The RFP Database
New business relationships start here

LPC 2nd & 3rd Stage Vanes


North Carolina, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

THIS IS A SOURCES SOUGHT NOTICE ONLY. It is NOT a request for competitive quotations and in no way obligates the Government to award any contract/purchase order.

The Fleet Readiness Center (FRC) East, MCAS Cherry Point, NC has a requirement to establish a contract for the remanufacture (modification and rework) of Low Pressure Compressor (LPC) 2nd and 3rd stage vanes, and application of hard face coating (LW-1N40) to the inner platform side faces, as required for the F402-RR-408B engine program for a period of twelve (12) months.


At this time PAS Technologies, Inc., 1234 Atlantic Street, North Kansas City, MO 64116-4142, (Cage Code: 4GMJ6) is the only known source capable of providing the required modification and rework process as PAS Technologies, Inc. is the only company known to be approved and authorized by Rolls Royce, the engine manufacturer, to perform this remanufacturing process. This includes a proprietary coating process, LW-1N40 flame spray, which must be performed in accordance with the AYC 1378, ECP 3852-R1. PAS Technologies, Inc. has proprietary data rights to this coating and all procedures associated with the modification and rework processes.


The purpose of this notice to determine whether there are other sources capable of providing the remanufacture process. Interested parties may identify their interest and submit a capability statement in response to this notice to the points of contact shown below within seven (7) calendar days after the date of the publication of this notice. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this requirement based upon responses received as a result of this notice is solely within the discretion of the Government.


Responses to this notice should include company name, address, and telephone number, point of contact, and information that will help the government to understand the capability of your company to perform the required process.


The applicable NAICS code is 332812 with a small business size standard of 500. In addition to the above, please provide the following information:

(1) Is your business a large or small business under this NAICS code?


(2) If small, indicate: if your firm is certified under Section 8(a) of the Small Business Act, if your firm is a certified HUBZone firm, if your firm is women-owned, and/or if your firm is Service-Disabled Veteran-Owned.


(3) Are these products/services available under a GSA/FSS contract? If so, please provide contract number.


(4) Have you sold these products/services to any government agencies? If so, please provide names of agencies, POCs and contract numbers.


Responses to this sources sought notice shall be e-mailed to: nicholas.vonbargen@usmc.mil. TELEPHONE RESPONSES WILL NOT BE ACCEPTED. Responses must be received no later than 29 May 2017 at 5:00 PM EST.


Primary Point of Contact and Contracting Office Address:


Nicholas VonBargen
Phone: 252.466.2786
e-mail: nicholas.vonbargen@usmc.mil


Secondary Point of Contact:


Sherry Kelly
Phone: 252.466.2846
e-mail: sherry.kelly@usmc.mil


Contracting Office Address:


Cherry Point Satellite Contracting Office
PSC Box 8018
Cherry Point, NC 28533-0018


 


Nicholas VonBargen, Phone 252-466-2786, Email nicholas.vonbargen@usmc.mil - Sherry L Kelly, Contracting Officer, Phone 252-466-2846, Fax 252-466-3571, Email sherry.kelly@usmc.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP