P-8A, C-40, & E-7A CFM56 Core Engines

Project ID: N00019-26-RFPREQ-APM290-0789 FederalOpportunitiesSynopsis Solicitation
Overview
AgencyNaval Air Systems Command
Deadline05/25/26
Posted05/08/26
Estimated Value$180,000,000 - $320,000,000 (AI estimate)
Set AsideNone
NAICS336412 - Aircraft Engine and Engine Parts Manufacturing
PSC2840 - Gas Turbines And Jet Engines, Aircraft, Prime Moving; And Components
LocationPatuxent River, MD USA
Description
Primary Latest Change

Summary

P-8A, C-40, & E-7A CFM56 Core Engines

Posted Date

08 May 2026

Response Date

25 May 2026 Product Service Code (PSC): 2840 Gas Turbines and Jet Engines, Aircraft, Prime Moving; and Components

NAICS Code

336412 Aircraft Engine and Engine Parts Manufacturing

Solicitation Number

N00019-26-RFPREQ-APM290-0789

NOTICE INFORMATION

Agency/Office N00019 - Naval Air Systems Command - HQS Title P-8A, C-40, and E-7A CFM56 Core Engines 1.0 Purpose/Scope This Presolicitation Notice is to seek additional sources and notify industry of the Government's intent to negotiate with only one source for the procurement of twenty-eight (28) P-8A CFM56-7B27AE core engines and associated equipment (e.g., engine covers, engine stand and cradle sets, etc.) for Naval Air Systems Command (NAVAIR) Maritime Patrol and Reconnaissance Aircraft (MPRA) Program 290 (PMA-290) Domestic and Foreign Military Sales (FMS) and one (1) C-40 CFM56-7B24E core engines and associated equipment (e.g., debris monitoring system kits, engine covers, engine stand and cradle sets, etc.) for Tactical Airlift Program Office (PMA-207) to be delivered to Naval Air Station Patuxent River, MD. The procurement is also for seventeen (17) E-7A CFM56-7B27AE-1 core engines and associated equipment (e.g., debris monitoring system kits, engine covers, engine stand and cradle sets, etc.) for the United States Air Force. The core engines are considered to be commercial items. The intended source is the original equipment manufacturer (OEM), CFM International (CFM), Cincinnati, OH. The Government is pursuing this acquisition on a sole source basis under the statutory authority of 41 U.S.C. 3304(a)(1) as implemented by the Federal Acquisition Regulation (FAR) 6.103-1, only one responsible source and no other supplies or services will satisfy agency requirements. As part of its market research, NAVAIR, is issuing this Sources Sought and Notice of Intent to determine if there exists an adequate number of interested and qualified contractors capable of performing the requirement as described. The Government may use the responses to this Sources Sought for information and planning purposes. The technical specifications describe only the currently contemplated possible specifications and may vary from the actual specifications identified in final Product Descriptions included in any Request for Quote (RFQ). THIS NOTICE IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible businesses capable of providing the supplies 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. 2.0 Objectives of the Sources Sought Understand the level of interest and availability of potential vendors that could provide the requested turnkey solution. - Identify issues, roadblocks, and barriers to successful solution implementations. - Obtain vendor feedback on if the vendor will utilize any subcontractors or teaming arrangements. - Identify if a total solution can be provided via open market contractors. - Provision of other benefits of leveraging a turnkey solution. - Comments regarding any ambiguities or needed clarifications of the draft technical specifications. - Obtain vendor feedback on any other pre-existing contracts that might meet this need. 3.0 Sources The Sources Sought and Notice of Intent will be posted to SAM.gov. 4.0 Draft Technical Specifications - CFM56-7B27AE core engines and associated equipment (e.g., engine covers, engine stand and cradle sets, etc.) - CFM56-7B24E core engines and associated equipment (e.g., debris monitoring system kits, engine covers, engine stand and cradle sets, etc.) - CFM56-7B27AE-1 core engines and associated equipment (e.g., engine covers, engine stand and cradle sets, etc.) 5.0 Notes to Responders All information received in response to this Sources Sought marked Proprietary will be protected and handled accordingly. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Responses to the Sources Sought will not be returned. Responders are solely responsible for all expenses associated with responding to this Sources Sought. NAVAIR will not pay for information received in response to this Sources Sought. There is no commitment by the Government to issue an RFQ, make an award or awards, or to be responsible for any monies expended by industry responses to this Sources Sought. Please limit responses or capability statement to three pages. Review the objectives under Section 2.0 and include any concerns, possible issues, comments, or suggestions relative to those points in the statement. Any format is acceptable. Also, include contract number, relevant information on the company, and, if available, brief descriptions of recent and relevant projects for products similar to that described in the draft technical specifications. Each capability statement shall include/address at a minimum: (1) Small/Large Business Status: A company profile to include number of employees, annual revenue history, office location(s), DUNS Number, SAM Unique Entity Identifier (UEI), CAGE Code, and a statement regarding current small/large business status. Respondents to this notice must indicate whether they qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern. If claiming small business status, provide an explanation of your company's ability to perform at least 50% of the work itself in terms of cost of performance. (2) Business: (a) If the interested party's approach is to deliver the engines as a CFM-certified new engine dealer, the capability statement must demonstrate that the interested party currently possesses such a certification or, in the alternative, may submit a letter of intent signed by CFM indicating that CFM intends to confer such a certification on the interested party within a timeframe that will enable the interested party to timely fulfill NAVAIR's delivery requirements as described in the Required Capabilities section above. (b) If the interested party's approach is to manufacture the engines, due to the fact that CFM is the only entity with sufficient technical data that a contractor would require in order for that contractor to fulfill these planned requirements, the interested party must demonstrate that it currently possesses or has authorized access to the necessary 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. (3) Any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the Capability Statement. Do not submit pricing information in response to this Sources Sought. Submit Sources Sought responses to the Contracting Officer via email by the close date specified in SAM.gov. Contact information is listed below.

Summary (Newest Update)

Background The Naval Air Systems Command (NAVAIR) is seeking to procure core engines for its Maritime Patrol and Reconnaissance Aircraft (MPRA) Program 290 and Tactical Airlift Program Office. The intended source for this procurement is CFM International, the original equipment manufacturer (OEM) based in Cincinnati, OH. This acquisition is being pursued on a sole source basis under the statutory authority of 41 U.S.C. 3304(a)(1), indicating that only one responsible source can meet the agency's requirements. Work Details The contract involves the procurement of the following items: - Twenty-eight (28) P-8A CFM56-7B27AE core engines and associated equipment, including engine covers and engine stand and cradle sets. - One (1) C-40 CFM56-7B24E core engine and associated equipment, including debris monitoring system kits, engine covers, and engine stand and cradle sets. - Seventeen (17) E-7A CFM56-7B27AE-1 core engines and associated equipment, including debris monitoring system kits, engine covers, and engine stand and cradle sets. The core engines are classified as commercial items. Place of Performance Naval Air Station Patuxent River, MD

Contacts
Contact nameSarah M Kalinoski
Contact emailsarah.m.kalinoski.civ@us.navy.mil
Contact phoneNone
Secondary contact nameWill Dagenhart
Secondary contact emailwilliam.j.dagenhart.civ@us.navy.mil
Secondary contact phoneNone
Same Region Opportunities

MD NP GWMP 6(2)

Agency: Federal Highway Administration

Location: Maryland

NAICS: 237310