LCS-2 Main GT Control Control System and Governor
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
- Contract Opportunity Type: Presolicitation (Original)
- Original Published Date: Jul 06, 2022 05:25 pm EDT
- Original Response Date: Jul 15, 2022 07:00 am EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance:
Description
Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF), Hawaii Regional Maintenance Center (HRMC), intends to solicit and negotiate an award to a sole source single award Indefinite Delivery Indefinite (IDIQ) contract under the authority of FAR 6.302-1 only one responsible source and no other supplies and services will satisfy agency requirements.
This requirement to procure the Original Equipment Manufacturer (OEM), Woodward, Inc. is to provide global engineering/technical support, emergent repairs, materials and training on the Littoral Combat Ship (LCS) Independence Variant ships’ related to the LM2500 Main Gas Turbine Control Systems and Governors. The support is to include but not limited to CONUS and OCONUS engineering/technical assistance, emergent repairs, material, and training. The LM2500 Main GT Control Systems and Governors (LM2500) are mission critical systems that are essential to the main propulsion engine of the LCS-2 Independence Variant ships. Without these systems operating properly, these ships will not be available for deployment. The period of performance shall consists of a five (5) year ordering period.
The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 336611 – Ship building and repair. The Product Service Code is J020 – Maintenance/Repair/Rebuild of Equipment-Ship and Marine Equipment.
The synopsis serves as the presolicitation synopsis required by FAR 5.2 as an intention to solicit and negotiate a sole source contract. THIS PRE-SOLICITATION NOTICE IS NOT A REQUEST FOR QUOTE. The Government is not obligated to and will not pay for any information received from potential sources as a result of the synopsis. The synopsis is for administrative purposes only. It does not constitute a solicitation for bid or quotes, and should not be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract.
Attachments/Links
Contact Information
Primary Point of Contact
- Evangeline Calaustro
- evangeline.calaustro@navy.mil
- Phone Number 8084738000x6572
Secondary Point of Contact
- Ronnie Roscoe
- Ronnie.roscoe@navy.mil
- Phone Number 8084738000x2576