UEM B3163, CTG Solar Turbine (deleted HRSG Boiler, and Gas Booster) Reoccurring Maintenance
ID: ACQR6050761Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM WASHINGTONWASHINGTON NAVY YARD, DC, 20374-5018, USA

NAICS

Facilities Support Services (561210)

PSC

HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT (S216)
Timeline
    Description

    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Washington, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for recurring maintenance of the UEM B3163 CTG Solar Turbine, including the deleted HRSG Boiler and Gas Booster, at the Naval Support Facility in Indian Head, Maryland. The contract requires the selected contractor to provide all necessary labor, materials, equipment, and supervision for maintenance services over a base period of one year, with four additional one-year option periods available. This procurement is critical for ensuring the operational readiness and compliance of essential energy infrastructure, emphasizing the importance of high-quality maintenance services. Proposals are due by 2:00 PM EST on September 23, 2024, and interested parties should direct inquiries to Cynthia Wright at cynthia.wright@navy.mil or Susan K. Swann at susan.swann@navy.mil.

    Files
    Title
    Posted
    The document encompasses the solicitation and contract details for an Electric Full Support Contract at Naval Support Activity South Potomac, specifically for the CTG-1, HRSG-1, and FGB-1 units located in Indian Head, Maryland. The contract is referenced as Solicitation/Contract #40084-23-R-XXXX. It outlines a firm fixed-price model across multiple periods including a base period and four option years, although all monetary values indicated are $0.00. The scope of work entails providing comprehensive support including labor, management, supervision, tools, materials, and equipment essential for operational continuity. Each line item presents monthly quantities for various support concepts for the listed units (CTG-1, HRSG-1, and FGB-1), with corresponding placeholders for unit prices and total costs. Overall, the file serves as a formal Request for Proposal aimed at securing suppliers or contractors for ongoing electrical support services, highlighting the need for robust bidding responses to facilitate the operational readiness of key military infrastructure.
    The document outlines a detailed maintenance plan for the Combustion Turbine Generator (CTG-1) and Heat Recovery Steam Generator (HRSG-1), structured around a series of inspections, repairs, and preventative maintenance activities. It specifies tasks across various systems, including air, electrical, fuel, and lubrication, ensuring operational integrity and safety. Key activities include the inspection of intake/exhaust systems, fuel control valves, and safety devices, alongside testing critical components and performing instrumentation calibrations. Additionally, maintenance scheduling is delineated across multiple levels with associated costs for different service agreements, emphasizing the need for periodic assessments and condition-based adjustments. The document serves as a comprehensive roadmap for maintaining essential equipment used in energy generation while adhering to best practices and regulatory standards. Its purpose aligns with government RFP requirements for precise monitoring and management of operational resources, highlighting both preventative and responsive maintenance strategies to optimize equipment performance and compliance.
    The document pertains to Solicitation No. N40080242229, which outlines the project for recurring maintenance of the UEM B3163 CTG Solar Turbine, HRSG Boiler, and Gas Booster at the NSF Indian Head facility in Maryland. It includes a template for submitting inquiries related to the Request for Information (RFI) prior to the bidding process, indicating that questions submitted will be formally acknowledged and responded to by the government. The document is structured with sections for referencing pertinent information such as page numbers, section details, paragraph numbers, question numbers, and dates received. This solicitation is part of a government initiative aimed at maintaining critical energy infrastructure, ensuring operational efficiency, and complying with federal maintenance standards. The site’s administration seeks qualified contractors to engage in this essential maintenance work, illustrating the government's commitment to ongoing facility management and operational excellence.
    The document outlines a comprehensive maintenance schedule for air systems, electrical and control systems, fuel systems, general equipment, generator systems, and lubrication systems. It includes detailed inspection procedures for intake and exhaust systems, control console operations, fuel pressure, and various components such as thermocouples, fire detectors, and safety devices. The maintenance tasks are categorized under distinct cost levels (A and B), specifying the required operational hours for each level (4,000 hours for Level A and 8,000 hours for Level B). With an emphasis on preventative maintenance, the document aims to ensure the optimal performance and reliability of equipment, reducing potential operational risks and enhancing safety protocols. The structured inspection and maintenance actions showcase the need for compliance with both regulatory standards and operational efficiency, aligning with governmental expectations for RFPs and grants. This is crucial for organizations seeking to maintain government contracts and fulfill compliance obligations within federal and local jurisdictions.
