Sources Sought for Lube and Scavenge Test Stand
ID: N6852024RFPREQKN000000176SSType: Sources Sought
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)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Contract Data Requirements List (CDRL) for the Lube and Scavenge Test Stand (UF-15) project managed by the Fleet Readiness Center Southwest (FRCSW). Its primary focus is on the delivery of various data items necessary for the successful calibration, operation, and quality assurance of the test stand. Each item delineates specific requirements for format, frequency, submission details, and distribution statements, emphasizing that deliverables must be non-proprietary and accessible to the government in specified file formats, primarily Microsoft Office and searchable PDF. The CDRL includes a range of data items, such as Instrument Calibration Procedures, Calibration Manuals, Technical Data, Warranty, and Acceptance Test Plans, among others. It establishes clear expectations for the contractor regarding documentation, including that all materials must comply with U.S. Government standards and protocols. The document ensures that essential operational and technical documents are readily available for government and contractor use while also addressing the distribution of sensitive information in compliance with applicable regulations. Furthermore, it mandates a warranty period of twelve months following project acceptance, ensuring accountability and ongoing support post-delivery.
    The Statement of Work (SOW) outlines the specifications for a new Lube and Scavenge Test Stand (LASTS) designed to support the LM2500 engine program at Fleet Readiness Center Southwest in San Diego, CA. It details the requirements for manufacturing, testing, shipping, installation, and training for the LASTS. The document specifies compliance with various safety, environmental, and operational standards set by government entities and industry bodies. The system will include specific components such as a motor with variable speeds, a pump system for testing, and data acquisition capabilities. Key design aspects emphasize safety, accessibility for maintenance, and the absence of hazardous materials. Quality assurance practices are mandated throughout the process, including origin and final inspections, to ensure conformity with the SOW. The contractor is responsible for installation, training of personnel, and providing manuals and documentation upon project completion. A warranty covering parts and labor will be provided for twelve months following acceptance. This initiative reflects the government’s commitment to maintaining high operational standards and safety while enhancing capabilities for engine performance testing.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Navy F-5N/F Adversary Fighter Refrigeration Package Maintenance Test Bench
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Air Division, is seeking qualified businesses to provide a replacement for the GS3142 Refrigeration Package Maintenance Test Bench for the F-5N/F Adversary Fighter. The procurement aims to secure a fixed-priced contract for a test stand capable of simulating on-wing conditions to test and operate the aircraft's refrigeration package, which is critical for the aircraft's environmental control system. The F-5N/F serves as a primary aggressor aircraft for Top Gun training, highlighting the importance of this equipment in maintaining operational readiness. Interested parties must submit an unclassified capabilities statement by 5:00 PM EDT on October 15, 2024, to Lindsay Corken at lindsay.l.corken.civ@us.navy.mil, and should ensure compliance with ITAR regulations if applicable.
    C-40A CFM 56-7B24 Engine Procurement
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is conducting market research to identify potential sources for the procurement of a CFM56-7B24 Enhanced engine and engine stand for the C-40A aircraft. The procurement aims to gather estimated costs and capabilities from interested parties, focusing on engines that meet specific requirements such as 24,200 LB thrust, ETOPS compliance, and zero installed hours. The C-40A, a modified Boeing 737-700C, is crucial for cargo and transport operations within the United States Navy and Marine Corps. Interested vendors must submit a Capability Statement and Rough Order of Magnitude (ROM) by 4:30 PM EST on September 25, 2024, to the designated government contacts, William Yost and Jamie Schoemaker, with all submissions adhering to specified guidelines.
    44--HYDRAULIC TEST
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking to procure hydraulic test supplies under the presolicitation notice titled "44--HYDRAULIC TEST." The procurement involves a quantity of 20 units of National Stock Number (NSN) 7H-4470-014728051-X5, with delivery required to two specified locations in Pennsylvania and California. These supplies are critical for maintaining nuclear reactor systems, and the government intends to negotiate with only one source due to the proprietary nature of the data required for procurement. Interested parties are encouraged to express their interest and capability to meet the requirements within 45 days of the notice, with contact details provided for further inquiries. For more information, potential vendors can reach out to Collin A. Browning at (717) 605-1667 or via email at COLLIN.BROWNING@NAVY.MIL.
