Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 06, 2003 FBO #0709
SOURCES SOUGHT

R -- Aging Aircraft Integrated Product Team (AAIPT) Additional Information

Notice Date
11/4/2003
 
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-N00421-04-R-TBD2
 
Response Due
11/17/2003
 
Archive Date
11/18/2003
 
Point of Contact
Alfred Hensler, Contract Specialist, Phone (301) 757-8939, Fax (301) 757-8959, - Alfred Hensler, Contract Specialist, Phone (301) 757-8939, Fax (301) 757-8959,
 
E-Mail Address
hensleraw@navair.navy.mil, hensleraw@navair.navy.mil
 
Description
The Naval Air Systems Command (NAVAIR) is actively surveying the vendor community to ascertain the level of interest in a Cost Plus Award Fee (CPAF) contract for the Aging Aircraft Integrated Product Team (AAIPT) (AIR4.1D) of NAVAIR. The charter of the AAIPT is to identify, investigate, and implement programs that will field products to improve the availability and affordability of the fleet?s aging aeronautical systems. The scope of this effort also includes analysis of failure modes, maintenance and sustainment. It involves coordination with multiple competencies and Program Offices to focus on systems across the NAVAIR spectrum. The team is tasked to identify aging problems, quantify the costs/risks associated with each problem through application of cost tools, and provide information, products and solutions to NAVAIR Program teams for implementation. The AAIPT also facilitates integration of various technology resources currently in development. In addition, the AAIPT is one of the primary members of the Joint Council on Aging Aircraft (JCAA). The JCAA is tasked by the Joint Aeronautical Commanders Group to capitalize on and optimize the effectiveness of the Services and Agencies Aging Aircraft efforts through leveraging/sharing knowledge, joint projects/programs, and executive advocacy, and to facilitate the transition of successful aging aircraft products and processes throughout the Services and Agencies.The contract will cover a period of five years comprised of one base year and four one-year options. The total estimated dollar value for the contract will be $46,100,000, which is approximately $9,220,000 for each year of the contract. The applicable NAICS Code for this requirement is 541219. The anticipated effort under the contract includes but is not limited to: Provide cost/risk/budget and financial planning, management and tracking for the Aging Aircraft IPT. Coordinate and track budget planning and execution of Non-Program Related Engineering (NPRE) efforts. Provide general administrative support for the AAIPT. Provide executive assistant support for the AAIPT lead and JCAA principals. Perform engineering, logistics, reliability, maintainability, and cost analyses to identify and mitigate current and future obsolescence/Diminishing Manufacturing Sources and Material Shortages (DMSMS) issues. Perform design and development tasks for replacement components, circuit cards, subsystems or systems to alleviate obsolescence/sustainment problems. Develop and maintain a proactive obsolescence process to identify deficiencies and develop/field solutions. Provide software system engineering, software development, configuration management, and test / verification/validation for existing obsolescence cost models and tools. Develop, test, verify and validate cost algorithms for DMSMS problems on aircraft systems and processes. Develop and execute an overall communication and public affairs program for the AAIPT. Develop tools, materials and displays to enhance engineering, programmatic and public affairs presentations and publications. Provide and maintain AAIPT conference display and materials. Provide packing, shipping, setup and teardown for AAIPT displays at multiple conventions within the continental U.S. Coordinate for registration and display fees at multiple conventions. Provide structural engineering support including teardowns, inspections, fractographic analysis, documentation and recommendations. Perform analysis, design, development, documentation, testing and qualification to identify and remedy aircraft hydro-mechanical concerns. Provide short-term consulting access to specific, highly technical specialized personnel. Provide engineering and academic services to investigate concerns and develop potential solutions for aircraft materials, components, and systems that significantly affect the Total Ownership Cost and Readiness of naval aircraft. The contractor will be requested to maintain facilities located within a 20-mile ground commuting distance of Patuxent River Naval Air Station (NAS), Patuxent River, MD. The total estimated Level of Effort for the Base year is 87,000 hours, Option Year 1 is 87,000 hours, Option Year 2 is 87,000 hours, Option Year 3 is 87,000 hours and Option Year 4 is 87,000 