Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2002 FBO #0130
SOURCES SOUGHT

B -- E-6B SERVICE LIFE ASSESSMENT PROGRAM

Notice Date
4/9/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00019-02-R-XXXX
 
Response Due
4/22/2002
 
Point of Contact
Gary Arwood, Contract Specialist, Phone 301-757-6521, Fax 301-757-5284, - Jan Roth, Jr., Contract Specialist, Phone 301-757-5328, Fax 301-757-5284,
 
E-Mail Address
arwoodgj@navair.navy.mil, rothjb2@navair.navy.mil
 
Description
The Naval Air Systems Command (NAVAIR) intends to award a contract for the Service Life Assessment Program for the E-6B aircraft. The E-6 aircraft is a derivative of the Boeing 707 commercial airliner. As the Original Equipment Manufacturer (OEM), Boeing is the only designer and manufacturer of the 707 airframe and owns the historical design data, drawings, design principles/concepts, and structural strength relationships. Boeing also owns the data from previous commercial and military derivative 707 teardowns, component strength and fatigue tests, service life extensions, and general service life experience. Boeing has indicated that they will not share this intellectual property at any cost. Therefore, the Government has determined that Boeing is the only firm, which possesses the necessary knowledge, experience, and technical data to provide and perform the required efforts in an efficient and reliable manner. However, NAVAIR is still seeking all interested sources to provide verifiable capabilities and information about existing SLAP expertise and experience. SLAP program generated data and analyses are necessary to support competition of a follow-on Service Life Extension Program (SLEP) to develop and implement specific service life extensions modifications into the E-6B aircraft following completion of the SLAP program. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. A determination by the Government not to compete this effort is solely within the discretion of the Government. Interested sources are requested to submit a Capabilities Statement demonstrating existing expertise and experience in relation to meeting the below Navy requirements set forth below: a. Define the operational usage and loads; b. Develop life-critical location candidate selection criteria; c. Select life-critical locations on the aircraft primary structure; d. Determine the load-to-strain/stress relationships for each critical location; e. Generate a service spectra and calculate critical location fatigue lives that 90 percent of the fleet should exceed; f. Perform damage tolerance analysis to determine critical location inspection techniques and intervals; g. Evaluate life enhancement potential for life-critical locations; h. Modify the fatigue damage algorithms to accept available individual aircraft data to calculate individual aircraft fatigue life expended (FLE) values for all critical locations; i. Baseline individual aircraft FLE values; j. Develop damage tolerance algorithms to accept available individual aircraft data to calculate individual aircraft crack size (growth) values for all critical locations. The Capabilities Statement for this sources sought are requested to be five to ten (5-10) pages long, and are limited to ten (10) pages with no prescribed format. The Capabilities Statements shall demonstrate the ability to complete the required work in a cost effective manner and in view of the unavailability of Boeing proprietary data. The Capabilities Statements are due by close of business on Monday 22 April 2002 and should be submitted electronically to the following e-mail addresses: faubionsm@navair.navy.mil and to arwoodgj@navair.navy.mil. This sources sought synopsis contains the most current available information and is subject to change at any time. Notification of any changes shall be made only on the Internet as a modification to this synopsis. The subject contract will cover a three-year period. The North American Industry Classification Systems (NAICS) code for the supplies and services anticipated needed herein is TBD ? ?TBD?. When calling, be prepared to state name, address, and solicitation number. See note 9. ADDITIONAL INFORMATION: NAVAIR intends to use Non-Government personnel in support of this effort. Non-Government personnel may have the need to access industry data in order to support the Government. Therefore, before an award, it may be necessary for the solicited company to enter into non-disclosure agreements with these individual?s companies. Once NAVAIR finalizes its requirements for the subject effort, a prerequisite for receiving a contract award will be registration in the DODs Central Contractor Registration (CCR) database. For more information on the CCR, contact the CCR Assistance Center at 1-888-227-2423. There is no commitment by the Government to issue a solicitation, make an award or awards, or to be responsible for any monies expended by any interested parties before award of a contract for the effort mentioned above. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. Points of Contact (POC) for this synopsis are Contract Specialists, Gary Arwood, e-mail address arwoodgj@navair.navy.mil, tel. (301) 757-1019, or Chris Rawlings, e-mail address rawlingsca@navair.navy.mil, tel. #(301)-757-5212; or Contracting Officer, Jan B. Roth, e-mail address rothjb2@navair.navy.mil. See note number 22.*****
 
Record
SN00055812-W 20020411/020410063653 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.