constitute a commitment to purchase. Interested parties can reach out to Cynthia Thomas at cynthia.thomas@dla.mil or Jennifer Snyder at jennifer.snyder@dla.mil for further inquiries.