T55 Engineering Services
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: Oct 13, 2023 11:45 am EDT
- Original Response Date: Oct 30, 2023 09:00 am EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Nov 14, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: R425 - SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL
- NAICS Code:
- 541330 - Engineering Services
- Place of Performance: Corpus Christi , TX 78419USA
Description
DLA proposes to issue a Letter Request for Proposal (RFP) to sole-source Original Equipment Manufacturer (OEM) Honeywell International CAGE 99193 for a non-personal service contract to provide OEM Liaison engineering support for the U.S. Army Aviation and Missile Command, Corpus Christi Army Depot (CCAD) and Combat Capabilities Development Command (CCDC), Systems Readiness Directorate (SRD) for any T55 engine design, overhaul, and maintenance tasks. Honeywell will provide OEM unique T55 engine, systems, and components expertise utilizing on-site Engineering and Reach Back Services to support CCAD production processes as defined in the Performance Work Statement (PWS), except for those items specified as government furnished property and services. Second Source Testing and Equipment Correlation tasks may also be performed. Travel may be required. The place of performance will be Corpus Christi Army Depot, Corpus Christi, TX. The services that will be provided are Knowledge Based Services.
This requirement has been identified as sole source and is planned for solicitation using the authority of FAR 6.302-1 Only one responsible source and no other supplies or services will satisfy agency requirements. The proposed contract will include a one-year base period and two one-year option periods for a total of three years. The contract is planned to be a fixed price requirements type long term contract. Travel, if performed, will be funded on a cost-reimbursable basis. Letters expressing interest in subcontracting provided to the Contracting Officer will be forwarded to the OEM, Honeywell. You may contact the Contracting Officer, Valerie Skeen, at Valerie.Skeen@dla.mil for a copy of the letter RFP if interested.
Attachments/Links
Contact Information
Contracting Office Address
- SMSG AVIATION SUP CH CORPORATE LTC 6090 STRATHMORE ROAD
- RICHMOND , VA 23237
- USA
Primary Point of Contact
- Valerie Skeen
- valerie.skeen@dla.mil
- Phone Number 8042796834
Secondary Point of Contact
History
- Nov 14, 2023 11:55 pm ESTPresolicitation (Original)