    The federal request for proposal (RFP) 1602100 details the requirements for a full-service agreement involving the maintenance and repair of the Centaur 50 – 6201S Combustion Turbine Generator located at NSF Indian Head, MD. The contractor is responsible for providing labor, management, and equipment to ensure the generator's operation through various services: engine overhauls, planned maintenance visits, unscheduled repairs, and condition assessments. Critical components include gas turbine engines, gearboxes, and various systems, with specific exclusions such as air filters and consumable liquids. Management procedures are outlined, including required qualifications for personnel, adherence to safety regulations, and the coordination of work with the NAVFAC Project Manager. The Contractor must schedule maintenance to minimize downtime and provide timely reporting and updates. The document emphasizes compliance with national codes and safety protocols, centralizing the service management process under a designated Service Manager. The goal is to optimize generator performance while ensuring safety and regulatory adherence during all maintenance activities. This RFP illustrates the commitment to effective lifecycle maintenance for critical power generation systems within federal facilities.
    The document details a Request for Proposal (RFP) for an "Electrical Full Support Contract" at Naval Support Activity South Potomac, specifically for a combustion turbine generator (CTG) at Building 3163. The solicitation, contract number 40080-24-R-2229, indicates that the contract value for both the base period and several option years is set at $0.00, suggesting this may serve as preliminary documentation or a placeholder for future contracting actions. The Full Support Contract requires the contractor to provide all necessary labor, management, supervision, tools, materials, and equipment to ensure a comprehensive service agreement for the CTG model Centaur 50 6201S over a continuous support term for each defined period. The contract includes multiple line items for the base and option years indicating a structured approach to deliverables, albeit currently without assigned financial values. This RFP emphasizes the government's intention to secure full lifecycle support for critical electrical infrastructure, reinforcing established partnerships in public sector service provision while maintaining a focus on lifecycle management.
    The government document outlines the deliverables and reporting requirements for a project related to electrical power generation, transmission, and distribution. It specifies key submissions including engine overhauls, planned maintenance schedules, unscheduled maintenance, and the responsibilities of a site service manager, each with designated submission timelines post-award. The document mandates preparation of a Maintenance Summary Report detailing work performed, materials used, timelines, labor hours, and acceptance of work. This report is to be submitted electronically for government review. The overall purpose of the document is to provide clear guidelines and expectations for performance and reporting to ensure compliance with federal grant and RFP standards. The emphasis on timely submissions and detailed documentation reflects the need for transparency and accountability in federal contracting processes.
    This document outlines essential definitions, acronyms, and technical references related to the maintenance and operation of combustion turbine generators (CTGs) as part of federal and state RFPs. It defines key terms such as the "Combustion Turbine Generator," "Exchange Engine Program," and maintenance protocols including "Planned Maintenance Visits" and "Unscheduled Maintenance." The attachments detail the responsibilities between the Government and Contractor, emphasizing the importance of scheduled inspections and maintenance reports that assess equipment conditions and reliability. Attachment J-1602100-02 presents relevant regulatory and safety standards, including various federal safety codes and guidelines for handling natural gas equipment, reinforcing compliance within the program's operational framework. Attachment J-1602100-03 describes the specific equipment covered, providing an overview of the Centaur 50 – 6201S gas turbine-driven generator set, along with its system components. The purpose of this document is to provide a comprehensive reference for contractors in facilitating the upkeep and operation of CTGs, thereby ensuring operational safety and efficiency in line with federal guidelines. This aligns with broader government objectives of maintaining critical infrastructure reliability and compliance while engaging with contractors through clear terms of service.
    The document outlines scheduled maintenance tasks for the CTG-1 Combined Turbine Compressor at two operational intervals: Level A (4,000 hours) and Level B (8,000 hours). It details specific inspections and actions required for various systems, including air, electrical and control, fuel, general maintenance, generator, lubrication, and starter systems. Key maintenance activities involve inspecting for cleanliness, operation, leaks, and wear, along with recording operational data and verifying equipment functionality. A full-service agreement includes provisions for engine overhaul, planned and unscheduled maintenance, system updates, and equipment assessments as mandated by manufacturers. The structured approach aims to minimize downtime and ensure equipment reliability, highlighting the necessity of routine checks and condition assessments to maintain operational integrity within the context of government RFPs and grants for effective service management.
    The document outlines a comprehensive inspection and maintenance protocol for the Combustion Turbine Generator (CTG-1) systems, detailing critical procedures for air, electrical, fuel, general, generator, lube oil, and auxiliary motor systems. Each section includes specific tasks such as inspecting intake and exhaust systems, checking electrical connections, verifying fluid levels, and conducting cleaning and lubrication activities as required by condition-based assessments. It delineates responsibilities such as conducting vibration surveys and engine performance analyses, ensuring safety and reliability, while emphasizing the need for routine maintenance, repair options, and full service agreements over specified time frames. The proposal features a Schedule of Values, which denotes cost structures for various service levels across multiple years, facilitating budgeting and planning for ongoing and as-needed maintenance. This document serves as a foundational guide for maintenance contracts, ensuring compliance with manufacturer guidelines and optimizing operational efficiency of the CTG-1 systems within the framework of federal and state RFPs and grants.
    The amendment outlines critical updates regarding a federal solicitation for a project related to NAVFAC Washington-PWD. It necessitates acknowledgment of the amendment receipt by interested contractors before the submission deadline to avoid rejection of offers. Key points include the scheduling of a site visit on August 27, 2024, at 10:00 a.m. local time, with access requests due by August 26, 2024. The document provides a point of contact for the site visit and specifies that Requests for Information (RFI) must be submitted by close of business on September 4, 2024. Notably, the proposal due date remains unchanged: September 23, 2024, at 2:00 p.m. local time. The document emphasizes that all other terms and conditions will remain unchanged, ensuring clarity for potential bidders in the government contracting process. This amendment serves to facilitate effective communication and adherence to timeline requirements in federal procurement practices.
    This government amendment extends the due date for proposals related to a solicitation identified as N4008024R2229 to September 23, 2024. Offerors must acknowledge receipt of this amendment through specified methods prior to the deadline, or risk rejection of their offers. The document also outlines procedures for modifying an existing offer, requiring references to the solicitation and the amendment. Additionally, it includes standard information fields such as contract ID, amendment number, and the official signatures of both the contractor and contracting officer. The primary purpose of this amendment is to provide an extension for submission while confirming that all other terms and conditions remain unchanged, thus maintaining the integrity and continuity of the solicitation process for prospective contractors.
    This document serves as an amendment to a solicitation for a contractor's proposal related to the Combustion Turbine Generator (CTG-1) Set Package and Systems. Offers must acknowledge receipt of the amendment by specific methods, including completing certain items or sending separate correspondence. The amendment notes that any changes to previously submitted offers must also reference the amendment and be received prior to the deadline. It clarifies that the proposal's due date remains unchanged, set for September 23, 2024, at 2:00 p.m. local time. The purpose of the amendment is to revise the Scope of Work, including six attachments to elucidate the updated requirements and provide blank workbooks for bidders. The document emphasizes the importance of acknowledging this amendment to prevent rejection of offers and states that the original terms and conditions remain in effect unless specifically modified. The effective communication and timely acknowledgment of amendments are crucial for contractors participating in government RFPs.
    This document is an amendment (0005) to a solicitation for government contracting, specifically related to a project managed by NAVFAC Washington-PWD. The amendment modifies the original solicitation by updating specific attachments, namely the Expected Visitor Form and the Base Access Request Form. Importantly, the proposal due date remains unchanged, set for 23 September 2024 at 2:00 p.m. local time. Contractors must acknowledge receipt of this amendment by certain methods, including returning a completed form or through written communication that cites the relevant solicitation and amendment numbers. The amendment emphasizes that the acknowledgment must be received before the specified deadline to avoid rejection of offers. Aside from the updated attachments and acknowledgment instructions, all other terms and conditions from the initial solicitation remain intact. This amendment serves to ensure contractors have the latest information necessary for compliance and submission.
