V-22 PropRotor Gearbox (PRGB) Input Quill Assemblies (IQA) Automated Test System
ID: N6852024R0041Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYFLEET READINESS CENTERPATUXENT RIVER, MD, 20670, USA

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

AIRCRAFT MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT (4920)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    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.

    Files
    Title
    Posted
    The government seeks a turnkey test stand for V-22 aircraft prop rotor gearbox input quill assemblies. This commercial item procurement requires the stand to be capable of both manual and automatic testing, with stringent cyber security measures. Offerors must detail facility modifications and equipment needs, including provisions for cooling, compressed air, and power requirements. The test stand must collect and store data, with easy report generation. Software and hardware delivered must adhere to strict security protocols, including isolation from external networks and Windows 11 operating systems. Alarms and automated procedures are essential for operator safety and equipment protection. The contract includes options for post-delivery support and training. Respondents must meet detailed technical specifications and provide a Site Preparation and Installation Plan.
    The file contains a comprehensive list of contract data requirements for developing and delivering a V-22 Prop Rotor Input Quill Assembly Test Stand. It outlines data items such as test equipment plans, installation procedures, user manuals, and calibration protocols, each with specific submission timelines and review processes. The requiring office is Fleet Readiness Center East in Cherry Point, NC. The data items are categorized for ease of reference, including sections on test equipment, maintenance, user guides, and acceptance procedures. The contract, numbered N68520-24-R-0041, is still awaiting the identification of a contractor, indicated by the "TBD" notation. The procurement process entails rigorous review timelines, with contractors required to submit incremental reports prior to official reviews, and final submissions often due just before acceptance reviews. The government's response time is set at 10 days for providing feedback after each review.
    The file details a forthcoming Request for Proposals (RFP) for a Navy procurement related to a V-22 IQA test stand. The RFP release is scheduled for 20 August, with proposals due on 20 September. The Navy seeks industry feedback to ensure a competitive process. The contract, spanning three years with two optional years, entails developing, building, and installing a test stand, along with training and calibration. It incentivizes early delivery and penalties late delivery. Offerors must submit proposals electronically, including technical, price, and administrative components. Technical evaluations will assess approach, reliability, throughput, maintainability, and schedule, while price adjustments will be made based on performance. The contract could be worth up to $750,000. A pre-solicitation conference is organized for industry briefings, facility tours, and one-on-one sessions with the government team.
    The file relates to a government procurement for a specialized testing system, likely for the military or aerospace sector. Several key questions arise regarding the implementation and capabilities of the system. The government has not yet provided answers to many of these queries, stating that they will be addressed in amendments to follow. Among the clarified points, the definition of modifications to the facility is provided, along with confirmation that commercial off-the-shelf computers are acceptable as long as they meet Advanced Threat Analytics compliance. The need for a chiller is highlighted, along with the preference for maintaining ambient air temperature. Brand-specific components can be sourced commercially, but the government isn't able to assist in that process. The file indicates that several critical details are still pending resolution, leaving potential vendors awaiting further clarification before submitting fully informed proposals.
    The file details a visit request from a company seeking access to a federal building, likely a military or government facility. The company wishes to send a group of individuals, whose personal information is provided, to the site for a specified period. The purpose of their visit is related to a named project or contract effort. The company's letterhead must include a signed confirmation that all listed personnel have reviewed and understood the 5000.1B FRC East Information Brochure. This request aims to facilitate a controlled visit with the necessary security clearances and access provisions.
    Similar Opportunities
    Sources Sought for Lube and Scavenge Test Stand
    Active
    Dept Of Defense
    The Department of Defense, specifically the Fleet Readiness Center Southwest (FRCSW) in San Diego, California, is seeking sources for the procurement of a new Lube and Scavenge Test Stand (LASTS) to support the LM2500 engine program. This initiative aims to acquire a specialized system designed for testing components and systems under various conditions, ensuring compliance with safety, environmental, and operational standards. The LASTS will enhance the capabilities for engine performance testing, reflecting the government's commitment to maintaining high operational standards. Interested parties are encouraged to submit a capabilities statement by 4:30 PM EST on October 4, 2024, and can direct inquiries to Xeo Golding at xeo.a.golding.civ@us.navy.mil or Amanda Taylor at amanda.j.taylor80.civ@us.navy.mil.
    Turret Alignment Stand Frame for H1 Domestic & FMS Programs
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division, is soliciting proposals for the production and delivery of three Turret Alignment Stand Frames to support the U.S. Marine Corps H-1 program, with an option for an additional unit for the Czech Republic's Foreign Military Sales program. This procurement is critical for ensuring operational readiness and compliance with military standards, as the Turret Alignment Stands are essential components for the H-1 Helicopter Program. Proposals must be submitted by September 19, 2024, and interested parties are required to provide comprehensive supporting data, including certified cost and pricing information, to facilitate the evaluation process. For further inquiries, contact Tammy Fossa at tamara.d.fossa.civ@us.navy.mil, and ensure to request access to the Technical Data Package by August 26, 2024.
    1680 - N00383-24-R-500T 5-YEAR REQUIREMENTS IN SUPPORT OF THE V-22AND FMS REQUIREMENTS.
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy, is seeking contractors to fulfill a five-year requirements contract in support of the V-22 and Foreign Military Sales (FMS) requirements. This procurement involves miscellaneous aircraft accessories and components, specifically under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. The goods and services procured will play a critical role in maintaining and supporting the operational capabilities of the V-22 aircraft, which is vital for various military operations. Interested parties can reach out to Meghan Schmitz at 215-697-1232 or via email at meghan.schmitz@navy.mil for further details regarding the solicitation and submission deadlines.
    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.
    Gearbox Assembly
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is conducting a Sources Sought notice for the procurement of a Gearbox Assembly intended for the E-3/KC-135 aircraft. The primary objective is to identify potential suppliers capable of manufacturing these components, with a focus on enhancing competition and participation from small and disadvantaged businesses. This procurement is critical for maintaining the operational readiness of the aircraft, which plays a vital role in national defense. Interested vendors are encouraged to express their interest by October 2024, with a formal solicitation expected to be released in September 2024. For further inquiries, potential suppliers can contact the Air Force Supply Chain Management Squadron at Tinker AFB via email at 422.SCMS.AFMC.RFI@us.af.mil.
    Control Panel, Test /WSDC (19F) Aircraft, Eagle F-15, PR: 7007685516; NSN: 4920-015555319, P/N 99-1004900
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of a Control Panel, Test for the WSDC (19F) Aircraft, specifically for the Eagle F-15, under solicitation PR: 7007685516. The requirement includes one National Stock Number (NSN) for a Cable Assembly, Special Purpose, Electrical, with a total quantity of 53 units, and the contract will be awarded as a firm fixed price. This equipment is critical for the maintenance and repair of aircraft, ensuring operational readiness and safety. Interested vendors must submit their proposals by October 11, 2024, and can direct inquiries to Melinda Johnson at Melinda.Johnson@dla.mil or by phone at (804) 279-1627.
    Solicitation-C-5 Nose Landing Gear Door Gearboxes
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the overhaul of Nose Landing Gear Door Gearboxes, with a focus on electronic and precision equipment repair and maintenance. This procurement involves a Firm Fixed Price Requirements Type Overhaul Contract, which includes a five-year Basic Ordering Period and three one-year Option Periods, totaling up to eight years of service. The gearboxes are critical components for aircraft operations, and the government owns a complete technical data package for this requirement. Interested vendors must register in the Joint Certification Program to access bid documents and submit their proposals by the response deadline of October 5, 2024, at 3:30 PM EST. For further inquiries, vendors can contact Caiveon Thomas at caiveon.thomas@us.af.mil or Karen Beckford at karen.beckford@us.af.mil.
    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.
    16--NRP,RGA AND BRKE AS
    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 five units of a flight-critical item identified by NSN 7R-1680-016276004-P8 and reference number 456796-1003. This procurement requires Government source approval prior to contract award, as the item is essential for operational readiness and the technical data available does not support full and open competition. Interested vendors must provide the necessary documentation for source approval along with their proposals, as offers lacking this information will not be considered. For further inquiries, interested parties can contact Jacob A. Tarini at (215) 697-3563 or via email at JACOB.TARLINI@NAVY.MIL, with proposals due within 45 days of this notice.
    NSN 1680-01-564-3237, AIRCRAFT HOUSING ASSEMBLY, WSDC CTF, Aircraft, Osprey CV-22B
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking contractors for the procurement of the Aircraft Housing Assembly, identified by NSN 1680-01-564-3237, specifically for the Osprey CV-22B aircraft. This procurement involves an Indefinite Quantity Contract (IQC) for a base period of five years, with an estimated annual quantity of 20 units, and delivery expected 580 days after order placement. The selected contractors must be certified by the Department of Defense to access the required unclassified data, and the solicitation will be issued on or about August 30, 2024. Interested parties can direct inquiries to Tatjana Vaughan at Tatjana.vaughan@dla.mil or by phone at 804-279-2727, and are encouraged to participate in a reverse auction process via the DLA Procurex system.