Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2003 FBO #0502
SOURCES SOUGHT

15 -- Engineering and Technical Services in Support of the Aircraft Structural Life Surveillance (ASLS) Program

Notice Date
4/14/2003
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-03-R-????
 
Archive Date
5/31/2003
 
Point of Contact
Vanessa Seymour, Contract Specialist, Phone (301) 757-2619, Fax (301) 757-8959, - Alfred Hensler, Contract Specialist, Phone (301) 757-8939, Fax (301) 757-8959,
 
E-Mail Address
seymourva@navair.navy.mil, hensleraw@navair.navy.mil
 
Description
The Naval Air Systems Command (NAVAIR) is actively surveying the vendor community for all parties interested in the intended procurement of Engineering and Technical Services in support of the Aircraft Structural Life Surveillance (ASLS) Program for Navy and Marine Corps aircraft including, but not limited to, A-4, A-6, AH-1W, AV-8B, C-2, C-130, E-2, E-6, EA-6B, F-4, F-5, F-14, F/A-18, T-2, T-34, T-38, T-44, T-45, P-3, and S-3. Depending on the information gathered from this announcement, it is our intent to solicit competitive proposals for an Indefinite Delivery Indefinite Quantity (IDIQ), Time and Materials (T&M) contract for the above services to the offeror who provides the best overall value to the Government, cost and non-cost factors considered. The contract will cover a period of five years comprised of one base year and four one-year options. The total maximum estimated dollar value for the contract will be $25,000,000, which is a maximum of $5,000,000 for each year of the contract. The anticipated effort under the contract includes but is not limited to: Technical investigations shall be provided in support of the Structural Appraisal of Fatigue Effects (SAFE) element of the ASLS program: Collate, quality control, process and store individual aircraft usage information necessary to produce quarterly SAFE reports for Navy and Marine Corps aircraft including, but not limited to, A-4, AV-8B, C-2, C-130, E-2, E-6, EA-6B, F-4, F-5, F-14, F/A-18, T-2, T-34, T-38, T-44, T-45, P-3, and S-3. Process and store monthly individual aircraft fatigue life expended status necessary to produce the monthly fatigue updates for Navy and Marine Corps aircraft. Implement and maintain computer software on a NAVAIR-designated computer system to review/retrieve individual aircraft usage data utilized/available for each Type/Model/Series (T/M/S) aircraft in the SAFE program. Operate and maintain production Navy fatigue tracking software on the NAVAIR computer system. Provide updates to configuration management plans for subcontractors. Incorporate software upgrades to all fatigue tracking software. Implement upgraded Fatigue Analysis of Metallic Structures (FAMS), NASGRO, AFGRO, and SLAP IAT software as delivered by the OEM. Engineering and Technical Services in support of the T/M/S program shall include but not be limited to: The contractor shall perform engineering investigations and feasibility determinations related to structural design, development, and modifications of the T/M/S aircraft. The contractor shall perform strength analysis to predict failure modes and strength capabilities of high strength steels. Recommend changes to service life limits for high strength steel components; perform independent loads and/or strength analyses to provide recommendations on aircraft flight clearance requests; perform independent analyses to support aircraft modifications and/or stores integration and development efforts and perform strength analysis and damage tolerance analysis to recommend disposition of in-service structures and subsystems anomalies. The contractor shall be required to maintain facilities located within daily ground commuting distance of Patuxent River Naval Air Station (NAS), Patuxent River, MD. The contractor shall be required to operate SAFE system software on a server cluster with Windows NT operating system ORACLE database and a single server running LINUX. The following list covers the Level Of Effort for the Base year. These levels remain reasonably constant throughout the second, third and fourth option years as identifies below: [1] Program Manager (Key), 2,000 hours; [2] Senior Engineering Analyst (Key), 26,000 hours; [3] Engineering Analyst (Key), 22,000 hours; [4] Senior Engineer II, 12,000 hours; [5] Senior Engineer I (Key), 12,000 hours; [7] Engineer Technician I, 18,000 hours; [8] Senior Applications Programmer, 8,000 hours; [9] Applications Programmer, 10,000 hours; [10] Data Technician, 20,000 hours; [11] Technical Writer, 2,000 hours; [12] Clerk Typist 16,000 hours. The total estimated Level of Effort for the Base year is 164,000 hours, Option Year 1 is 164,000 hours, Option Year 2 is 164,000 hours, Option Year 3 is 164,000 hours and Option Year 4 is 164,000 hours. The estimated total for the entire effort, options inclusive, is 820,000 hours. These estimates and requirements are preliminary only and are subject to change in the solicitation. The labor categories shall reflect the necessary qualifications and experience to perform the anticipated tasks stated herein. The applicable NAICS Code for this requirement is 541330. Finally, contractor personnel shall be required to have a security clearance at the level required for each specific task/delivery order, i.e.: Confidential, Secret or Top Secret. Personal clearance levels must be obtained for the appropriate program being supported. The contractor shall comply with specific site access requirements. The contractor shall protect all proprietary data from unauthorized use or disclosure so long as it remains proprietary and the contractor shall refrain from using the information for any other purpose other than that for which it was furnished. The Government anticipates release of the electronic RFP on 28 August 2003 with an anticipated closing date of 10 October 2003. The proposed contract award date is 26 March 2004. There is no commitment by the Government to issue a solicitation, make an award or be responsible for any monies expended by any interested parties in support of the effort mentioned above. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities website, located at www.fedbizops.gov. It is the potential offerors responsibility to monitor this cite for the release of any follow-on information. This is a Sources Sought and feedback from industry is also sought on our requirements as stated in this synopsis. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL (RFP). Interested sources are highly encouraged to submit a capability package as well as any questions, comments or suggestions to Ms. Nancy Keys. Responses to this announcement shall be submitted no later than close of business on 16 MAY 2003 to: Department of the Navy, Naval Air Systems Command, Attn: Ms. Nancy Keys (2.5.1.3.1.7), Building 441, 21983 Bundy Road, Patuxent River, MD 20670-1127 Attn: Engineering and Technical Services in support of the Aircraft Structural Life Surveillance (ASLS). Electronic responses are recommended and encouraged and should be submitted to Nancy Keys at keysnc@navair.navy.mil. If providing the information electronically, please ensure that the information is compatible and accessible using Microsoft Office 98 software. Points of contact for contracts are Nancy Keys at keysnc@navair.navy.mil or telephone (301) 757-2609 or Al Hensler (PCO) at hensleraw@navair.navy.mil or telephone (301) 757-8952. Technical point of contact is Mark Thomas at thomasma1@navair.navy.mil or telephone (301) 342-9352.
 
Place of Performance
Address: Naval Air Warfare Center Aircraft Division, Patuxent River, MD
Zip Code: 20670
Country: USA
 
Record
SN00303231-W 20030416/030414213637 (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.