Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2005 FBO #1236
MODIFICATION

R -- Pollution Prevention and Standardization Services

Notice Date
9/21/2004
 
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-0129
 
Response Due
12/10/2004
 
Point of Contact
Elaine Lovering, Contract Specialist, Phone 732-323-5221, Fax 732-323-2359,
 
E-Mail Address
elaine.lovering@navy.mil
 
Description
This combined synopsis/solicitation has been amended to include the personnel category Project Manager and to delete TASK 7 "System Specification Analysis." 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-0129 is issued as a competitive request for proposal (RFP). The Naval Air Warfare Center Lakehurst is establishing multiple Blanket Purchase Agreements to provide Pollution Prevention and Standardization Services in the following Statement of Work (SOW). STATEMENT OF WORK SCOPE: This Statement of Work (SOW) defines the engineering, technical, analytical, investigative, research, documentation, and other technical support services as required by the NAVAIR-LAKEHURST. This work is in the technical areas identified below and as detailed in delivery orders. The contractor shall establish and maintain technical and administrative liaison with the appropriate NAVAIR-LAKEHURST Code as necessary to accomplish the tasks specified herein. 1. POLLUTION PREVENTION AND ABATEMENT PROGRAM a. NAVY STANDARDIZED DOCUMENT (NSD) PROGRAM Provide technical support to research, survey, investigate, review, analyze, technically evaluate and develop engineering and technical data and prepare documentation supporting the implementation of the Navy Standardized Document Program initiatives. It is necessary to identify the actual requirements that result in the use of toxic chemicals or extremely hazardous substances (TC/EHS). Develop revisions or amendments to existing documents or create new documents in support of NSD Program initiatives. The types of documents that specify these requirements include military and federal specifications, standards, handbooks, technical maintenance manuals, and Non-Government Standards. Executive Orders 12856, 13101, and 13148 are the governing legislation that commits each agency to strive for pollution prevention, promote source reduction, and to use environmentally preferable products and services. b. DOD ACQUISITION DOCUMENTS DATABASE (DADD) AND PROGRAM HOMEPAGE Provide technical support for computer programming, updating, troubleshooting, and transferring data to existing DADD and HMAUL Analysis Tool databases and World Wide Web homepage(s) for NSD Program. 2. AIRCRAFT STANDARD SYSTEMS, EQUIPMENT, HARDWARE, PARTS AND PROCESSES Provide technical support to research, investigate, review, evaluate and develop engineering and technical data for the preparation and development of military documentation (specifications, standards, handbooks, drawings) associated with the selection, testing, and acquisition of electrical, electronic, electromechanical and mechanical systems, hardware and parts. Recommend solutions to engineering problems relating to aircraft materials, processes, components, equipment and systems. Examples of items covered by, but not limited to, this area are: a. Electrical: Aircraft power systems, aerospace wiring systems and wiring devices, aircraft lighting systems, circuit protection systems, fiber optics, electrical wire and cable, synchros, resolvers, encoders and all electrical components, switches and connectors. b. Mechanical: Hydraulic and pneumatic systems, fuel and lube oil systems, catapult and arresting gear systems, aircraft suspension, stores and structure loading, aerospace and general purpose fasteners, fittings, bearings, hoses, tubing, and general aircraft hardware and accessories. c. Processes: Research, investigate and develop engineering and technical documentation on processes, procedures and guidance information for the acquisition of military equipment, hardware and parts. 3. AIRCRAFT SUPPORT EQUIPMENT Provide technical support to research, investigate, review, evaluate and develop engineering and technical data for the preparation and development of military documentation (specifications, standards, handbooks, and drawings). These efforts will be associated with the design, testing, and acquisition of aircraft and weapon system support equipment. Recommend solutions to engineering problems relating to aircraft materials, processes, components, equipment and systems. Examples of support equipment covered by, but not limited to, this area are: a. Measuring, Testing and Adjusting Equipment b. Signal and Power Generating, Supplying, Storing, and Converting Equipment c. Communicating, Signaling, and Lighting Equipment d. Engine and Missile System Checkout and Testing Equipment e. Gas and Liquid Supplying, Processing, Storing and Shipping Equipment f. Personnel and Solid-Material Protection Equipment g. Maintenance and Servicing Equipment h. Handling and Moving of Equipment and Solid Material i. Heating, Cooling, Ventilating, and Humidity Controlling Equipment j. Training and Simulating Equipment 4. PRESERVATION AND PROTECTIVE MATERIALS, FINISHES AND PACKAGING Provide technical support to research, investigate, review, evaluate and develop engineering and technical data for the preparation and development of military documentation (specifications, standards, handbooks, drawings), and provide engineering assistance associated with the qualification testing conducted by the NAVAIR-LAKEHURST packaging laboratory. These efforts will be associated with the selection, testing, and acquisition of preservation and protective materials. Items within this area include, but are not limited to, the following: a. Materials and techniques used in the environmental protection of equipment, material and parts. 