General Electric Company (GE) Basic Ordering Agreement (BOA)

Agency: DEPT OF DEFENSE
State: Maryland
Level of Government: Federal
Category:
  • 28 - Engines, Turbines, and Components
Opps ID: NBD00159849909428164
Posted Date: Mar 20, 2024
Due Date: Apr 20, 2024
Solicitation No: N00019-24-RFPREQ-APM274-0030
Source: Members Only
Follow
General Electric Company (GE) Basic Ordering Agreement (BOA)
Active
Contract Opportunity
Notice ID
N00019-24-RFPREQ-APM274-0030
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR HQS
Office
NAVAL AIR SYSTEMS COMMAND
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 20, 2024 07:23 am EDT
  • Original Response Date: Apr 20, 2024 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 05, 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:
    MD
    USA
Description

INTRODUCTION



The Naval Air Systems Command (NAVAIR) intends to issue a Federal Acquisition Regulation (FAR) Part 12 Basic Ordering Agreement (BOA) with General Electric Company, GE Aviation (GE), under the authority of 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, for the procurement of spare engines, engine components, and technical support.



DISCLAIMER



THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. IT IS A MARKET RESEARCH TOOL BEING USED TO DETERMINE POTENTIAL AND ELIGIBLE BUSINESSES CAPABLE OF PROVIDING THE SUPPLIES/SERVICES DESCRIBED HEREIN, PRIOR TO DETERMINING THE METHOD OF ACQUISITION AND ISSUANCE OF A REQUEST FOR PROPOSAL. THIS IS NOT A REQUEST FOR PROPOSALS. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. THE GOVERNMENT IS NOT COMMITTED NOR OBLIGATED TO PAY FOR THE INFORMATION PROVIDED, AND NO BASIS FOR CLAIMS AGAINST THE GOVERNMENT SHALL ARISE AS A RESULT OF A RESPONSE TO THIS SOURCES SOUGHT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT IS STRICTLY VOLUNTARY.



ANTICIPATED CONTRACT INFORMATION




  1. Anticipated Contract Type: Basic Ordering Agreement with fixed price type contract line item numbers (CLINs) for individual orders.

  2. Anticipated Award Date: 3rdQTR FY25

  3. Anticipated Period of Performance: Five (5) years

  4. DPAS Priority Rating: DX



REQUIRED CAPABILITIES



The requirements under this effort are to provide products and services from GE to include procurement of spare engines; program management; engineering; logistics; development; product support data; parts, components and equipment; repair of repairables; obsolescence management; training; and field services in support of the Presidential Helicopters Program.



The VH-92A is powered by the GE CT7 turboshaft engine. GE, as the Original Equipment Manufacturer (OEM) of the CT7 engine, is the only source with the design expertise, technical data, equipment, and subject matter experts that can provide in-depth engineering, and logistics support for the GE CT7. No other companies possess all the required data and expertise on this equipment.



ELIGIBILITY



The Government is considering the following North American Industry Classification (NAICS) codes for this requirement is 336412 Aircraft Engine and Engine Parts Manufacturing. The anticipated Product Service Codes (PSC) is 2840 Gas Turbines and Jet Engines, Aircraft Prime Moving, and Components. All businesses, regardless of size, are eligible to reply to this request.



SUBMISSION INFORMATION



It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single-spaced, 12 point font minimum) demonstrating ability to perform the tasking listed under the required capabilities. This documentation must address at a minimum the following:




  1. Company Name; Company Address; CAGE Code, Company Business Size, and Point-of-Contact (POC) name, phone number, fax number, and e-mail address.

  2. Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status and socio-economic set-aside status, if applicable. If you are a small business, provide an explanation of your company’s ability to perform at least 50% of the tasking described in required capabilities, either individually or along with any combination of small businesses.

  3. Prior/current corporate experience performing efforts of similar size and scope to the tasking described under Required Capabilities Section within the last three (3) years, including contract numbers, indication of whether as a prime or a subcontractor, contract values, Government point of contract with current telephone number, and a brief description of how the referenced contract relates to the proposed required capabilities and scope of performance.

  4. What specific technical skills does your company possess which ensures capability to perform the tasks?

  5. Company’s experience to operate a closed-loop supply chain system, meet 100% readiness, while complying with Level III Restricted area security measures for the protection of the VH program, have personnel to support Secret, Sensitive Compartmented Information (SCI), Top Secret, and Yankee White access.



Interested parties are advised against submitting a Capability Statement that merely mimics information in this Notice, provides brochure-like information, or provides general information. Acknowledgement of receipt will be provided. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR 15.207.



Responses to this Sources Sought, including any capabilities statement, shall be electronically submitted via email to Brittany Reynolds at brittany.s.reynolds3.civ@us.navy.mil, in either Microsoft Word or Portable Document Format (PDF). The deadline for response to this request is 4:00 p.m., Eastern Standard Time, 20 April 2024.



All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be protected. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. No phone calls will be accepted.



All questions must be submitted via e-mail. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to these Sources Sought.


Attachments/Links
Contact Information
Contracting Office Address
  • NAVAL AIR SYSTEMS CMD HEADQUARTERS NAVAL AIR STATION
  • PATUXENT RIVER , MD 20670-5000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 20, 2024 07:23 am EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >