Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2002 FBO #0125
SOLICITATION NOTICE

15 -- F14 & EA-6B Flight Control Surface & Aircraft Substructures

Notice Date
4/4/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 2272 Suite 353 47123 Buse Road, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-02-R-3145
 
Response Due
4/19/2002
 
Archive Date
5/4/2002
 
Point of Contact
Linda Wright, Purchasing Agent, Phone (301) 757-8957, Fax 301-757-9046, - Arlene Berts, Contract Specialist, Phone (301) 757-8954, Fax (301) 757-8959,
 
E-Mail Address
wrightla@navair.navy.mil, bertsaf@navair.navy.mil
 
Description
REQUEST FOR INFORMATION PROCUREMENT OF NEW FLIGHT CONTROL SURFACES AND AIRCRAFT SUBSTRUCTURES TO SUPPORT F-14 AND EA-6B AIRCRAFT The Naval Air warfare Center Aircraft Division (NAWCAD) Patuxent River, MD is seeking information for potential sources regarding industry technologies applicable to improve new flight control surfaces and aircraft sub-structures for future use on F-14 and EA-6B aircraft. This request is for INFORMATION PURPOSES ONLY. The new hardware would be manufactured utilizing existing specifications and control documents, however, the applicant must be able to demonstrate an in-house capability to reverse engineer, design and fabricate all required specialty tooling and hardware in order to support this effort. The applicant must also demonstrate the capability to perform any and all required qualification testing that would support in-service usage of a primary structure or flight critical component as well as secondary structures. Any potential contract award will be based in part, on a thorough and sound cost avoidance approach associated with this solicitation. Specific areas of interest include the use of corrosion resistant materials capable of demonstrating superior durability to the harmful effects of a shipboard based aircraft carrier operating environment. Hardware must demonstrate a "maintenance free, zero recurring cost" concept that would apply for a minimum period of 60 months from time of install. The vendor must also demonstrate creative methods for reducing overall ownership both in research, development and production/procurement cost. The replacement hardware must meet all critical qualification testing including all laboratories and installed aircraft life expectancy tests of at least 60 months mean time to any repair (MTTAR). Interested parties will be evaluated as they are received to determine the following merit criteria; (a) technical and scientific merit; (b) offer's ability to demonstrate/execute feasibility; (c) offer's existing capabilities, related experience, facilities, techniques or unique combinations of the above that will enable the vendor to achieve the intended objective; (d) ability to demonstrate and execute cost savings alternatives. The government is interested in written submittals of concepts and rough-order-of-magnitude cost estimates for the above. Companies responding to this request should provide detailed information on their capabilities and experience to Ms. Linda Wright, Code 2.5.1.3.3.2, Bldg 441, NAWCAD, 21983 Bundy Road, Unit 7, Patuxent River, MD 20670-1127. Written responses should be submitted by 19 April 2002 and reference this synopsis number on both the mailing envelope as well as on all enclosed documents. Interested companies should indicate whether or not they are a small, small disadvantaged, 8(a), or large business. Respondents must clarify if their firm can provide commercial or non-developmental items that could be modified to meet NAWCAD's needs. Please address all technical questions to Mr. Czes Covington, Code 4.1.6, (301) 757-7335. Samples and 3-D models are encouraged. Proprietary information MUST be marked as such, on a page-by-page basis. This announcement is NOT a Request For Proposal nor does the Government intend to pay for any information/items submitted in response to this synopsis. Data, samples and 3-D models WILL NOT be returned. This synopsis does not commit the Government to award a contract. This synopsis is for market research only and any procurement resulting from this announcement will be published separately in the CBD.
 
Place of Performance
Address: NAWCAD, Contracts, 21983 Bundy Road, Bldg 441, Unit 7, Patuxent River, MD
Zip Code: 20670-1127
Country: US
 
Record
SN00053584-W 20020406/020404213403 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.