The Naval Surface Warfare Center, Philadelphia Division (NSWCPD) is seeking sources develop, deliver and update, as necessary, a Customer Support Plan that defines the processes to be used to satisfy the requirements of this contract and defines the methods and interfaces the Government will use to request support for the Rolls-Royce MT7 Gas Turbine Engine.
The Rolls-Royce MT7 Gas Turbine Engine provides the main propulsion for the Landing Craft Air Cushion (LCAC) 100 Class craft. The (attached) Performance Work Statement (PWS) establishes the logistics and engineering support requirements for the MT7 engine. The approved maintenance plan for the MT7 engine includes only Organizational Level (O-Level) maintenance and Depot Level (D-Level) maintenance. No Intermediate Level (I-Level) maintenance is supported. The logistic support system addresses all requirements necessary for the Government to support the MT7 engine at the O-Level during planned operations. This PWS details planned operational requirements of the MT7 engine operating on the LCAC 100 Class Craft. The PWS addresses all Integrated Logistics Support (ILS) and required engineering elements to support the MT7 engine at all planned maintenance levels.
Contract Type – An Indefinite-Delivery, Indefinite-Quantity (IDIQ) Firm-Fixed Price (FFP) contract is anticipated.
Period of Performance – The performance period is expected to span up to ten (10) years.
Set-Aside/Additional Sources – This sources sought is being issued for the purpose of identifying additional large businesses and small businesses with the required expertise that might be interested in responding to a formal solicitation.
The North American Industry Classification System (NAICS) Code is 541330.
Any interested sources are invited to submit capability statements, not to exceed 5 double spaced, single-sided pages in length, describing their ability to fulfill this requirement. Capability Statements ought to include the following:
(1) Statement providing the Company Name, Company Address, Cage Code, points of contact including name, phone number, fax number, and email address. The respondents must also provide a confirmation of current large or small business status under NAICS code 541330 as of 30 April 2025 and the date their firm was started.
(2) Prior/current corporate experience and/or experience performing efforts of similar size and scope and/or the manufacturing/production of similar items within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, hours/dollars incurred to date, Government point of contact with current telephone number and email address, and a brief description of how the referenced contract relates to the services described herein.
Proprietary data will be protected when so designated. Acknowledgement of receipt will not be made. Availability of any formal solicitation will be announced separately.
Note: No telephone responses will be accepted. No company response received after the advertised due date and time will be accepted. No exceptions to this receipt deadline will be granted under any circumstances. Responses must be received no later than 5:00pm EST on 30 April 2025 by e-mail to francis.j.brady14.civ@us.navy.mil.
This Sources Sought is for market research purposes only and does NOT constitute a Request for Proposal (RFP). This notice shall not be construed as a contract, a promise to contract, or as a commitment of any kind by the Government. The Government is NOT seeking or accepting unsolicited proposals. This Sources Sought Notice is issued solely for conducting market research in accordance with FAR Part 10 and gathering information for planning purposes.
The Government WILL NOT PAY for any information received in response to this Sources Sought, and the Government will not compensate the respondent for any cost incurred in developing the response to this Sources Sought. The Government will not release any information marked with a proprietary legend received in response to this Sources Sought to any firms, agencies or individuals outside the Government without written permission in accordance with the legend. Please be advised that all submissions become Government property and will not be returned.