NOAA/OMAO - Rolls Royce Aircraft Engine Maintenance Support Services
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 National Oceanic and Atmospheric Administration (NOAA), under the Department of Commerce, is conducting market research through a Sources Sought Notice for Rolls Royce Aircraft Engine Maintenance Support Services. This effort seeks to identify vendors capable of providing the Rolls Royce Enhanced Corporate Care program for BR710 engines and nacelles on two Gulfstream 550 (G550) aircraft (AC 5608 and AC 5538). Responses are due by March 10, 2026, at 10:00 a.m. ET.
Scope of Work
Vendors must demonstrate capabilities to provide the Rolls Royce Enhanced Corporate Care sustainment program, which includes:
- Highest priority response for Aircraft on Ground (AOG) case resolution.
- Quick spares replacement and priority access to loaner BR710 engines & nacelle units.
- Engine Health Trend Monitoring.
- Coverage of engine and nacelle transportation fees, labor, and lubricant costs.
- Unlimited corrosion coverage of all engine & nacelle hardware.
- Technical/Engineering Troubleshooting Support, including troubleshooting labor expenses.
- Technical Variance and AOG Mobile Repair Team Travel & Logistics charges at no additional cost.
- Recommended Service Bulletin Incorporation (parts and labor).
Vendors must also provide proof of authorization from Rolls Royce (OEM) to perform these services.
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: None specified (market research to determine potential set-asides)
- Response Due: March 10, 2026, by 10:00 a.m. ET
- Published: February 27, 2026
- Place of Performance: Lakeland, FL
Submission & Evaluation
Responses are limited to 10 pages and should be a statement of capabilities, not a brochure. Submissions should include company name, address, UEI, NAICS Code, business size, applicable GSA Federal Supply Schedules (FSS) and SINs, and SBA certified small business status/socio-economic status (if applicable).
Responses must be submitted to Jennifer Peters (jennifer.peters@noaa.gov) and Jana Kolb (Jana.Kolb@noaa.gov). Questions should be directed to Jennifer Peters.
Additional Notes
This is a Sources Sought Notice for market research purposes only and is not a Request for Proposal. The Government will not pay for information requested or costs incurred. Proprietary information should be marked appropriately. Interested firms for subcontracting should contact potential prime contractors directly.