5. SYSTEMS TECHNOLOGY/ADMINISTRATION IMPLEMENTATION Provide on-site technical office automation support for implementing and managing current technologies in Local Area Network (LAN) and Wide Area Network (WAN) office environments, including Internet access, EC/EDI, Computer Based Training (CBT) and interactive courseware, workflow processing, imaging, spreadsheets, word processing, presentation development, CASE tools, and relational database management systems (RDBMS). 6. DATABASES, AND MANAGEMENT INFORMATION SYSTEMS Conduct technical reviews and prepare reports for conferences and workshops concerning military programs. 8. SUBSYSTEMS ENGINEERING Provide engineering drawings and documentation support including computer-aided design (CAD) and finite element analysis (FEA) for existing programs and new programs, such as the launcher and recovery systems and anticipated future aircraft programs, including wingfold, arresting hook, transparencies and canopies, weapons bays and other related aeromechanical systems. Provide design and test support for mechanical testing, specification research and preparation, data compilation, trade and trend studies, reliability and maintainability engineering support. Review and evaluate engineering and technical data and recommend solutions to solve engineering problems. Conduct technical studies associated with aircraft subsystems. Develop and prepare data packages and associated documentation for use in the acquisition and testing of aircraft subsystem equipment. Document findings and recommendations and submit NAVAIR-LAKEHURST technical reports. 9. CARRIER ANALYSIS a. Furnish technical and engineering services to conduct analytical investigations into anticipated ship propulsion systems and their related interface involvement on ship and shore aircraft launch, recovery and visual landing aids systems. Pictorial and other intelligence data will be used to predict, project and/or ascertain final system size and usage. b. Provide technical services and analysis regarding the implication of present and future developments of military aircraft, ships and associated defense Technologies for existing powers such as Russia and emerging powers, such as China, India, etc. 10. ENGINEERING DEVELOPMENT SUPPORT Provide engineering and technical support to research, investigate, review or develop technical directives affecting changes to components or subcomponents of aircraft launcher, recovery, support equipment (SE), and visual landing aids (VLA) systems or installation. Also, prepare, revise or redraw engineering drawings incorporating existing or developmental component changes in design or installation of aircraft launcher, recovery and VLA systems or subsystems, and support the design and development of Proof of Principle Models of SE, VLA and Aircraft Launching and Arresting Equipment (ALRE) systems and components. Proof of principle models may be for new designs, redesigns, and Conversion In Lieu of Procurement (CILOP) programs. 11. SPARE PARTS PROCUREMENT SUPPORT Provide technical support to conduct research, review and evaluate technical data furnished by Engineering Support Request (ESR) actions to assist the Defense Logistics Agencies (DLAs) in the solution of problems associated with procurement of, suitability and interchangeability of substitute/alternate parts, and the qualification of sources of supply. Examples of items covered by, but not limited to, this area are: a. Electrical/Electronic: switches, relays, capacitors, wire, transistors, resistors, connectors, servo-components, semiconductors, printed circuit assemblies. b. Mechanical: fastening devices, bearings, valves. Gather engineering design, contract and provisioning data for the evaluation of NAVAIR-LAKEHURST component spare parts procurements. This may include reviews of multiple tiers of referenced specifications, standards, and drawings within various contract documents. Document findings and recommendations and submit in NAVAIR-LAKEHURST technical report format. 12. PARTS CONTROL PROGRAM Provide technical support to research, investigate, review, and develop engineering and technical data, prepare military documentation (specifications, standards, drawings) and other program material. Document findings and recommendations and submit in NAVAIR-LAKEHURST technical report format. These efforts will be associated with the establishment and implementation of parts control programs for the acquisition of military weapon systems, subsystems and equipment. The program objective is to achieve life cycle cost savings and enhance interchangeability, reliability and maintenance of military equipment by restricting the varieties of parts utilized in new designs and making maximum use of preferred standard parts of proven reliability already existent in the DOD supply system. PERSONNEL QUALIFICATION: The contractor is required to provide personnel having the following minimum levels of professional and technical experience. The specialized experience included, as part of the required qualifications shall have been obtained in the