Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2004 FBO #0985
MODIFICATION

R -- Design, Development, Installation, and Maintenance of ALRE and SE Systems

Notice Date
8/5/2004
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department Hwy. 547 Attn:B562-1, Lakehurst, NJ, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-04-R-0128
 
Response Due
12/10/2004
 
Archive Date
12/25/2004
 
Point of Contact
Sesky Paul, Contract Specialist, Phone 732-323-2705, Fax 732-323-4069,
 
E-Mail Address
sesky.paul@navy.mil
 
Description
NOTICE: THE GOVERNMENT NO LONGER HAD NEED OF THIS REQUIREMENT AND IS HEREBY CANCELLING THE REQUIREMENT IN ITS' ENTIRETY. THIS IS A COMBINED SYNOPSIS/SOLICITATION for Commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 97-26. This solicitation number N68335-04-R-0128 is issued as a competitive request for proposal (RFP). The Naval Air Warfare Center Lakehurst is establishing multiple Blanket Purchase Agreements to provide Design, Development, Installation, and Maintenance Services for the support of Aircraft Launch and Recovery Equipment (ALRE) and Support Equipment (SE) Systems in the following Statement of Work (SOW). NAWCAD Lakehurst BLANKET PURCHASE AGREEMENT (BPA) STATEMENT OF WORK 1. OBJECTIVE. The contractor shall provide engineering and other technical services for the support of Aircraft Launch and Recovery Equipment and Support Equipment. This will include determination of requirements, design, modeling and simulation, trade studies, technical data preparation, test requirements, testing, and certifications. Efforts under this task will fall into one or more of the categories: systems, hardware, and software; all as applied to launch and recovery products, landing aids, shipboard information systems such as ADMACS and its component systems, and to test equipment and test program sets. . 2. ELECTRONIC DATA. NAVAIR Lakehurst uses the MS Office Suite for word processing, spreadsheet, presentations, and other typical office automation requirements. This includes Outlook as the E-mail tool for communication and exchange of data and deliverables, and Project for planning and scheduling of work. 3. TASK AREAS. The contractor shall perform tasks in support of engineering and related technical efforts for Aircraft Launch and Recovery Equipment systems, including but not limited to Aviation Data Management and Control System (ADMACS) and component systems: Integrated Shipboard Information System (ISIS), Aviation Weapons Information Management Systems (AWIMS), Magazine Arrangement Planning Aid-Computerized (MAPA-C), New Digital Wind Management Information System (NDWMIS), Improved Fresnel Lens Optical Landing System (IFLOLS), MORIAH Wind System (MWS), and VISUAL. In addition, the contractor shall similarly perform tasks in support of Support Equipment such as the Consolidated Automated Support System (CASS) and other Automatic Test Equipment (ATE). Tasks will include: § Coordination, integration, and transition of science and technology innovations into aircraft SE and ALRE § Development of SE and ALRE requirements, and ensuring their traceability in meeting warfighter needs. This will require providing subject matter expertise on all facets of the shipboard operational environment (aircraft operations and weapons handling), to the shipboard maintenance environment. § Design, development, evaluation, verification, fielding, and in-service support for SE and ALRE as it relates to aircraft carriers, air capable ships, naval aircraft, airfields, and expeditionary airfields. This will require providing technical assistance on Navy ships, sometimes while at sea, on an as needed basis. § Software design, development, integration and test for the ship and shore environments, specifically as required to support a Software Support Activity. § Installation, initial technical support, and training for prototype aviation systems for aircraft carriers, air capable ships, naval aircraft, airfields, and expeditionary airfields. § System, hardware, and software support of systems deployed to shore and shipboard sites as well as to training sites. Familiarity with engineering concepts such as software CMM, or systems CMMI will be required for development and maintenance support efforts. § Support for Test Program Set development and maintenance programs. § Preparation of user manuals, maintenance manuals, and training manuals and/or materials for SE and ALRE type systems. § Configuration management and other infrastructure support for product data, including hardware, software, and associated data. § Information technology support for engineering programs and processes. DELIVERABLES. Monthly Progress Report. Review of work accomplished, deliverable progress, problems areas, and anticipated activity for the next period, as well as any travel or unique services provided Other data deliverables. As specified in the deliver order. Travel, Training and ODCs. Actual expenses are limited by the Government Travel Regulations and must be pre-approved by the