SOURCES SOUGHT
U -- Rolls Royce Engine Maintenance AE 2100D3 Engine Maintenance Level I and AE 2100D3 Engine Maintenance Level II Training Classes
- Notice Date
- 10/23/2025 9:43:41 AM
- Notice Type
- Sources Sought
- NAICS
- 611519
— Other Technical and Trade Schools
- Contracting Office
- NAWC TRAINING SYSTEMS DIV ORLANDO FL 32826-3224 USA
- ZIP Code
- 32826-3224
- Solicitation Number
- N6134026P0002
- Response Due
- 10/29/2025 1:00:00 PM
- Archive Date
- 03/15/2026
- Point of Contact
- David Friedland, Phone: 3059040830, Brittney Behr, Phone: 4073804686
- E-Mail Address
-
david.b.friedland.civ@us.navy.mil, Brittney.n.behr.civ@us.navy.mil
(david.b.friedland.civ@us.navy.mil, Brittney.n.behr.civ@us.navy.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- INTRODUCTION: The Department of the Navy, Naval Air Warfare Center Training Systems Division (NAWCTSD). Interested offerors shall provide Rolls Royce approved curriculum with a two-tiered maintenance training program for United States Marine students on the AE 2100D3 engine. The foundational Level I course, covers basic engine knowledge, including safety precautions, component locations, major system functions, routine servicing procedures, and the identification of borescope ports. Upon completion, students advance to the Level II course, focused on advanced diagnostics and operational theory. This advanced training requires students to interpret system readings, perform electrical troubleshooting with a multi-meter, and properly execute borescope procedures to determine the serviceability of the propeller and accessory gearboxes, as well as the compressor, combustor, and turbine sections. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR QUOTE OR 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. ELIGIBILITY: Eligibility is limited to those contractors who are authorized to deliver Rolls-Royce-certified training. The applicable NAICS code for this requirement is 611519 (Other Technical and Trade Schools) and the Product Service Code is U099 (Education/Training - Other) Businesses capable of accomplishing the required services are invited to submit literature, brochures and capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 points. Interested sources shall also identify their size status as it relates to the NAICS 611519. Small Businesses shall also indicate if they are 8(a), Women-Owned Small business (WOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Historically Underutilized Business Zone Small Business (HUBZone). If you are a small business interested in being the prime contractor for this effort, please be advised that the FAR 52.219-14 Limitations on Subcontracting clause has changed. Deviation 2021-O0008 is now in effect which includes the definition of �Similarly Situated Entity� and provides a revised methodology for the 50% calculation for compliance with the clause. Small business primes may count �first tier subcontracted� work performed by similarly situated entities as if it were performed by the prime itself. Please read the full text of the clause deviation (52.219-14 Class Deviation 2021-O0008 dated 09/10/21 at https://www.acq.osd.mil/dpap/policy/policyvault/USA001770-21-DPC.pdf). SUBMISSION DETAILS: Responses must be submitted by email to David Friedland, Lead Contract Specialist, at david.b.friedland.civ@us.navy.mil with a copy to Procuring Contracting Officer Brittney Behr, at brittney.n.behr.civ@us.navy.mil in an electronic format that is compatible with Word 2016, no later than 4:00 pm, Eastern, 29 October 2025. All interested parties shall be registered with the System for Award Management (SAM) to be eligible for the award of Government contracts. https://sam.gov. This Sources Sought is for information purposes only. This is not a Request for a 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 Sources Sought Notice. Any information submitted by respondents to this Announcement is strictly voluntary. Questions concerning this requirement should be directed to the Contract Specialist, David Friedland, via e-mail at david.b.friedland.civ@us.navy.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/458f4b57b7a14be2a9ce9f8e31cb53b4/view)
- Place of Performance
- Address: Orlando, FL, USA
- Country: USA
- Country: USA
- Record
- SN07627219-F 20251025/251023230040 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |