Closed Solicitation · DEPT OF DEFENSE
AI Summary
The Department of Defense is seeking information for a Propulsion and Power Component Improvement Program for the Rolls Royce F405 engine. This Sources Sought notice aims to identify potential firms for a follow-on Basic Ordering Agreement to provide engineering services and support, with a performance period from September 2025 to October 2030.
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
INTRODUCTION & PROGRAM BACKGROUND
The Naval Air Warfare Center - Aircraft Division (NAWCAD) Procurement Group, Patuxent River, MD in support of NAVAIR Propulsion and Power Research and Engineering Department, announces its intention to award a sole source Basic Ordering Agreement (BOA) for basis engineering services and support to perform a Propulsion and Power (P&P) Component Improvement Program (CIP) for the Rolls Royce (RR) F405 engine. The F405 engine powers the Boeing T-45A/C aircraft and is manufactured by Rolls Royce plc, Bristol, UK. The P&P CIP shall be directed towards maintaining, restoring, and improving operational systems effectiveness and reducing Operations and Support (O&S) costs.
NAWCAD awarded the current BOA, N0042119G0002 for F405 Engine CIP services to Rolls Royce Military Aero Engines LTD on 02 July 2019, encompassing an Ordering Agreement Period from 02 July 2019 to 01 July 2024. NAWCAD intends to award a follow-on BOA to provide an additional five-year agreement period with a start date of 30 September 2025 through 01 October 2030. The Government intends to award task/delivery orders against the resulting BOA under the authority of 10 U.S.C 3204(a)(1) as implemented by Federal Acquisition Regulation (FAR) 6.302-1. Only one responsible source and no other supplies or services will satisfy agency requirements.
This Market Research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of solicitations (To be determined at the order level). The results of the Sources Sought will be utilized to determine if any Small Business opportunity exist for the sole source procurement for the award of this BOA.
The follow document is attached to this Sources Sought Notice:
REQUIRED CAPABILITIES
The Contractor shall provide engineering services and support to perform a Propulsion and Power (P&P) Component Improvement Program (CIP) for the Rolls Royce (RR) F405 engine. The F405 engine powers the Boeing T-45 A/C aircraft and is manufactured by Rolls Royce Defense Aerospace (RRDA), Bristol, UK. The P&P CIP shall be directed towards maintaining, restoring, and improving operational systems effectiveness and reducing Operations and Support (O&S) costs. P&P CIP efforts shall consist of the following work description for the engine models listed in Table 1.
As investigations are conducted as part of this contract, the Contractor shall state all applicable engine model specification requirements not met by the configuration under investigation and develop corrective action(s) meeting or exceeding engine specification and current P&P CIP contract requirements.
Table 1. Engine Model and Specification
F405 Engine Engine Development Model Specifications
F405-RR-401 MSP-107 (Current Rev: 3, Dated 15 AUG 1996)
ELIGIBILITY
The Product Service Code for this requirement is 2840 Gas Turbines and Jet engines, Aircraft, Prime Moving; and Components. The North American Industry Classification System Code (NAICS) is 336412 Aircraft Engine and Engine Parts Manufacturing. All eligible parties are encouraged to respond.
ANTICIPATED PERIOD OF PERFORMANCE
The resultant BOA will consist of a five (5) Year Ordering Agreement Period expected to start 30 September 2025 through 01 October 2030. Subsequent period of performance for the orders will be determined at the individual task / delivery order level.
ANTICIPATED CONTRACT TYPE
The contract type is anticipated to be performance based (Firm Fixed Price) and non-performance based (Cost Plus fixed Fee (CPFF)) with Cost-type Other Direct Costs (ODCs) line items.
SUBMITTAL INFORMATION
PROPULSION AND POWER (P&P) COMPONENT IMPROVEMENT PROGRAM (CIP) FOR F405 ENGINES is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.