Skip to main content

An official website of the United States government

You have 2 new alerts

B-52 Re-Engine Engine Vendor

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: Sources Sought (Updated)
  • Updated Published Date: Sep 28, 2018 01:49 pm EDT
  • Original Published Date: Jun 06, 2018 02:52 pm EDT
  • Updated Response Date:
  • Original Response Date: Jul 06, 2018 02:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date:
  • Original Inactive Date: Oct 06, 2018
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 28 - ENGINES AND TURBINES AND COMPONENT
  • NAICS Code:
    • 336412 - Aircraft Engine and Engine Parts Manufacturing
  • Place of Performance:
    TINKER AFB , OK 73145
    USA

Description

SPECIAL NOTICE:

The U.S. Air Force Life Cycle Management Center, B-1 & B-52 Bomber Division, intends to issue a Request for Prototype Proposals (RPP) for the B-52 Commercial Engine Replacement Program (CERP) under the U.S.A.F. Propulsion Consortium Initiative (PCI) Other Transaction Agreement (OTA).  The purpose of the B-52 CERP is to replace B-52 engines with new commercial engines, to sustain fleet viability through 2050+.

The B-52 CERP intends to conduct a two-step source selection to choose an engine.  In step one, the Government will identify qualified engine vendors and require them to work with the aircraft integration contractor (Boeing) to develop their engine integration approach.  In step two, engine vendors participating in step one will submit proposals for the engines evaluated in step one.  These proposals will be evaluated in a Government-led, best-value source selection, resulting in an engine production contract award.  Only engines that have completed the step one projects will be eligible for the step two competition. 

The projects awarded under the U.S.A.F. PCI OTA constitute step one of the two-step source selection.  Projects will be awarded to consortium teams whose engines meet the Government's selection entry criteria.  As a result, only U.S.A.F. PCI members will be considered.  Potential engine vendors must become U.S.A.F. PCI members to ensure they will receive communications from the consortium and ensure participation in step one.

NOTE:

This Special Notice is for informational purposes only.  Prototype projects will not be awarded in response to this announcement.  The purpose of this announcement is to provide members of the U.S.A.F. PCI, and industry in general, advanced notification of the Government's intent to release an RPP to the PCI membership.  For information on the U.S.A.F PCI and/or how to become a member, please direct questions to:

John Nunziato, Vice President

SOSSEC, Inc.

8 Commerce Drive, Suite 827

Atkinson, NH 03811

Phone: (603) 458-5529

Mobile: (603) 475-3617

Email: jnunziato@sossecinc.com

Additionally, an update to the draft Systems Requirements Document (SRD) is available on request from the contracting officer.  In particular, please note the update to SRD paragraph 3.3.4 regarding the requirement for new, in production engines supportable to 2050+.  To obtain a copy, submit the request and a copy of DD Form 2345 (Militarily Critical Technical Data Agreement) to the contracting officer via email.  If a DD 2345 has been submitted previously, you do not need to resubmit it.

Contact Information

Primary Point of Contact

Secondary Point of Contact

History