

T56-A-15 to T56-A-15A Conversion Engineering Change Proposal
Process Number N00019-22-RFPREQ-APM207-0311

Dates:
N00019-22-RFPREQ-APM207-0311
Department/Ind. Agency:DEPT OF DEFENSE
Sub-tier:DEPT OF DEFENSE
Sub Command:NAVAL AIR SYSTEMS COMMAND
Office:NAVAL AIR SYSTEMS COMMAND
General Information:
(utc-05:00) eastern standard time, new york, usa
Updated Published Date:(utc-05:00) eastern standard time, new york, usa
Original Published Date:0000-00-00 00:00:00
Original Response Date:nov 30, 2021 04:30 pm est
Inactive Policy:15 days after response date
Original Inactive Date:dec 15, 2021
Initiative:- None***--***
Classification:
r425 - support- professional: engineering/technical
NAICS Code:336412 - aircraft engine and engine parts manufacturing
Description:
The Naval Air Systems Command (NAVAIR) intends to award a Firm Fixed Price (FFP) order under Basic Ordering Agreement (BOA) N0001918G0025 to Rolls Royce North America Technologies Inc. (RR) for an Engineering Change Proposal (ECP) and substantiation documentation to convert T56-A-16 to the T-56-A-16A engine design configuration (Series (S) 3.5). The S3.5 design change consists of a kit of upgraded components within the power section, to include compressor blades, turbine wheels, and turbine blades/vanes/shrouds. The S3.5 engine is currently installed on the United States Air Force (USAF) and the National Oceanic and Atmospheric Administration (NOAA) T56-A-14A engines. This effort also consists of providing validation and verification documentation/data, configuration management requirements and support of the T56-A-16A configuration, evaluating and revising supporting documentation created for the T56-A-16A engine, and creating unique supporting documentation as required for the T56-A-16 upgrade. The projected period of performance for this action will be 12 months, with an estimated start date of March 2022. This action is intended to be awarded on a sole source basis to Rolls Royce as permitted by FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements, authorized by Title 10, U.S.C.2304 (c)(1) for other than full and open competition. Rolls Royce is the sole designer, developer, systems integrator, and manufacturer of the T56 Series 3.5 aircraft and is the only source with the requisite knowledge and skilled personnel, facilities, manufacturing tooling, test equipment, experience, and technical data necessary to provide the required supplies and services. Note: This notice of intent is not a request for competitive proposals. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. The Government does not intend to fund the development or qualification of other sources for fulfilling this requirement, as production for the supplies listed requires a substantial initial investment or an extended period of preparation for manufacture. However, the Government may consider all proposals received within thirty days after the publication of this synopsis. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Questions concerning subcontracting opportunities should be directed to Rolls Royce North America Technologies, P.O. Box 7162, Mail Code X12, Indianapolis IN 46206.
Attachments / Links:
Document | Size | Updated date | Download |
---|
Contact Information:
NAVAL AIR SYSTEMS CMD HEADQUARTERS NAVAL AIR STATION
PATUXENT RIVER , MD 20670-5000
USA
Primary Point of Contacts:David Fuchsluger
Secondary Point of Contact:Margo B. O'Rear