hours. The estimated total for the entire effort, options inclusive, is 435,000 hours. The labor categories shall reflect the necessary qualifications and experience to perform the anticipated tasks stated herein. Labor categories required for the effort include but are not limited to: Program Manager, Financial Analyst, Financial Analyst (Senior), Program Analyst, Program Analyst (Senior), Systems Analyst, Engineer (Junior), Engineer, Engineer (Senior), Applications Programmer, Applications Programmer (Senior), Consultant, Configuration Management Analyst, Graphics Specialist, Graphics Specialist (Senior), Data Technician, Clerk Typist, Administrative Assistant, Administrative Assistant (Senior). Finally, contractor personnel shall be required to have a security clearance at the level required for each specific order/technical direction letter (TDL), 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 Draft RFP on/or about 12 December 2003 with an anticipated closing date of 12 January 2004; Industry Day on/or about 20 January 2004 with the posting of the intended Final RFP on/or about 13 February 2004 with an anticipated closing date of 29 March 2004. The proposed contract award date is on/or about 14 June 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 draft and/or 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 for our requirements as stated in this synopsis. THIS 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. It is requested that Small Businesses identify themselves as such. Responses to this announcement shall be submitted no later than close of business on 17 November 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: Aging Aircraft IPT. 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. This synopsis also announces the Government?s intent to hold a Pre-Proposal Conference for the anticipated AAIPT procurement. NAVAIRSYSCOM intends to hold the Pre-Proposal Conference forum on or about 25 November 2003 to provide interested parties with additional information and to identify the proposed procurement?s way ahead schedule. The place and time have not been established and additional information will be posted on the NAVAIR web page cited above. All interested attendees must pre-register by email to Ms. Nancy Keys at keysnc@navair.navy.mil, or by facsimile at (301) 757-8959, by close of business 24 November 2003. Registering parties must include the attending individual?s name, company, phone number and email address. As seating is limited, only those pre-registered are guaranteed seating. For those individuals unable to attend the forum, the presented materials will be available on the NAVAIR website http://www.navair.navy.mil/doing business/open_solicitations/ on or about 02 December 2003. Any questions concerning this material should be submitted to Ms. Nancy Keys at the above cited email address. Telephone requests will not be accepted. Questions/comments received by 21 November 2003 may be addressed at the Pre-Proposal Conference forum. It is anticipated that the Draft Request For Proposal (number not yet assigned) will be available through the NAVAIR solicitation homepage, website http://www.navair.navy.mil/doing business/open_solicitations/ approximately 12 December 2003. This office will email a notification of release of the draft solicitation and any amendments to all prospective offerors that submit a request to register for this information via email. Requests for inclusion on the email solicitation release list should be sent to Ms. Nancy Keys (Contract Specialist) via email at keysnc@navair.navy.mil . Paper copies of the intended solicitation will not be mailed. All responses must be sent via email and must include the following information: (1) Company Name; (2) Company Address; (3) Company Business Size; (4) Point of Contact (POC) Name, telephone number, fax number and email address. Internet responses without this information will not be accepted. Phone and fax requests for a copy of the solicitation will not be accepted. Points of contact for contracts are Nancy Keys at nancy.keys@navy.mil or telephone (301) 757-2609 or Al Hensler at Alfred.hensler@navy.mil or telephone (301) 757-8952. Technical point of contact is Paul Degner at Paul.Degner@navy.mil or telephone (301) 342-7126. Point of Contact Nancy Keys, Contract Specialist, at nancy.keys@navy.mil or telephone (301) 757-2609 Al Hensler, Contracts Team Lead, at alfred.hensler@navy.mil or telephone (301) 757-8952 Patricia Cornett, Supervisory PCO, at patricia.cornett@navy.mil (301) 757-2607 Place of Performance NAVAL AIR SYSTEMS COMMAND HQ, PATUXENT RIVER, MD 20670 USA
 
Place of Performance
Address: NAVAL AIR SYSTEMS COMMAND HQ, PATUXENT RIVER, MD 20670 USA, ,
Zip Code: 20670
Country: USA
 
Record
SN00464514-W 20031106/031104213114 (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.