T56 Series 3.0/-15 and 3.5/-15A Request for Information (RFI) Best Estimated Quantities (BEQs), Government Furnished Material (GFM), and Source Approval Requests (SARs

Agency: DEPT OF DEFENSE
State: Federal
Type of Government: Federal
FSC Category:
  • 28 - Engines, Turbines, and Components
NAICS Category:
  • 336412 - Aircraft Engine and Engine Parts Manufacturing
Posted Date: Mar 29, 2024
Due Date: May 1, 2024
Solicitation No: FA812125T56_RFI
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
T56 Series 3.0/-15 and 3.5/-15A Request for Information (RFI) Best Estimated Quantities (BEQs), Government Furnished Material (GFM), and Source Approval Requests (SARs
Active
Contract Opportunity
Notice ID
FA812125T56_RFI
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE MATERIEL COMMAND
Sub Command
AIR FORCE SUSTAINMENT CENTER
Office
FA8121 AFSC PZAAA
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 (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 29, 2024 03:38 pm CDT
  • Original Response Date: May 01, 2024 05:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 16, 2024
  • 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

This RFI is a follow-up to original SAM.GOV solicitation number: FA812125T56 posted 17 May 2023





This is a Request for Information (RFI) only, which, as part of market research, is being issued in accordance with (IAW) Federal Acquisition Regulation (FAR) subpart 15.201(e). This is not a solicitation/request for proposal and no contract shall be resultant from this synopsis. The 421st Supply Chain Management Squadron (421 SCMS) located at Tinker AFB, OK is seeking to identify potential vendors and gain market insight for future T56 module and component depot-maintenance requirements across CY26-36 for both T56 Series 3.0/-15 and 3.5/-15A configurations. T56 workload processes include manufacture/repair/overhaul, logistics, and supply chain management support for United States Air Force (USAF), Navy (USN), and Foreign Military Sales (FMS).







Description of services –



The Rolls Royce T56 engine is a single spool, constant speed (rpm), gas turbine power section connected to a reduction gear assembly by a torque meter shaft and a supporting structure. The Air Force Program Management Office (PMO) is located at Tinker AFB. Air Mobility Command is the lead Major Command (MAJCOM) while two other MAJCOMs also fly the T56 engine. T56 engines are inspected and repaired at various intermediate and organizational level facilities throughout the world. Depot-maintenance level workload scope includes the technical, logistics management, and overhaul and repair requirements for the return of unserviceable T56 Series 3.0 and 3.5 whole engines with Quick Engine Change Kits (QECKs), module and components to a serviceable condition utilizing applicable Government T56 Technical Orders.



A listing of anticipated Best Estimated Quantities (BEQs) is provided at Attachment 1 to this RFI to obtain contractor responses regarding the RFI questions outlined in later paragraphs below. BEQs are not guaranteed quantities for repair but are merely the best estimated quantities forecasted at time of RFI. Quantities may increase and / or decrease over time. Additionally, a listing of USAF anticipated Government Furnished Materiel (GFM) on Attachment 2 to this RFI to considered when reviewing CLINs. At this time all Navy and FMS CLINs will be supported via CFM, except for the USAF and items listed in Attachment 2; if in the process of Job Routed repair, these items cannot be repaired and are beyond tech data limits and Material Review Board (MRB), these parts will be provided to the contractor at no cost.





It is the USAF’s intent to establish Single Award Competitive FAR 15 ID/IQ contract for the proposed BEQs workload items.





All responsible sources interested must be either a Rolls-Royce Authorized Military Overhaul Facility (AMOF) or Rolls-Royce Authorized Maintenance Center (AMC) in providing services for this requirement are requested to provide a written summary of information concerning their technical certifications, capabilities, experience (current services or contracts – to include points of contact and telephone numbers) and corporate background. Interested parties should provide a description of potential approaches for Government review no later than COB, 01 May 2024. NO telephone calls will be accepted. Information provided per this synopsis must indicate in writing, whether they are a large, small, disadvantaged, or a woman owned business. This acquisition will fall under NAICS 336412 and its applicable size standard of 1,500 employees or less for small business designation. The PSC code for these requirements is J028. Responses shall be limited to 20 pages or less and a typographical font of Arial or Times New Roman size 12. All responses and questions should be forwarded to the attention of the Contracting Officer, Ms. Treva Billinger, AFSC/PZAA, Tinker AFB, OK 73145 via email to: treva.billinger@us.af.mil. If your company has already responded to initial RFI, FA812125T56 posted 17 May 2023, you need not submit your entire information/capabilities packages again, but pay special attention to the SAR qualification requirements below.









Any information submitted by respondents to this RFI is strictly voluntary. This RFI does not constitute a Request For Proposal (RFP) or an Invitation for Bids, nor does its issuance restrict the Government’s ultimate acquisition approach. The Government will not award a contract solely on the basis of this notice, nor pay for any information that is submitted by respondents to this RFI.







Source Approval Requests (SARs): In order to be eligible for contract award, vendors must submit SAR packages IAW Repair Qualification Requirements (RQRs) posted on SAM.GOV and be approved prior to contract award (currently targeted for Nov 2025). SAR packages should be submitted to the Tinker AFB Small Business Office AFSC/SB to Ms. Stacy Cochran at email: stacy.cochran@us.af.mil Please respond to the following questions regarding SARs:






  1. Are you aware a SAR package approval is required for 4 separate packages: Quick Engine Change (QEC), Power Section, Torque Meter, and Reduction Gear Box, to be eligible for contract award?

  2. If you have not submitted a SAR package for each of the required efforts, do you intend to submit SAR packages?

  3. If you have approvals for some of the efforts, but have not submitted the QEC SAR, does your company intend to submit the QEC package for approval? QEC is managed separately by the C-130 Systems Program Office (SPO) located at Robins AFB, GA.

  4. Does your company have any concerns or questions regarding SAR package requirements or approval process?

  5. Note: An approved SAR package for one of the four major modules listed above constitutes approval of all the indentured parts to that major module. For example: an approved power section would also mean approval of turbine and compressor modules, accessories like fuel controls, fuel nozzles, CC liners, etc.











Attachment 1 – JFOC Projected T56 Best Estimated Quantities (BEQs) CY 26-36





Attachment 2 – GFM USAF Table of Allowance (ToA)






Attachments/Links
Contact Information
Contracting Office Address
  • CP 405 739 4106 3001 STAFF DR STE 1AF198C
  • TINKER AFB , OK 73145-3303
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 29, 2024 03:38 pm CDTSources Sought (Original)

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Follow FD2030-24-00074 Active Contract Opportunity Notice ID FD2030-24-00074 Related Notice Department/Ind. Agency DEPT

Federal Agency

Bid Due: 11/08/2024

Follow FD2030-24-00073 Active Contract Opportunity Notice ID FD2030-24-00073 Related Notice Department/Ind. Agency DEPT

Federal Agency

Bid Due: 11/17/2024

Follow FD2030-24-00127 Active Contract Opportunity Notice ID FD2030-24-00127 Related Notice Department/Ind. Agency DEPT

Federal Agency

Bid Due: 11/21/2024

Follow FD2030-24-00630 Active Contract Opportunity Notice ID FD2030-24-00630 Related Notice Department/Ind. Agency DEPT

Federal Agency

Bid Due: 12/05/2024