    This government document outlines an amendment to a solicitation related to a federal project. Key changes include the transition of the competitive range from "Small Business" to "Full and Open" and scheduling a site visit on July 15, 2024, at the Naval Support Facility in Indian Head, MD. Attendees are required to submit base access requests by July 11, 2024. Furthermore, the proposal submission deadline has been extended to July 25, 2024. Other terms and conditions remain unchanged. The document underscores the importance of timely acknowledgment of amendments, while also providing clear instructions for modifying existing offers and the procedures regarding contract changes. It serves to ensure compliance and clarity for contractors engaging with federal solicitations, highlighting the significance of maintaining transparency within the contracting process.
    This document outlines visitor procedures for access to specific Navy facilities, emphasizing the requirement for authorized personnel to submit visitor information via designated emails for security vetting. Visitors must indicate their citizenship and the purpose of their visit, including details such as names, building numbers, and whether they require access to restricted or administrative areas. A specific vetting form (SECNAV 5512/1) is mandatory for individuals without a certain identification (CAC, JPAS, or GOV PIV). Contact information for the point of contact, Suzanne K. Crist, is provided for further inquiries. The document indicates efforts to maintain security protocols within federal facilities, highlighting the importance of pre-visit vetting to ensure compliance with governmental regulations. The guidelines promote safety while facilitating necessary access for authorized visitors, thus reflecting the military's operational security priorities.
    The SECNAV 5512/1 form is utilized by the Department of the Navy for registering local population identification cards and base access passes. It aims to facilitate controlled access to Department of Defense (DoD) installations while adhering to security protocols. The document compiles personal identification data, such as name, address, and biometric information, and requires identity verification with approved documents. Key components of the form include a Privacy Act Statement, an identity proofing section, and consent for background checks, including a National Crime Information Center (NCIC) check. The form mandates individuals to report any felony convictions and return the ID card upon expiration or employment termination. The completion of this registration is voluntary, but failure to provide information could result in denied access to DoD facilities. Furthermore, the form outlines acceptable identification documentation from various lists, ensuring individuals present valid forms of proof to qualify for a Local Population ID. Overall, this process serves to safeguard military installations by ensuring that access is granted only to vetted individuals, emphasizing national security priorities.
    This document outlines the protocols for submitting visitor requests to two naval facilities, Dahlgren and Indian Head, specifically for personnel who require access. It emphasizes that only authorized individuals can submit these requests and that visitors lacking specific credentials must complete a vetting form (SECNAV 5512/1). Essential visitor details include names, citizenship, representing company, building visit locations, and various identification statuses. The Point of Contact (POC) for inquiries is Conrad Vanasse, reachable at 301-904-8585. The form references compliance requirements and emphasizes the importance of vetting for access to restricted areas, aligning with security protocols often seen in government Request for Proposals (RFPs), grants, and similar initiatives. This ensures overall safety and secure management of sensitive areas.
    The document outlines a Request for Proposals (RFP) issued by the U.S. Navy for a firm fixed-price service contract focused on the recurring maintenance of key plant equipment at Naval Support Facility (NSF) Indian Head, Maryland. Specifically, the contract covers maintenance for a Solar Turbine, Heat Recovery Steam Generator (HRSG), and Fuel Gas Booster. The procurement is set aside for 8(a) small businesses, adhering to the Service Contract Act Wage Requirements. The contract spans a base year and four optional years, with a minimum guarantee established for pricing. Key elements include scheduled maintenance inspections, unscheduled emergency support, and compliance with safety and security regulations. Offerors must conduct a site visit and submit detailed proposals that encompass price structure, service specifications, and planned workflow. Also noted are requirements for quality control, safety compliance, and documentation, reinforcing the Government's emphasis on high standards for service delivery. The contractor must adhere to multiple codes and regulations ensuring effective maintenance while guaranteeing minimal disruption to ongoing operations at the facility. This RFP demonstrates the Navy's commitment to maintaining operational readiness and compliance through structured maintenance protocols.
