N64498-26-RFPREQ-PD-42-0065
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Naval Surface Warfare Center, Philadelphia Division (NSWCPD) is conducting market research through this Request for Information (RFI) to identify sources capable of providing depot-level repairs and upgrades for LM2500 Gas Turbine engine components. This includes Titanium Compressor Stator Cases, Steel Compressor Stator Cases, Compressor Rear Frames, and Power Turbine Stator Cases. The goal is to address obsolescence and ensure components are upgraded to the latest configuration (7LM2500-PF-MLG34). Responses are due by April 15, 2026, 06:00 PM EST.
Scope of Work
The contractor shall provide non-personal services for comprehensive repair and upgrade, including incoming assessment, cleaning, stripping, repairs to worn/cracked areas, implementation of upgrade components, application of protective coatings, and final inspections. All work will be performed at the vendor's facility, with the contractor responsible for shipping assemblies. Government-furnished material (GFM) will be provided for repair.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: None
- Response Due: April 15, 2026, 06:00 PM EST
- Published: April 9, 2026
- Product/Service Code: J028 (Maintenance, Repair And Rebuilding Of Equipment: Engines, Turbines, And Components)
- Place of Performance: Vendor's facility (Philadelphia, PA area indicated for NSWCPD)
Vendor Submission Requirements
Interested vendors must submit capability statements detailing their ability to meet NSWCPD's needs. Submissions should include:
- Brochures, literature, and service information.
- Company details: name, address, phone, contact(s), email, all applicable NAICS codes, business size, socioeconomics (e.g., woman-owned, SDVOSB, HUBZone, 8(a)), and DUNS Number.
- Current products that meet Statement of Work (SOW) requirements.
- Typical delivery timeframes and capabilities.
- Location/site of manufacturing facilities.
- Written evidence of General Electric Aircraft Engine certified repair activity.
Responses are limited to ten pages and must be unclassified, electronic submissions sent via email to jenny.e.tomeo.civ@us.navy.mil with "N64498-26-RFPREQ-PD-42-0065" in the subject line. No phone calls will be accepted.
Performance Standards & Special Requirements
- Repairs and upgrades must adhere to specific General Electric (GE) repair manuals (GEK 99418, GEK 50336, GEK 9250).
- The contractor must be a GE-certified repair activity for the specified components.
- Specialized capabilities, including machining, advanced welding (electron beam), and thermal spray applications, are required.
- All work requires review and approval by NSWCPD Code 424 and the Contracting Officer.
- Required reports include Disassembly and Inspection, Monthly Status, Final Overhaul, and GFM Inventory Reports.
- Security clearances may be required for contractor personnel.
Additional Notes
This RFI is for market research and planning purposes only and does not constitute a Request for Proposal or a commitment by the Government. The Government will not pay for any information received, and proprietary information must be clearly marked.