CY25 T56SIV CIP
ID: 1301189181Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVAL AIR WARFARE CENTER AIR DIVPATUXENT RIVER, MD, 20670-1545, USA

NAICS

Aircraft Engine and Engine Parts Manufacturing (336412)

PSC

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

    The Department of Defense, through the Naval Air Warfare Center Aircraft Division, intends to negotiate a sole source contract with Rolls-Royce Corp for the Component Improvement Program (CIP) related to the T56 Series IV engine. The procurement aims to enhance the safety, reliability, and maintainability of U.S. Navy and Marine Corps aviation propulsion systems, involving ongoing research, development, and engineering initiatives categorized as Engineering Project Descriptions (EPDs). This work is critical for addressing operational deficiencies and ensuring the continuous improvement of military aviation capabilities. Interested parties may submit their interest and capability information by 5:00 PM Eastern Time on October 10, 2024, to Lyle Kralle at lyle.a.kralle.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The NAVAIR FY24 Statement of Work outlines the Component Improvement Program (CIP) for the T56 Series IV engine, focusing on enhancing the safety, reliability, and maintainability of U.S. Navy and Marine Corps aviation propulsion systems. The contractor is tasked with ongoing research, development, and engineering (RDT&E) initiatives involving various projects categorized as Engineering Project Descriptions (EPDs). These projects encompass numerous enhancements, including management of engineering and logistics, analyses of fleet conditions, investigations of deficiencies, software updates, fuel nozzle improvements, and life updates for engine components. The document details specific project objectives, methodologies, and deliverables for each EPD, emphasizing performance metrics such as reliability, cost, and readiness. It also outlines the need for detailed engineering data and ongoing communication with USN stakeholders to facilitate effective project execution and adaptation to fleet requirements. Regular reviews of engineering data and formal status presentations to international representatives play significant roles in project oversight. The aim is to systematically address and preempt operational deficiencies while ensuring clear documentation and efficient resource management across the program. This work signifies a strategic commitment to improving U.S. military aviation capabilities through continuous innovation and rigorous engineering practices.
    Lifecycle
    Title
    Type
    CY25 T56SIV CIP
    Currently viewing
    Presolicitation
    Similar Opportunities
    C-40A CFM 56-7B24 Engine Procurement
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to procure one new CFM56-7B24 Enhanced engine and engine stand for a C-40A aircraft, with the contract modification to be awarded to CFM International on a sole source basis. This procurement is critical as CFM is the sole designer and manufacturer of the CFM56-7B24 engine, possessing the unique technical data and capabilities necessary to meet the agency's requirements within the specified timeframe. The contract will be executed under the authority of FAR 6.302-1, emphasizing the necessity of this specific engine for operational readiness. Interested parties may express their capabilities in writing to the designated contacts, William Yost and Jamie Schoemaker, at the provided email addresses, although this notice does not constitute a solicitation or guarantee of contract award.
    CPP Blade Set and Propeller
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division (NSWCPD), intends to award a Firm-Fixed-Price Blanket Order Agreement for the procurement of a CPP Blade Set and Propeller from Rolls-Royce Marine North America. The order will include specific components for the LPD-17 class vessels, including a Port Blade Set, Port Hub, and two OD Boxes. These components are critical for the propulsion systems of naval vessels, ensuring operational readiness and efficiency. Interested parties may express their interest and capabilities to the primary contact, Karen G. Johnson, at karen.g.johnson17.civ@us.navy.mil, as the government will consider all information received prior to the closing date of this notice.
    Landing Craft, Air Cushion (LCAC) 100 Class MT7 Engines, Installation Kits, and Spares
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Landing Craft, Air Cushion (LCAC) 100 Class MT7 Engines, Installation Kits, and Spares. This procurement is for up to 84 LCAC 100 Class MT7 production engines, 21 engine installation kits, and 20 LCAC 100 Class MT7 spare engines. The contract will be awarded to Rolls-Royce Corporation on a sole-source basis, as they are the sole manufacturer of the LCAC 100 Class MT7 Engine and its installation kits. The procurement will be conducted under FAR Part 12 Commercial Items procedures. Interested companies should contact Rolls-Royce Corporation directly.
    CY2025 F135 COMPONENT IMPROVEMENT PROGRAM
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE, DEPT OF THE NAVY is planning to procure services for the CY2025 F135 COMPONENT IMPROVEMENT PROGRAM. This program aims to provide engineering support for in-service engines of the F-35 Lightning II aircraft. The services will include maintaining flight safety, correcting deficiencies, improving operational readiness, reliability, maintainability, and affordability, as well as testing engines and components. The procurement will be awarded to Raytheon Technologies Corporation, Pratt and Whitney Military Engines on a sole source basis. The order is expected to be awarded by the end of the first quarter of fiscal year 2025 and will support the F-35 U.S. Services, Cooperative Program Partners, and Foreign Military Sales Customers. This notice of intent is not a solicitation, but all responsible sources may submit a capability statement, proposal, or quotation for consideration by the U.S. Government. For subcontracting opportunities, interested parties can contact Raytheon Technologies Corporation, Pratt and Whitney Military Engines.
    Rolls Royce Replacement Parts Requirement
    Active
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command (MSC), is seeking to procure OEM Rolls Royce replacement parts on a sole source basis from Rolls-Royce Marine North America Inc. This procurement involves a firm-fixed price purchase order for ten specific parts critical to the operation of the T-AO 187 Class controllable pitch propeller system, which is essential for maintaining the maneuverability and operational readiness of military vessels. The solicitation emphasizes the necessity of using OEM parts to ensure compliance with safety and regulatory standards, reflecting the importance of these components for national defense missions. Interested vendors must submit their quotes by October 7, 2024, and can direct inquiries to primary contact Ouarda Allbee at ouarda.b.allbee.civ@us.navy.mil or secondary contact Deborah Brett at deborah.d.brett.civ@us.navy.mil.
    Rolls Royce Turbine Kit
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DLA AVIATION is conducting market research to determine if other companies are capable of manufacturing the Rolls Royce Turbine Kit. The kit is currently supplied solely by Rolls Royce Corporation. The purpose of this notice is to gather information on potential manufacturers and their locations. This is not a request for proposal or a commitment by the government to award a contract. Interested parties can submit their information to Elizabeth Napolitano at Elizabeth.Napolitano@dla.mil.
    CVN 71 Main Engine High Pressure Turbine No 2, 3, and 4
    Active
    Dept Of Defense
    The Department of Defense, through the Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS&IMF), is seeking a qualified Original Equipment Manufacturer (OEM) to provide overhaul and repair services for the Main Engine High Pressure Turbines No. 2, 3, and 4 of the CVN 71 Nimitz-class aircraft carrier. The contractor will be responsible for delivering technical assistance, oversight, and repair services in accordance with OEM specifications, with work scheduled to take place at Naval Air Station, North Island, from December 9, 2024, to May 16, 2025. This procurement is critical for maintaining the operational readiness of the naval vessel, and the contract will be awarded under a sole source justification to Curtiss-Wright Chesapeake Branch, as they possess the proprietary knowledge and standards necessary for the turbines' repair. Interested parties must submit their expressions of interest and capabilities by October 9, 2024, at 10:00 PDT, and should direct inquiries to Bailey Butler at bailey.a.butler2.civ@us.navy.mil or by phone at 360-979-8516.
    TIP,AIRCRAFT
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is soliciting quotes for the procurement of TIP, Aircraft components. This solicitation requires the furnishing of specific aircraft parts, which necessitate government source approval prior to award, emphasizing the importance of compliance with the NAVSUP WSS Source Approval Brochure. These components are critical for maintaining operational readiness and support for naval aviation. Interested vendors must submit their proposals via email to Carmelena Oldroyd at CARMELENA.OLDROYD@NAVY.MIL by the specified due date, ensuring all required documentation is included to avoid disqualification.
    N00383-24-R-9520
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support office, is preparing to issue a presolicitation for a long-term contract focused on the repair of actuator components essential for the V-22 aircraft and Foreign Military Sales (FMS) requirements. This procurement will be a sole source solicitation directed at GE Aviation Systems LLC, the original equipment manufacturer, as they are the only known source for the necessary repair parts due to the government's lack of data rights for alternative suppliers. The contract is expected to span three years, with specific quantities and pricing outlined for various actuator types, including electro-mechanical and mechanical options, which are critical for maintaining operational readiness. Interested parties may submit capability statements or proposals by November 12, 2024, and should direct inquiries to Linda Vong at linda.vong2.civ@us.navy.mil or call 215-697-5936.
    16--NRP,OBIGGS CONTROLL
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure four units of a specialized part identified by NSN 7R-1680-016497144-P8, REF NR 1153394-3-1. This procurement requires engineering source approval to ensure the quality of the part, necessitating that the acquisition or repair be conducted by approved sources with unique design capabilities and manufacturing knowledge. The contract action will be negotiated with only one source under FAR 6.302-1, and interested parties are encouraged to express their capabilities within 45 days of this presolicitation notice. For further inquiries, interested vendors can contact Joshua J. Seltzer at (215) 697-2849 or via email at joshua.j.seltzer@navy.mil.