    361 TRS Custom F-108 Engine Stands
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of custom F-108 engine stands for the 361 TRS at Sheppard AFB, Texas. This opportunity is a total small business set-aside, requiring contractors to provide detailed specifications and engineering standards as outlined in the attached blueprints and pictures. The engine stands are critical for maintaining operational readiness and safety in military aviation, emphasizing the importance of compliance with federal standards and regulations. Interested vendors must submit their quotes via email by 4:00 PM CST on September 20, 2024, and direct any questions to 2Lt Brooke Hofman or Casey Adams before the deadline for inquiries on September 18, 2024.
    Aircraft Gas Turbine Assembly
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is conducting market research to identify potential manufacturing sources for an Aircraft Gas Turbine Assembly for the T56 engine. The objective is to ascertain the capabilities of interested parties to manufacture, test, preserve, and package the gas turbine assembly, while also managing supply chains and logistics, particularly focusing on whether production can be competitive or set aside for small businesses. This opportunity is crucial for maintaining the operational readiness of military aircraft, and interested companies are encouraged to submit their qualifications, including business size and evidence of OEM licensing, to the primary contact at 430scms.afmc.rfiresponses@us.af.mil. This Sources Sought Synopsis does not constitute a formal solicitation, and no funding is available for this information request.
    RSD Pump
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD) in Lakehurst, New Jersey, is seeking sources for a fixed displacement hydraulic pump, referred to as the RSD Pump. This Request for Information (RFI) aims to gather industry feedback and identify potential vendors capable of supplying a pump that meets specific operational requirements, including an operating speed of 1200 RPM and a rated delivery of 0.5 USGPM at a pressure of 3000 PSIG. The procurement is critical for maintaining the functionality of aircraft hydraulic systems, and interested parties are encouraged to submit their capabilities statements by September 19, 2024, to the primary contact, Zaib Nageeb, at zaib.nageeb.civ@us.navy.mil.
    RAST Pump Refurbishment
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD) in Lakehurst, New Jersey, is seeking sources for the refurbishment of a variable displacement axial piston hydraulic pump. This Request for Information (RFI) aims to gather industry feedback and identify potential vendors capable of meeting the technical specifications for the pump, which is critical for various military applications. Interested parties are encouraged to submit a capabilities statement that demonstrates their ability to fulfill the requirements, with submissions due by 5:30 PM Eastern Standard Time on October 3, 2024. For further inquiries, vendors may contact Zaib Nageeb at zaib.nageeb.civ@us.navy.mil or by phone at 240-587-9805.
    28--ENGINE,DIESEL A, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure a diesel engine (NSN 7R-2815-016040561-SX) for repair or modification purposes. The procurement involves a quantity of one engine, with delivery terms set to FOB Origin, indicating that the seller is responsible for transportation costs until the goods are delivered to the carrier. This diesel engine is critical for various military applications, underscoring the importance of reliable and efficient engine systems in defense operations. Interested parties are encouraged to submit their proposals or capability statements within 45 days of this notice, and they can contact Andrew N. Phillips at (215) 697-5047 or via email at ANDREW.N.PHILLIPS10.CIV@US.NAVY.MIL for further information.
    Sole Source - Jet Fuel Starter (JFS) Test Stand Modification
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is seeking a contractor for the sole-source modification of a Jet Fuel Starter (JFS) Test Stand for the 309th Commodities Maintenance Group at Hill Air Force Base, Utah. The procurement involves providing all necessary labor, materials, and equipment to modify a Fuel Control Unit (FCU) for compatibility with an AAR F-16 JFS test stand, ensuring operational readiness and compliance with military specifications. The selected contractor, AAR Allen Services, Inc., is required to complete the modification within 60 days after receipt of order, with offers due by 1500 MT on 23 September 2024. Interested parties can direct inquiries to Nick Padgett at david.padgett@us.af.mil, and must be registered in the System for Award Management (SAM) to participate.