Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2003 FBO #0548
SOURCES SOUGHT

R -- Engineering and Administrative services for reliability, maintainability, systems safety, diagnostics, and testability support of Naval Aircraft

Notice Date
5/29/2003
 
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
Reference-Number-SS-N00421-03-R-0056
 
Response Due
6/13/2003
 
Archive Date
6/28/2003
 
Point of Contact
Susan Cusic, Contract Specialist, Phone (301) 757-2616, Fax (301) 757-8959, - Melisha Proctor, Contract Specialist, Phone (301) 757-8943, Fax 301-757-8959,
 
E-Mail Address
cusicsm@navair.navy.mil, proctormy@navair.navy.mil
 
Description
This is a SOURCES SOUGHT notice. This notice IS NOT A Request for Proposal. No solicitation exists at this time. The Naval Air Warfare Center, Aircraft Division, Systems Engineering Competency has a requirement for Engineering and Administrative Support Services. These services will provide for reliability, maintainability, systems safety, diagnostics, and testability support of Naval aircraft and their subsystems. The applicable NAICS Code for this requirement is 541330. PURPOSE OF NOTICE: This Sources Sought is being used as a market research tool to determine potential sources and their business size prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated and will not pay for any information received from potential sources as a result of this notice. RESPONSE DEADLINE: Interested sources shall submit a capability package by 13 JUN 2003(10 pages or less) containing: 1) Company Name and Address 2)Company Point of Contact 3)Email Address 4)Phone Number 5)Company's Business Size including minority, hubzone and 8a status 6)specifics addressing the SOW tasking and company's capability 7)potential teaming arrangements 8)related past performance and 9)general corporate information no later than 5 JUN 2003. Responses shall be forwarded to the Contract Specialist, Sue Cusic at: NAVAIRSYSCOMHQ, Bldg. 441 Code 251338, 21983 Bundy Road Unit 7, Patuxent River, MD 20670-1127. Electronic responses are acceptable if prepared in Microsoft Suite 95 or higher; Email electronic responses to CusicSM@navair.navy.mil with "SS-N00421-03-R-0056" in the subject line of the Email. PERIOD OF PERFORMANCE: The Period of Performance is estimated to be one base year plus four 1 year options with performance commencing approximately December 2003. The estimated total level of effort is approximately 741,000 man-hours over the five year period; approximately 148,200 man-hours per year. REQUIREMENT: This contractual effort provides for engineering and administrative support for reliability, maintainability, testability, quality assurance, diagnostic, and system safety analyses during the design, development production, and in-service cycles of Naval aircraft and their systems. This support encompasses carrier based tactical aircraft, shipboard capable vertical/short takeoff and landing aircraft, maritime support aircraft, unmanned aircraft, tactical weapons systems, support systems and equipment, and aircraft launch and recovery equipment. PERFORMANCE LOCATION: Primary location for services in support of this contract will be at the NAWCAD, Patuxent River, Maryland. However, support services may be required at other NAWCAD sites including; Lakehurst, New Jersey, China Lake California, Cherry Point North Carolina, Jacksonville Florida, and San Diego California. In addition, technical support for project tests may be required for extended periods of time at locations other than Patuxent River, MD. TASKING: The contractor shall perform or review for technical accuracy and adequacy, reliability and maintainability (R&M) and built-in test (BIT) engineering design tasks for new aircraft, and unmanned aviation vehicles, avionics systems, support equipment, development and system modifications. Engineering design analyses for development and system modifications to Navy aircraft and unmanned aviation vehicle systems, e.g., avionics, electrical, mechanical, propulsion systems, and aviation support equipment. The contractor shall provide R&M support in conducting equipment ground testing, integrated on-aircraft flight testing and environmental testing for evaluation of new designs, design modifications and engineering change proposals (ECP) for developmental and in-service equipment and aircraft. Develop test procedures; prepare test plans; collect and store test data; analyze and evaluate equipment test data to determine R&M characteristics; document equipment deficiencies; and document test results. Participate in project meetings, conferences, failure review boards, and reviews at contractor and government facilities as appropriate. The contractor shall analyze operational flight data, maintenance data, and procedures to ascertain R&M characteristics and identify R&M problem areas. Assist in the identification, development, implementation, and evaluation of design modifications, and engineering change proposals affecting R&M. Contractor shall support top level R&M program planning to ensure that all appropriate R&M tasks and activities are included and specifically tailored for cost effective execution and compatibility with program schedules and milestones. The contractor shall support the use and development of web based R&M tool sets to facilitate program planning functions, including risk analyses, knowledge management systems, and other specialty and COTS software management products used in R&M program planning, performance assessments, and decision making processes. Provide technical support in developing specialized computerized and non-computer based analytical models to support R&M engineering and design analyses. Perform and document various System Safety hazard analyses on aircraft and weapons systems, subsystems, support systems and components, including hardware and software, for all life cycle phases. Review and conduct system safety evaluations of Engineering Change Proposals, specifications, test reports and test data provided from flight, ground and laboratory tests. Participate and support program meetings, technical interchange meetings, planning conferences and various related working group meetings. These conference/trips are to include System Safety Working Groups, design reviews, program status reviews, Weapon System Explosive Safety Review Boards (WSESRB), test planning coordination meetings, test and evaluation working groups, data extraction working groups and test requirements working group meetings. Participate in and monitor aircraft (original manufacturer, government facility or fleet activity) laboratory, ground, or development flight tests concerning aircraft or weapons, system, subsystem or component improvements for safety related issues. Review and comment on prime contractor CDRL deliverables and provide recommendations to the appropriate government sponsor to accept/reject CDRLs. Maintain and update database of safety action records, hazard material reports, mishap/incident reports, Accident Report Recommendations (ARREC) reports, CDRL status, and specific platform/weapon data requirements. Participate and support the flight clearance process by providing current safety data, open hazards and issues/concerns to the flight clearance boards. The contractor shall furnish on-site administrative and clerical personnel to support the R&M and System Safety competencies in the performance of the recurring tasks required to maintain electronic records, and produce required letters, memoranda, and reports in draft or final form. Provide project financial management support. The contractor shall assist in developing meeting presentation materials as required. The contractor shall be capable of performing all the duties associated with administrative office management functions. SOLICITATION: The solicitation requesting formal Request for Proposals will be posted on NAVAIR web site http://www.navair.navy.mil/doing_business/open_solicitations/ in approximately 30-60 Days. This is a Sources Sought notice and does not commit the Government to award of any contract under the above listed terms. All responsible sources may submit a capability package which will be considered by this agency. NOTE: Contractors must be registered in the Central Contractor Registration (CCR) database to be eligible for contract award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained by calling 1-888-227-2423, or by assessing the CCR web site at https://www.ccr.dlis.dla.mil/ccr/scripts/index.html
 
Place of Performance
Address: Primary is NAWCAD, Patuxent River, Maryland. Support services may be required at other NAWCAD sites including; Lakehurst, New Jersey, China Lake California, Cherry Point North Carolina, Jacksonville Florida, and San Diego California.
Zip Code: 20670
Country: United States
 
Record
SN00334380-W 20030531/030529213620 (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.