Turbine Nozzle Assembly (1R)
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.
SYNOPSIS - T56 Nozzle Assembly, Tur (AMC 1R)
•1. Estimated solicitation issue date 4 Feb 18 and estimated closing/response date 4 Mar 19.
•2. RFP #: SPRTA1-19-R-0169
•3. PR#: FD2030-19-00144 and FD2030-19-31531
•4. Nomenclature/Noun: Nozzle Assembly, Tur
•5. NSN: 2840-01-369-2119 OJ
•6. PN: 23009375
•7. Application (Engine): T56
•8. AMC: 1R
•9. History: SPRTA118P0181 awarded to Pacific Sky on 22 Aug 2018.
Description: Directs gases onto the turbine blades.
0001AA: FA (Government Testing Expended)- 1 each
0001AB: FA (Government Testing Non-Expended)-2 each
0001AC: Quantity range: 6-46 (Production Units FA required)
0001AD: Quantity range: 8-48 (Production Units FA not required)
Requested Delivery Schedule for FA units: 180 Days ARO Contract
Requested Delivery Schedule for Production Units: 8/month beginning 90 calendar days after receipt of contract.
Ship To: SW3211, Tinker AFB, OK. 73145-8000
0002: Quantity 91 (Production Units)-Ship To: SW3122 (Navy), Jacksonville, FL 32212-0103
•10. Qualification Requirements are applicable
•11. Export Control is not applicable
Mandatory Language: Electronic procedures will be used for this solicitation. No telephone requests. Only written or faxed requests received directly from the requestors are acceptable. The purposed contract action is for supplies for which the Government intends to solicit and compete with only a limited number of sources under the authority of FAR 6.302. Pacific Sky (CAGE Code 66905) and Rolls-Royce (CAGE Code 63005) are the only known sources that can satisfy the Government requirements. 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.
Note: An Ombudsman has been appointed to hear concerns from Offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 734-8241. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
Based upon market research, the Government is using the policies contained in Far Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services.
The solicitation will be available for download on the release date from www.fedbizops.gov. No telephone requests. Questions concerning this synopsis or subsequent solicitation can be directed to Breann Irving at (405) 855-3522 or email breann.irving@us.af.mil. Note: Faxed solicitation requests can be submitted to DLA Aviation-AOAB, Tinker AFB, OK 73145, FAX NUMBER (405) 739-4237.