Ohio Bids > Bid Detail

F404-103 Engine Procurement, Technical Data & Engineering Support for T-7A Program

Agency:
Level of Government: Federal
Category:
  • 28 - Engines, Turbines, and Components
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159688446233087
Posted Date: Feb 29, 2024
Due Date: Mar 22, 2024
Source: https://sam.gov/opp/468e24896b...
Follow
F404-103 Engine Procurement, Technical Data & Engineering Support for T-7A Program
Active
Contract Opportunity
Notice ID
FA8617-24-R-XXXX
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE MATERIEL COMMAND
Sub Command
AIR FORCE LIFE CYCLE MANAGEMENT CENTER
Sub Command 2
MOBILITY AIRCRAFT
Office
FA8617 AFLCMC WLDI/WLZ TRNG AIRCRFT
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Feb 29, 2024 02:48 pm EST
  • Original Published Date: Feb 22, 2024 03:50 pm EST
  • Updated Response Date: Mar 22, 2024 05:00 pm EDT
  • Original Response Date: Mar 22, 2024 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Apr 06, 2024
  • Original Inactive Date: Apr 06, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 336412 - Aircraft Engine and Engine Parts Manufacturing
  • Place of Performance:
    Wright Patterson AFB , OH
    USA
Description

Section 1: Overview/ Description



The T-7 Red Hawk Division (WLZ) at the Air Force Life Cycle Management Center (AFLCMC), is conducting market research to identify, as potential sources, companies who may possess the expertise, capabilities, and experience to respond to the requirements listed in this document. AFLCMC/WLZ is issuing this Request for Information (RFI) to explore technically sound and economical non-developmental solutions which can provide and maintain: the F404-103 production engines for the T-7 aircraft, the engineering support for the engines, and the relevant technical data to allow the Government to conduct Organization, Intermediate & Depot (O, I & D) level maintenance on the engines.



Section 1.1: Purpose



THIS IS A REQUEST FOR INFORMATION ONLY. This RFI is issued solely for information and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. As stipulated in FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. This RFI does not commit the Government to contract for any supply or service whatsoever. Furthermore, the Government is not seeking proposals at this time and will not accept unsolicited proposals. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party's expense. Not responding to this RFI does not preclude participation in any future RFP, if issued. If a solicitation is released, it will be synopsized on the Sam.gov website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.



The Government requests that non-proprietary information be submitted in response to this RFI. However, should proprietary information be submitted, it should be marked PROPRIETARY and will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Proprietary information or trade secrets should be clearly identified.



Section 1.2: RFI Timeline



The sources sought posting will be active for 30 days. All responses shall be submitted to the Primary POC via email by:



22 March 2024 by 5:00 PM EST



Section 1.3: Future Communications



The government anticipates there may be follow-up questions and/or new questions not included in this RFI. Future requests for information or other government communications regarding the anticipated effort will be posted to SAM.gov. The government also reserves the right to interact with industry respondents via telecom after receipt of the initial RFI responses to further conduct additional market research regarding this potential effort. Failure to respond to this RFI does not preclude a vendor from participating in any future postings for this anticipated effort.





Section 2: Background Information



AFLCMC/WLZ is issuing this RFI to explore technically sound and economical non-developmental solutions which can provide and maintain the F404-103 production engines for the T-7 aircraft, the engineering support for the engines, and the relevant technical data to allow the Government to conduct O, I & D-Level maintenance on the engines.



The Government intends to procure the F404-103 engines in quantities ranging from 30-60 engines per fiscal year and including shipping to St. Louis, MO, the shipping containers, and other associated costs. The Government will not be providing any technical data, special tooling, or support equipment for this requirement. The Government requests vendors provide: engines, shipping, shipping containers, special tooling, support equipment, technical data, and associated costs. Respondents are encouraged to offer creative, economical alternatives for purchasing technical data, such as subscription-based solutions.



The engineering support requirement includes recommending and providing training to the Government maintenance workforce on the standard maintenance of the engines. The contractor shall also provide reach back support for maintenance and repair beyond the standard maintenance. The Contractor shall be capable of conducting studies regarding the engines and providing recommended courses of action to the Government in planning for future needs, such as potential technical upgrades and assisting the Government in planning for depot standup.



Section 2.1: Objectives



USAF is seeking lead time, methods, schedules, and high fidelity cost estimates associated with procuring and managing the F404-103 engine, engineering support and technical data package information for depot standup and associated engine management.



Respondents must be capable of provide the following, at a minimum:




  • A minimum of thirty (30) F404-103 engines per fiscal year

  • Technical data to support organic Government sustainment for O, I & D Level maintenance activities

  • Engineering support to supplement the Government O, I & D Level maintenance activities

  • Studies to support future Government efforts such as depot standup





Section 3: Submission of Responses



Interested sources that currently possess the ability to meet all the requirements and conditions outlined above must clearly demonstrate their qualifications, capability, and expertise in their response to this RFI.



At a minimum, respondents shall fill out the attached worksheet included in the attachments section of this RFI and send the information via email to the Primary POC, listed below, using the following title "Request For Information – T-7 Engine Procurement” in the subject line of the email. The combined size of files shall not exceed 5MB.



Questions regarding this RFI shall be submitted by email to the Primary POC, listed below. Phone calls will not be accepted. The government does not guarantee that questions received after the closing date will be answered.



All responses shall be unclassified. If submitted, all proprietary and restricted information shall be clearly marked. The Government will NOT be responsible for any proprietary information not clearly marked.



Responses from small and disadvantaged business is highly encouraged. The applicable NAICS is 336412 with a 1,500-employee size standard.



Responses to this notice will be used as part of the market research to potentially develop the acquisition strategy that satisfies this requirement. The Government has not formalized an acquisition strategy for this requirement. There is no solicitation and there is no other information available at this time.



Section 3.1: Attachments



See Below: Attachment 1 – RFI Worksheet (Fill out all tabs)


Attachments/Links
Contact Information
Contracting Office Address
  • CP 937 656 5842 1970 MONAHAN WAY BLDG 11A
  • WRIGHT PATTERSON AFB , OH 45433-7211
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >