Skip to main content

An official website of the United States government

You have 2 new alerts

28--SHAFT,TURBINE,AIRCR, IN REPAIR/MODIFICATION OF

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: Solicitation (Updated)
  • Updated Published Date: Oct 25, 2023 06:40 am EDT
  • Original Published Date: Jun 26, 2023 07:08 am EDT
  • Updated Date Offers Due: Oct 27, 2023 04:30 pm EDT
  • Original Date Offers Due: Jul 24, 2023 04:30 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Nov 11, 2023
  • Original Inactive Date: Aug 08, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 2840 - GAS TURBINES AND JET ENGINES, AIRCRAFT, PRIME MOVING; AND COMPONENTS
  • NAICS Code:
    • 336412 - Aircraft Engine and Engine Parts Manufacturing
  • Place of Performance:

Description

CONTACT INFORMATION|4|N763.05|SE6|2156971303|charles.f.horan4.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8|x|||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Invoice and receiving report combo type|N/A|TBD|N00383|TBD|TBD|See schedule |TBD|||TBD|||||| MONETARY LIMITATION REPAIR PURCHASE ORDERS|1|$6500.00| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUNITY (SEP 2016)|2||| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003)|6|12 months |60 days after discovery of defect||||| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM - BASIC (JAN 23)|3|||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2020)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (DEC 2022))|3|||| BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM (NOV 2014)|1|| ROYALTY INFORMATION (APR 1984)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2023)|13|336412|1500|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||x| THIS REQUEST FOR PROPOSAL/ QUOTE (RFP/Q) IS FOR THE REPAIR OF: SHAFT,TURBINE,AIRCR NSN: 7RE 2840 014733556 XQ QUANTITY: (#) 17 EA IF A FIRM FIXED PRICE (FFP) CANNOT BE DETERMINED, PLEASE INFORM THE PCO. THESE ITEMS REQUIRE GOVERNMENT SOURCE APPROVAL PRIOR TO AWARD. IF YOU ARE NOT AN APPROVED SOURCE, YOU MUST SUBMIT, TOGETHER WITH YOUR PROPOSAL, THEINFORMATION DETAILED IN THE NAVSUP WSS SOURCE APPROVAL BROCHURE WHICH CAN BE OBTAINED ONLINE AT https://www.navsup.navy.mil/public/navsup/wss/business_opps/ UNDER "COMMODITIES." OFFERS RECEIVED WHICH FAIL TO PROVIDE ALL DATA REQUIRED BY THE SOURCE APPROVAL BROCHURE WILL NOT BE CONSIDERED FOR AWARD UNDER THIS SOLICITATION. PLEASE NOTE, IF EVALUATION OF A SOURCE APPROVAL REQUEST SUBMITTED HEREUNDER CANNOT BE PROCESSED IN TIME AND / OR APPROVAL REQUIREMENTSPRECLUDE THE ABILITY TO OBTAIN SUBJECT ITEMS IN TIME TO MEET GOVERNMENT REQUIREMENTS, AWARD OF REQUIREMENT MAY BE CONTINUED BASED ON FLEET SUPPORT NEEDS. 1. SCOPE The contractor shall test and evaluate all units submitted for work. The contractor shall overhaul the units to a ready for issue (RFI) serviceable operating condition. This includes all necessary preparation, fault correction, disassembly, inspection, replacement of parts, adjustment, reassembly, calibration, or tests accomplished in restoring items to serviceable status.In addition the contractor shall disassemble all units sufficient to inspect all the operating components and the basic end article. The contractor shall inspect all components and subassemblies and insure their compliance with the requirements of all drawings, specifications and test procedures and repair/replace/refurbish those failing to meet the limits specified. This includes repair, replacement, or servicing as necessary, followed by reassembly and bench check or flight test. Upon completion of this process, the component or end article will be capable of performing its intended service life or service tour. Component parts and/or subassemblies which fail to meet the limits specified by the drawings and specifications and that can not be repaired shall be scrapped. New replacement parts/subassemblies shall be in accordance with the applicable drawings/specifications. Service changes, bulletins, or modifications except as specified herein shall not be incorporated by the contractor under the contract without prior approval from the PCO. 2. APPLICABLE DOCUMENTS DMWR--1-2840-248-1/-2 (Latest Revision) 3. REQUIREMENTS - NOT APPLICABLE 4. QUALITY ASSURANCE PROVISIONS - NOT APPLICABLE. 5. PACKAGING- MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES Applicable to the current GE BOA Modification to Addendum to FAR 52.212-4 Contract Terms and Conditions (Applicable to attached Navy order) Commercial Items - Repair and Overhaul 1. Paragraph of Addendum to FAR 52.212-4 Contract Terms and Conditions to the applicable GE BOA shall be modified as follows for the attached order: A. The contractor shall meet the following requirements only as specified by the DMWR, by AMCOM Engineering Directives (AEDs), and by NAVAIR Directives including, but not limited to, Power Plant Bulletins (PPBs), Power Plant Changes (PPCs), Interim Rapid Action Changes (IRACS) for Navy T700 component repairs and overhauls: 1) limit (no build limits, life limits, tolerance, dimension, functionality, repair limits); 2) configuration (form, fit, material and part number); and 3) repairs B. Processes and procedures used by GE commercial CT7 repair/overhaul program for performing the identical repairs as specified by the DMWR are also authorized for use provided, (1) the use of such procedures and processes have been reviewed and approved by GE Engineering and (2) no differences in material exist between the T700 and CT7 part being repaired. C. The contractor shall request through the QAR, approval for waivers/deviations from requirements addressed in A and B above. D. The contractor shall maintain material control within the type model series, preventing any mixture of components between Navy T700-401/401C and commercial (CT7) or other customers related engines to the T700. E. Quality Assurance. The contractor shall maintain a quality system that addresses the elements of ISO9001-ANSI/ASQC Q9001, Quality System Model for Quality Assurance in Design/Development, Production, Installation and Servicing. (Reference DCMA et al modification dated 7/26/96). The GE Quality System is certified to ISO9001 by an approved ISO9001 International Registrar. The Government reserves the right to assess GEAE compliance to its documented quality system. The quality system procedures, planning, and all other documentation, media, and data which comprise the quality system shall be made available to the government for their review and use. The acceptance of non-conforming supplies is a prerogative of and shall be as prescribed by the government. The government reserves the right to disapprove the quality system or portions thereof when it fails to meet its intended objectives. F. GEES shall provide in writing a certificate of conformance with each delivery consistent with the contractor's commercial practice. G. The government (DCMA) shall retain the right to review MRB disposition actions. H. GE shall maintain a Configuration Management (CM) System in accordance with GE CM Plan R96AEB101 Sept 18, 1996. Any changes to the CM plan that will change any items configuration will be submitted to the procuring activity for review.

Contact Information

Contracting Office Address

  • PHILADELPHIA 700 ROBBINS AVENUE
  • PHILADELPHIA , PA 19111-5098
  • USA

Primary Point of Contact

Secondary Point of Contact





History