AGTS Depot Artisan Training and Technical Assist
ID: N6833524Q0628Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAIR WARFARE CTR AIRCRAFT DIVJOINT BASE MDL, NJ, 08733, USA

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

AIRCRAFT MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT (4920)
Timeline
    Description

    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), intends to award a firm fixed price modification to procure depot artisan training and technical assistance for the Aircraft Generator Test Stand (AGTS). This procurement will involve the Motor-Gearbox Assembly removal and replacement, with training and support provided exclusively by Testek LLC, the Original Equipment Manufacturer (OEM), due to their unique technical knowledge and proprietary data. The AGTS is critical for aircraft maintenance and repair, and the government has determined that no other manufacturer possesses the necessary expertise to fulfill this requirement. Interested firms may express their interest and capability to respond, but this notice is not a request for competitive proposals; for further inquiries, contact Gianna V Gatto at gianna.v.gatto.civ@us.navy.mil or call 732-323-1270.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    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.
    V-22 PropRotor Gearbox (PRGB) Input Quill Assemblies (IQA) Automated Test System
    Active
    Dept Of Defense
    The Department of Defense, through the Fleet Readiness Center, is soliciting proposals for the procurement of a test stand designed to evaluate both left-hand and right-hand V-22 PropRotor Gearbox (PRGB) Input Quill Assemblies (IQA) for the V-22 aircraft. This procurement encompasses the complete mechanical, electrical, software, and control systems necessary for the test stand, including installation, commissioning, performance testing, and calibration to ensure functionality upon government acceptance. The test stand will be installed at Building 4497, Fleet Readiness Center East, Marine Corps Air Station Cherry Point, North Carolina, and is critical for the production of aircraft components. Interested vendors should direct inquiries to Adam Coombs at adam.c.coombs.mil@us.navy.mil by 3:00 PM Eastern Daylight Time on September 9, 2024, and are reminded that this opportunity is a Total Small Business Set-Aside under NAICS code 336413.
    16-FMS REPAIR GEARBOX,INPUT MODUL
    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 a gearbox, identified by NIIN 012894810 and part number 70351-38100-047. This procurement is critical as it involves specialized components necessary for helicopter rotor blades and drive mechanisms, which are vital for maintaining operational readiness in military aviation. The contract will be awarded under an established Basic Ordering Agreement (BOA), and interested parties must ensure they meet Government Source Approval requirements prior to submission, as detailed in the NAVSUP WSS Source Approval Brochure. For inquiries, potential bidders can contact Dana L. Scott at dana.scott@navy.mil or by phone at (215) 697-0273.
    T700 Depot-Level Repairs Indefinite Delivery / Indefinite Quantity (IDIQ)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking qualified sources to provide depot-level repairs for the T700-GE-401C and T700-GE-401D Turbo Shaft Engines, as well as Cold Section Modules (CSM) and Power Turbine Modules (PTM) for various military helicopters. The procurement aims to ensure commercial-level servicing, including rework, repair, and testing of these critical aviation components, which are essential for maintaining operational readiness within the United States Navy and Marine Corps. Interested contractors must demonstrate their capabilities in accordance with specific performance requirements, including turnaround times and compliance with FAA and OEM standards, with submissions due by the specified deadline. For further inquiries, interested parties can contact Kalyn Petrillo or Amber Yurko via their provided email addresses.
    TEST ASSEMBLY,SPECI
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of test assembly and special machinery under a fixed-price contract. The primary objective is to ensure compliance with various technical and quality requirements associated with the manufacturing of nuclear reactor components, which are critical for national defense and energy programs. This procurement emphasizes the importance of adherence to specific inspection and acceptance procedures, as well as the necessity for detailed documentation and compliance with established standards. Interested vendors should direct inquiries to Lauren Valentine at 717-605-7191 or via email at LAUREN.N.VALENTINE2.CIV@US.NAVY.MIL, with proposals due by the specified deadlines outlined in the solicitation documents.
    TEST SET,AIRCRAFT,M
    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 testing of the TEST SET, AIRCRAFT, M, under a federal contract. The contractor will be responsible for ensuring compliance with specified repair procedures, conducting inspections, and returning the equipment to a Ready for Issue (RFI) condition, adhering to strict quality and inspection standards. This procurement is critical for maintaining operational readiness and reliability of military aircraft systems. Interested parties should contact Vladimir Maksimchuk at 215-697-3533 or via email at VLADIMIR.MAKSIMCHUK@NAVY.MIL for further details, as proposals must meet specific requirements outlined in the solicitation.
    16--NRP,TORSION LINK AS, 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 Torsion Link assemblies. The procurement aims to establish a contract for the repair turnaround time (RTAT) of 125 days after asset receipt, with specific throughput constraints to be provided by the contractor for each National Stock Number (NSN). These assemblies are critical components in aircraft operations, emphasizing the importance of timely and efficient repair services to maintain operational readiness. Interested contractors should contact Kelly A. Gipson at 215-697-4787 or via email at kelly.a.gipson1@navy.mil for further details, with the expectation of contract award following the established timelines.
    16--SENSOR,POSITION BLO, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is seeking to procure repair services for a specific sensor component, NSN 7R-1680-017028215, from General Atomics, the Original Equipment Manufacturer (OEM). The procurement involves the repair of 15 units of the sensor, which is critical for various defense applications, and no drawings or data are available for alternative sourcing. Interested parties are encouraged to submit capability statements or proposals within 45 days of the notice, with the anticipated award date set for September 2024; inquiries can be directed to Michael J. Dickens at MICHAEL.J.DICKENS1@NAVY.MIL.
    16--GPP MODULE, 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 GPP Modules under federal contract N00383. The procurement requires contractors to provide comprehensive repair services, including inspection, testing, and acceptance of the modules, ensuring they are returned to a Ready for Issue (RFI) condition within a specified turnaround time of 120 days after receipt. This opportunity is critical for maintaining operational readiness and reliability of aircraft systems, as the GPP Modules are essential components in various defense applications. Interested contractors should direct inquiries to Eric Tarkett at 215-697-4313 or via email at ERIC.TARKETT@NAVY.MIL, with proposals expected to adhere to the outlined quality and inspection standards.
    Aviation Electrician (AE) Training Systems
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Training Systems Division (NAWCTSD), is soliciting proposals for the design, fabrication, installation, and delivery of Aviation Electrician (AE) Training Systems. This procurement aims to acquire various aviation training devices, including trainers for flaps, landing gears, generators, and aircraft electronic systems, which are critical for enhancing the training capabilities of the U.S. Navy. Interested vendors must comply with the technical requirements outlined in the Request for Proposal (RFP) and related documentation, with a focus on quality, performance, and adherence to federal regulations. For further inquiries, potential offerors can contact Julide Alonso at julide.n.alonso.civ@us.navy.mil or Allison Laera at allison.laera@navy.mil, with proposals due by the specified deadlines.