The U.S. Army Contracting Command – Redstone Arsenal (ACC-RSA) is issuing this Sources Sought notice as a means of conducting market research to identify parties having an interest in, and the resources to fulfill this requirement for a new contract for highly specialized Engine Support Services (ESS) for General Electric (GE) Aerospace T700 Series engines. GE Aerospace currently delivers, and will continue to deliver through December 2027, these services for the United States Government (USG). The results of this market research will contribute to determining the method of procurement for the new ESS contract for an additional 5 years. Currently, these services are being procured noncompetitively. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541330.
This Sources Sought is used for information and planning purposes only and does not constitute a solicitation. No contract will be awarded as a result of this request. Information herein is based on the best information available at the time of publication, is subject to revision, and is not binding on the USG. All information received in response to this Sources Sought that is marked “proprietary” will be handled accordingly and will not be returned. Respondents are responsible for all expenses associated with responding to the Sources Sought.
The purpose of this Sources Sought is to determine industry capabilities to provide Engine Support Services for various configurations of the T700 series engine in areas of component improvements, integration and qualification of components and subsystems, productivity, product assurance, test, configuration management, supply, maintenance, field support and resolution of issues, testing, preparation of engineering changes, training, and other related items. Engines and engine control systems must meet Airworthiness Release (AWR) criteria and be able to be integrated into the H-60 and H-64 production helicopters. This will be a new contract to provide Engine Support Services on a unique military requirement not available in the commercial marketplace. This effort is anticipated to be on an Other Than Full and Open Competition, Sole Source basis in accordance with Federal Acquisition Regulation (FAR) 6.302-1. The USG expects to solicit and award an Indefinite Delivery Indefinite Quantity (IDIQ) contract with Cost Plus Fixed Fee (CPFF), Cost Plus Award Fee (CPAF), and/or Firm Fixed Price (FFP) orders. The effort is estimated to be a 60-month period of performance.
The USG desires that the vendor(s) maintain an office with technical, logistics and contracting personnel in the Huntsville, AL vicinity. The USG desires that all software and hardware have at a minimum, Government Purpose Rights (GPR). The USG does not own a complete Technical Data Package (TDP) for the T700 series engine, including system/subsystem drawings, tooling drawings, software source code or models and simulations. The vendor(s) response shall address capabilities and level of technical knowledge of the T700 series engine.
Sources Sought Requirements - Description of Information Requested
- Provide company information including:
- Company name and address.
- Size of company (number of personnel, total revenue, ownership, CAGE Code, Parent Corporation, etc.).
- Point(s) of contact including name, title/position, phone number, address, and email and length of time in business.
- Geographic presence.
- Describe your organization's experience with similar efforts.
- Address how to ensure an adequately experienced and trained staff, your process for verifying qualifications, education, certification, and professional requirements and how often this information is obtained or updated.
- Describe how your organization would support the complete lifecycle of the T700 series engine in the following areas:
- TDP availability
- System Safety
- Product Integration
- Inherent system performance and suitability
- Integrated Logistic Support (ILS) and associated documentation
- Facilities and personnel resources
- Flight Operations (if applicable)
And specifically with respect to capabilities to support the following areas:
- Creation and utilization of finite element and other models to conduct stress, thermal, and structural analysis of engine components.
- Root cause analysis of emerging issues with fielded engine components and development of design, doctrinal and/or maintenance solutions to address these issues.
- Ensuring that all engine, test, or maintenance hardware development and production is compliant with requirements in the current applicable engine model specification and existing quality systems (ANSI/ISO/ASQ 9001:2000, AS 9100 or equivalent).
- Ensuring that all software development is compliant with existing engine control laws, aircraft interface requirements, and required standards for software (DO-178C).
- Development of Failure Modes and Effect Analyses (FMEAs) for newly identified failure modes and for replacement or redesigned components to support the System Safety Management Process.
- Facilities capable of performing engine-level testing.
- Facilities capable of performing altitude testing.
- Evaluation of proposed maintenance and/or repair activities for impact on engine performance, reliability, maintainability and safety.
- Logistics support for activities including provisioning, configuration control, integration of the engine into both the H-60 and H-64 aircraft, updates to technical drawings, updates to technical manuals, modification work orders, depot maintenance work requirements, and safety messages to the field.
- Development of revised acceptance test procedures (ATPs) in support of screening for newly discovered failure modes or replacement/redesigned components.
- Assessment of process capability and variability for certain T700 series engine parameters (i.e., production T4.5 margin, specific fuel consumption).
- Notification of impending obsolescence issues and development of recommendations for addressing impacts.
5. Provide recommendations on benchmark skills or criteria used to evaluate quality analysis, including analytic tools and writing techniques.
6. Identify conditions or issues requested in the Sources Sought that cannot be met or may interfere with the intention of this project.
7. Provide any other pertinent information that will assist us in this assessment.
This is NOT an Invitation for Bids, Request for Proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information from industry vendors regarding their interest, capabilities, and recommendations for the Engine Support Services contract, set to be awarded no later than 31 August 2027 by the Aviation Turbine Engine Project Office (ATEPO), Program Executive Office, Aviation (PEO Aviation). Include whether you are a small business; HUB-Zone Small Business; Service-Disabled Veteran Owned, Veteran-Owned Small Businesses; Women-Owned Small Business; or Small Disadvantaged Business in order to assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. All are encouraged to respond to this Sources Sought.
All interested firms with capabilities identified herein are encouraged to respond to this Sources Sought. Technical questions, data requests and industry responses to this Sources Sought are to be sent via email to Brian Ridley, Contracting Officer, brian.t.ridley.civ@army.mil, CCAM-PLA. All email requests must be received by 1600 hours CST on 13 August 2025.
Electronic transmissions must not exceed 5 megabytes and responses in the form of white papers should be limited to 25 pages in length and may include technical specifications and product sheets as deemed necessary. The response should address all requirements in bulleted format. All material submitted in response to this Sources Sought must be unclassified.