    The document outlines the procedures and requirements for individuals seeking base access through the SECNAV 5512/1 Local Population Identification Card registration. Visitors aged 18 and older without a Department of Defense Common Access Card (CAC) must complete this form to gain entry. Key sections must be filled, including personal identification, citizenship status, and two forms of identity proofing documents. The form necessitates a thorough verification process, including a check with the National Crime Information Center (NCIC) to ensure individuals have not been flagged for felonies or terrorist affiliations. Additionally, applicants must affirm their understanding of access regulations and return their ID card upon employment termination or expiration. The process aims to enhance security at Department of Defense installations while ensuring that only vetted individuals are granted entry. The rigor of the documentation and vetting reflects the military's commitment to maintaining security and safety protocols for personnel and facilities. Furthermore, the significance of adhering to privacy and disclosure policies is emphasized, outlining the legal ramifications of misuse of information provided on the form.
    Similar Opportunities
    Bldg. 135 Renovation
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting bids for the renovation of Building 135 at the Naval Support Activity in Indian Head, Maryland. This project involves the complete demolition of the existing structure, management of hazardous materials such as asbestos and lead-based paint, and the construction of a new decontamination facility, all while adhering to strict safety and environmental regulations. The renovation is critical for enhancing infrastructure and ensuring compliance with safety standards, including those set by the Maryland Department of the Environment (MDE) and the Occupational Safety and Health Administration (OSHA). Interested contractors must be holders of the SB Blue Multiple Award Construction Contracts (MACC) and are encouraged to contact Young Yi at young.j.yi2.civ@us.navy.mil or call 540-850-6469 for further details, as additional responses outside the specified contractor holders will not be considered.
    102 Operations Support
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Indian Head Division, is soliciting proposals for Operations Support Services under the contract titled "102 Operations Support." The contractor will be responsible for providing all necessary labor, supervision, management, tools, materials, and equipment to perform both recurring and non-recurring work at various mission-related locations in and around Naval Support Facility Indian Head, Maryland. This procurement is a total small business set-aside, emphasizing the government's commitment to fostering small business participation in federal contracting. Interested offerors must submit their proposals via email to Jeremy Taylor by the specified deadline, with the total estimated contract value exceeding $1.8 million and a performance period anticipated to begin in December 2024. For further inquiries, offerors can reach out to Jeremy Taylor at jeremy.g.taylor2.civ@us.navy.mil.
    Evaluation, Overhaul, and New Manufacture of MK-82 and AN/SPS Motors
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Crane Division, is seeking contractors for the evaluation, overhaul, and new manufacture of MK-82 and AN/SPS-49 Direct Current Motors. The procurement aims to secure services for two specific part numbers, emphasizing the need for technical data requirements and configuration management in the overhaul and manufacturing processes. These motors are critical components in naval defense systems, and the contract will be structured as an Indefinite-Delivery-Indefinite Quantity (IDIQ) arrangement, with a minimum contract value of approximately $16.47 million over a five-year period. Interested parties must submit their proposals by the extended deadline of September 26, 2024, and can direct inquiries to Susan Eckerle at susan.k.eckerle.civ@us.navy.mil or by phone at 812-381-7159.
    Engineering Services
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking engineering services for the setup and commissioning of the TeamTec Mk III incinerator and shredder system at the Land-Based Incinerator Test and Training Site (LBITTS) in West Bethesda, Maryland. The procurement aims to ensure the effective operation of the incinerator system, which is critical for compliance with new solid waste discharge regulations affecting Navy operations, and will involve technical support, system inspection, and tuning. This contract will be awarded on a sole source basis to TeamTec AS, the original manufacturer, due to their proprietary rights and specialized expertise necessary for the system's initial operation, with quotes due by 12:00 PM on September 17, 2024. Interested parties can contact Arnel Ngo at arnel.a.ngo.civ@us.navy.mil or by phone at 757-478-2013 for further information.
