Disclaimer
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
Introduction
The Naval Air Systems Command (NAVAIR), Program Executive Office (PEO) Assault (A), H-53 Joint Program Office (PMA-261) announces its intention to award a contract for development and integration of an improved engine inlet system to increase particle separation efficiency and improve engine Time-On-Wing (TOW), particularly in austere/desert environments on CH-53K aircraft.
THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible businesses capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice.
Background
As the CH-53K operational testing in austere/desert environments has progressed, there have been impacts to the reliability and maintainability of the aircraft precipitating the need for a new engine inlet system to limit the amount of dust and sand ingested. The CH-53K engine inlet system must function both as a combined inlet and particle separator. The engine inlet system must provide clean airflow compatible with the CH-53K engine requirements for operability and performance throughout the flight envelope. The CH-53K engine inlet system must be safe, reliable, cost effective, and sustainable, and ensure maximum utilization of infrastructure and platform integration elements that already exist.
CH-53K and King Stallion are trademarks of the Department of the Navy
Anticipated Period of Performance
The contract is intended to satisfy Government requirements for FY26 through FY29. Development of a USG qualified, validated, and verified engine inlet system is required no later than July 2029.
Anticipated Contract Type
The contract type is anticipated to be Cost Reimbursable.
Required Capabilities
The CH-53K engine inlet system shall bring air from subsonic freestream conditions to the conditions required at the entrance of the engine compressor with minimum total pressure loss. The system shall meet existing performance, functional, interface, and physical requirements to install, test, and integrate as a modification of CH-53K aircraft. System shall significantly improve inlet separation beyond the capability of the currently fielded engine inlet system. System shall be nacelle and/or engine mounted, maintaining specified engine airflow requirements across the full operational envelope without negative functional or physical interference with other aircraft subsystems or the environment. Inlet maximum total install weight shall be optimized such that the system is weight neutral or a minimal increase over the currently installed system. Inlet also shall provide ice protection for sustained operation in icing conditions. The inlet shall provide a particle separation efficiency of no less than 96% by mass for a specified sand size distribution with ambient mass concentrations up to 3000 mg/m3 at the nacelle inlet.
Interested businesses shall demonstrate that your company currently possesses or has authorized access to the necessary T408 engine and CH-53K airframe technical data, or has a viable plan to obtain, generate, or otherwise secure authorized access to the necessary technical data, and that it will be maintained throughout the duration of the effort being solicited. For the production contract, interested businesses shall demonstrate the capability to meet the Government’s required timeline.
Eligibility
The applicable NAICS code is 336412 with a Small Business Size standard of 1,500 employees. The Product Service Code (PSC) is 1520. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size.
Incumbent
This is a follow-on requirement. The incumbent contractor is: General Electric Aerospace.
Submission Details
Interested businesses shall submit a brief capabilities statement package (no more than ten (10) 8.5 x 11 inch pages, font no smaller than 12 point, 1.5 line spaced), in bullet point format, demonstrating their ability to perform the services described herein no later than 19 May 2025. The capability statement packages shall be sent by email to bryson.j.shibe2.civ@us.navy.mil. Submissions must be received at the office and/or email cited no later than 3:00 p.m. Eastern Standard Time on the dates listed above. Questions or comments regarding this notice may be addressed to Procuring Contracting Officer (PCO), Christopher J. Harritt or Contract Specialist, Bryson Shibe at the below email addresses. All responses shall include Company Name, Company Address, Company Business Size, and Points-of-Contact (POC) including name, phone number, and email address.