Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2004 FBO #0991
SOURCES SOUGHT

A -- Engineering, technical, administrative, operational, maintenance, repair, and calibration support services

Notice Date
8/11/2004
 
Notice Type
Sources Sought
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
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
N00421-04-R-0082
 
Response Due
5/12/2004
 
Archive Date
10/31/2004
 
Point of Contact
Tonecia Porter, Contract Specialist, Phone 301-757-9737, Fax 301-757-9046, - Veronica Singmore, Contracting Officer, Phone (301) 757-9765, Fax 301-757-9760,
 
E-Mail Address
tonecia.porter@navy.mil, veronica.singmore@navy.mil
 
Description
This is a SOURCES SOUGHT notice for engineering, technical, administrative, operational, maintenance, repair, and calibration support services for the Propulsion segment of the Propulsion and Power Department (AIR 4.4), Naval Air Warfare Center Aircraft Division (NAWCAD), Patuxent River, Maryland. This IS NOT a Request for Proposal. No solicitation exists at this time. 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. This sources sought provides for the procurement of efforts initially synopsized under Sources Sought Synopsis, N00421-03-R-0133. It should be noted that efforts originally synopsized under the aforementioned sources sought announcement have been revamped. The power segment will be a separate solicitation. RESPONSE DEADLINE: Interested sources shall submit a capability package by 12 MAY 2004 (10 pages or less) containing: 1) Company Name and Address, 2) Company Point of Contact including Email Address and Phone number, 3) Company?s Business Size and Status under SIC Code 541710 (business size 1000 employees), and 4) specifics addressing the company?s capability and experience with tasking and Naval aircraft propulsion systems listed under Requirements below, 5) Potential Teaming Arrangements, 6) Related Past Performance, and 7) General Corporate Information. Responses shall be forwarded to Contracts Specialist, Tonecia Porter, Code 2.5.1.4.2.3, 21983 Bundy Road, Bldg 441 Unit 7, Patuxent River, MD 20670. Only electronic or mail responses will be accepted; PHONE AND FAXED responses will not be accepted. For mail responses, send two hard copies. Email responses shall be sent to tonecia.porter@navy.mil with ?SS-N00421-04-R-0085? in the subject line of the email. For questions please contact Mrs. Tonecia Porter at 301-757-9737 or Ms. Veronica M. Singmore at 301-757-9765. The period of performance is estimated to be one base year plus four 1-year options with performance commencing approximately OCT 2004. The requirement for this effort will be based on a performance statement of work. This work requires the prospective contractor to have a SECRET clearance. REQUIREMENTS: The AIR 4.4 department of the Naval Air Systems Command is the lead activity for research and development, systems engineering and integration, engineering analysis and evaluation, test and evaluation, and in-service engineering support of Naval aircraft propulsion systems, including: air breathing engines and manned and unmanned aircraft and missiles; helicopter transmissions and drive systems; aircraft and engine fuel systems, and ground refueling systems; turbine engine fuel; gearbox, propeller and transmission oils and greases and propulsion systems performance. PERFORMANCE LOCATION: Primary location for services in support of this contract will be at the NAWCAD, Patuxent River, MD; however some support may be required at the contractor?s facility. In addition technical support for Research Development Testing & Evaluation (RDT&E) project support may be required for extended periods of time at locations other than Patuxent River, MD. TASKING: The contractor shall provide program support for the Propulsion segment of the Propulsion and Power Department including maintaining, tracking, and reporting on project funding and expenditures; developing Reliability, Maintainability & Availability (RM&A) analysis techniques for propulsion systems; generating/reviewing propulsion specifications, standards, and reference documents; providing information management services and developing and maintaining databases and web-based products; participating in Navy aircraft propulsion strategic planning, business development, and marketing services for RDT&E facilities, products, and services. The contractor shall provide Integrated Program Team support including supporting design, test, and quality assurance efforts; monitoring and investigating adverse trends affecting developmental and production aircraft propulsion systems quality, reliability, and mission performance; conducting technical assessment of advanced technology air breathing propulsion components and systems; conducting trade studies on propulsion systems in order to support U.S. Navy planning and future U.S. Navy needs; performing engineering evaluations of structural data submitted by the original equipment manufacturer (OEM) and analyzing advanced component structures, coatings, and cooling schemes identifying promising technologies to pursue; supporting tri-service specification activities relative to helicopter drive systems, auxiliary power systems and units; defining technical requirements, identifying shortfalls, and monitoring performance of fielded systems related to all Navy helicopter power drive systems/components, engine mechanical systems, and auxiliary power systems/components; and establishing strategies for Navy Science and Technology investments in propulsion systems research and development. The contractor shall provide administrative, secretarial, and clerical support including but not limited to the preparation of presentations and graphics arts; tracking projects and budgets; preparing financial and technical data, reports, and other documentation; performing office tasks; and providing conference and workshop coordination and support services. The contractor shall support laboratory facilities within the Propulsion and Power Department including but not limited to the Propulsion Systems Evaluation Facility, the Accessory Mounted Auxiliary Drive test facility, the Fuels and Lubricants test facility, Aircraft Test and Evaluation Facility, and the Chemistry Laboratory while performing the following typical tasks: providing engineering and technical services to support and other dynamic testing; propulsion, transmission, and drive system performance testing; aircraft, engine, and ground systems fuels testing; gearbox, propeller and transmission oils and greases testing. Additionally, the contractor shall ensure the availability of instrumentation and test apparatus needed to carry out test program objectives and adapt/modify existing test equipment to meet measurement techniques; design and fabricate new instrumentation and wiring set-ups; perform test set-ups, install test articles, operate test equipment; collect, record, and analyze test data; conduct tests and analyze laboratory and/or flight test data against approved test plans; and install new test facilities or equipment and develop test methods or procedures to facilitate safe introduction. SOLICITATION: The solicitation requesting formal Requests for Proposals will be posted on NAVAIR web site http://www.navair.navy.mil/doing_business/open_soliticitations/ in approximately 60-90 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 registering and annual confirmation requirements may be obtained by calling 1-888-227-2423, or by accessing the CCR web site at https://www.ccr.dlis.dla.mil/ccr/scripts/index.html.
 
Place of Performance
Address: Naval Air Warfare Center Aircraft Division (NAWCAD), Patuxent River, Maryland.
Zip Code: 20670
 
Record
SN00641750-W 20040813/040811212713 (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.