    Hull, Mechanical, and Electrical Repair/Maintenance IDIQ for the Mid­-Atlantic Regional Maintenance Center
    Active
    Dept Of Defense
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center (MARMC), is soliciting proposals for an Indefinite Delivery Indefinite Quantity Multiple Award Contract (IDIQ-MAC) focused on hull, mechanical, and electrical (HM&E) repair and maintenance for various U.S. Navy vessels. The contract aims to fulfill repair, maintenance, modernization, and sustainment requirements primarily within a 50-mile radius of Naval Station Norfolk, Virginia, with potential tasks extending across the continental United States. This procurement is critical for maintaining the operational readiness of the Navy's fleet and is set aside exclusively for small businesses, with a total contract value projected at approximately $10 million over five years. Interested contractors must submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) by the specified deadlines, and inquiries can be directed to Jake Grady or Donald Bowers via their provided email addresses.
    Maintenance and Repair Services of Class III Training Support Equipment, Dam Neck Annex, Virginia Beach, Virginia
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for maintenance and repair services of Class III Training Support equipment located at Dam Neck Annex in Virginia Beach, Virginia. This procurement aims to ensure the operational readiness and functionality of critical training support equipment in the Hampton Roads Area. The services are vital for maintaining the equipment used in military training exercises, thereby supporting the overall mission of the Navy. Interested contractors should note that the proposal due date has been extended to September 17, 2024, and must acknowledge receipt of Amendment 0002 to avoid rejection of their offers. For further inquiries, contact Christine Briggs at christine.t.liesener.civ@us.navy.mil or LeeArjetta Hamilton at leearjetta.w.hamilton.civ@us.navy.mil.
    Preventative Maintenance, Repair and Alteration of Heating, Ventilation, and Air Conditioning (HVAC) Equipment, Central Chilled Water Plant and Refrigeration Systems components at the Naval Complex, Newport, Rhode Island and Other Areas of Responsibility
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is seeking contractors for a Facility Support, Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on the preventative maintenance, repair, and alteration of Heating, Ventilation, and Air Conditioning (HVAC) equipment, as well as Central Chilled Water Plant and refrigeration systems at the Naval Complex in Newport, Rhode Island. The contractor will be responsible for providing all necessary labor, management, supervision, tools, materials, and equipment to fulfill recurring and non-recurring service requirements, including emergency service orders and a comprehensive Preventative Maintenance Program. This procurement is critical for maintaining operational efficiency and safety at the facility, with a projected yearly contract value of at least $900,000 and a total potential duration of five years, including optional extensions. Interested contractors must register in the System for Award Management (SAM) to submit proposals and receive updates, with the solicitation expected to be posted on SAM.gov around September 26, 2024. For further inquiries, contact Melinda Robinson at melinda.l.robinson@navy.mil or 757-341-0690.
    Boiler & Utilities Maintenance Work
    Active
    Energy, Department Of
    The Department of Energy, through the Argonne National Laboratory, is seeking proposals for Boiler & Utilities Maintenance Work, with a contract duration ranging from a minimum of one year to a maximum of three years. The procurement aims to secure maintenance services for the boilers and utility systems in Building 108, requiring contractors to provide labor, materials, and adhere to specific certifications such as the National Board Inspection Code (NBIC) R-Stamp and ASME stamps. This opportunity is critical for ensuring the operational efficiency and safety of the laboratory's infrastructure. Interested contractors must submit their proposals by September 25, 2024, at 3:00 PM CST, and can direct inquiries to Jenna Doria-Garner at jdoria@anl.gov or by phone at 630-252-6988.
    Cooling Tower and Chiller Maintenance and Eddy Current Testing Services_MCRD Parris Island, South Carolina
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for Cooling Tower and Chiller Maintenance and Eddy Current Testing Services at the Marine Corps Recruit Depot (MCRD) in Parris Island, South Carolina. This procurement involves providing non-personal services essential for maintaining the operational efficiency of cooling systems, which are critical for supporting the East Coast Marine training mission. Interested contractors must adhere to the guidelines outlined in the Request for Proposal (RFP), which includes firm-fixed-price and indefinite quantity services, with proposals due by October 4, 2024. For further inquiries, potential offerors can contact Ms. Ashley Williams at ashley.h.williams8.civ@us.navy.mil or by phone at 843-228-3982.
    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.