client. PROJECT MANAGER: Richard Epstein, Code 4832 Building 562, Highway 547 Lakehurst, NJ 08733 Ph: (732) 323-5120, DSN 624-5120 Technical POC will be specified in each task delivery order. The Government reserves the right to issue multiple Blanket Purchase Agreements with a maximum estimated value of $5,000,000.00 for the life of each Agreement and to repeat the solicitation process when the maximum estimated value has been exceeded. Individual orders will be issued on either a Firm-Fixed Price or Time & Materials basis. The Government reserves the right to issue orders at less than $2,500, under established BPA, without further competition. All orders over $2,500 will be competed among all firms awarded a Design, Development, Installation, and Maintenance Services for the support of Aircraft Launch and Recovery Equipment (ALRE) and Support Equipment (SE) Systems BPA. The Government reserves the right to award additional BPAs or release firms after the award of the initial Blanket Purchase Agreements. This synopsis serves as the entire solicitation. Interested firms should provide the following information for evaluation: (1) Technical Proposal (2) Past Performance (3) Past Experience (4) Five resumes of Key Personnel. TECHNICAL: Technical Proposals will be evaluated in accordance with requirements of the Statement or Work (SOW). (Limit 20 Pages) PAST PERFORMANCE: (Limit 10 Pages) The government will conduct a performance risk evaluation based upon the past performance of the offeror as it relates to the probability of successfully performing the Statement of Work (SOW) requirements. Evaluation of past performance will be based on consideration of all relevant facts and circumstances. The evaluation will include demonstrated past performance in quality of product or service; timeliness; business professionalism; and customer satisfaction. Information utilized will be obtained from the references listed in the proposal, other customers known to the Government, CPARS (if available), and others who may have useful and relevant information. The Government reserves the right to use past performance information obtained from sources other than those provided by the offeror, and that information will be used for the evaluation of past performance. In the case of an Offeror, or proposed employees of the Offeror, that do not have past contract performance information or with respect to which information on past contract performance is not available, the Offeror will not be evaluated favorably or unfavorably on the factor of past performance. 1. The offerors shall submit a list of contracts currently ongoing or completed within the last three years. These contracts must be directly related to the types of tasks that may result from the Statement of Work (SOW). 2. Offerors shall contact their past performance references and request that each reference submit the following information: · Name of Customer · Contract Number/Period of Performance · Contract Type · Total Contract Value · Point of Contact · Contract Work Description · Written Summary of Demonstrated Past Performance in the quality of product or service; timeliness; business professionalism; and customer satisfaction. PAST EXPERIENCE Offerors shall provide a brief summary of experience with particular emphasis on work performed for NAVAIR/NAWCAD Lakehurst and/or related to Design, Development, Installation, and Maintenance Services for the support of Aircraft Launch and Recovery Equipment (ALRE) and Support Equipment (SE) Systems (include project title and contract number). In making the determination of past experience, consideration will be given as to whether an offeror has experience in Design, Development, Installation, and Maintenance Services for the support of Aircraft Launch and Recovery Equipment (ALRE) and Support Equipment (SE) Systems. (Limit 10 Pages) KEY PERSONNEL RESUMES Offerors shall submit resumes for five (5) key personnel. (Limit 3 Pages for each resume) Once the BPA is established, costs will be evaluated as part of each individual delivery order. Firms should also indicate their size, status, and email address for a point of contact. Responses should be mailed to the Naval Air Warfare Center Aircraft Division Highway 547 Building 562, Room 110 Lakehurst, NJ 08733 Attention: Veronica Anderson or emailed to veronica.anderson@navy.mil and be received no later than December 10, 2004 at 4:00 p.m. BPAs based on this synopsis may be issued from the date of synopsis through December 31, 2004. This Combined Synopsis/Solicitation will be posted on the NAVAIR homepage located at http://www.navair.navy.mil. Select “Doing Business” and “Open Solicitations.” Hard copies of this Combined Synopsis/Solicitation and Amendments will NOT be mailed to the contractors. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (05-AUG-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVAIR/N68335/N68335-04-R-0128/listing.html)
 
Record
SN00638267-F 20040807/040805220316 (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.