fields of endeavor indicated by the applicable labor categories listed below: LABOR CATEGORY: Program Manager Minimum General/Specialized Experience: This position requires a minimum of ten years engineering and business experience in providing direction and guidance to a multi-disciplined engineering and analytical staff. A specialized experience includes minimum of five years experience within the past seven years in interfacing with Cotters and technical task leaders, and managing technical projects relative to the SOW. Education: Must have a Masters Degree in an Engineering or Business discipline. Project Manager Minimum General/Specialized Experience: This position requires a minimum of five years of professional experience in conducting research, reviewing and evaluating engineering, technical, and test data, and managing engineering projects necessary to perform independent work requiring the application of intensive and diversified technical support services descibed in the SOW. Education: Must have a Bachelors Degree in engineering or related sciences or two years of additional experience will be considered equivalent to each single year in a baccalaureate program. Senior Project Engineer Minimum General/Specialized Experience: This position requires a minimum of ten years of professional experience in conducting research, reviewing and evaluating engineering and technical data, and managing engineering projects necessary to perform independent work requiring the application of intensive and diversified technical support services described in the SOW. Education: Must have a Bachelors Degree in Engineering or related sciences. Packaging Project Engineer Minimum General/Specialized Experience: This position requires a minimum of ten years experience in the preparation of military and federal specifications and standards in preservation and protective materials, finishes and packaging. Must be able to conduct research and evaluate engineering and technical data and to perform independent work in the preservation, protective materials, finishes and packaging systems. Education: Must have a Bachelors Degree in Chemical Engineering or related sciences. Membership in the National Institute of Packaging, Handling and Logistic Engineers is required. Engineers Minimum General/Specialized Experience: This position requires a minimum of five years experience on conducting engineering analyses on Naval aircraft and/or weapon systems with a desired minimum of two years current experience in working on engineering projects relative to the SOW. Education: Must have a Bachelors Degree in Engineering or related sciences. Technical Office Automation Analyst Minimum General/Specialized Experience: This position requires a minimum of fifteen years experience in establishing, updating, documenting and implementing operation and maintenance practices in an engineering environment. A desired minimum of five years of current experience relative to the SOW. Education: Must have a Bachelors Degree or two years of additional experience will be considered equivalent to each single year in a baccalaureate program. Sr. Aviation Intel Analyst Minimum General/Specialized Experience: This position requires a minimum of ten years experience in the collection and analysis of technical data and information regarding the implication of present and future developments of foreign military aircraft and associated defense technologies for existing powers such as Russia and other emerging powers. Must have insight into and awareness of current program developments of Russian and other foreign industrial organizations. Education: Must have a Bachelors Degree in Political Science with a Masters in Russian studies and fluency in the Russian language preferred. Documentation Specialist Minimum General/Specialized Experience: This position requires a minimum of five years of professional experience in technical writing and document preparation, including maintenance of military and commercial specifications, standards and related documents, encompassing technical projects associated with the areas described in the SOW. Education: Must have a high school diploma and additional technical or military training resulting in a thorough working knowledge of electrical/electronic, materials, mechanical, industrial or aeronautical engineering practices and standardization methods. Technician Minimum General/Specialized Experience: This position requires a minimum of five years experience in the collection, compilation, and application of technical data and information required for the preparation and maintenance of military and federal specifications, standards, and related documents, or the execution of assigned engineering management program projects associated with the areas described in the SOW. Education: Must have a high school diploma and additional technical or military training resulting in a thorough working knowledge of electrical/electronic, materials, mechanical, industrial or aeronautical engineering practices and standardization methods. Technical Illustrator/Draftsperson Minimum General/Specialized Experience: This position requires a minimum of five years experience of independent work in the preparation of various graphic arts projects or other symbolic visual presentations and documentation associated with the task areas described in the SOW. Ability or experience to prepare drawings by the automated method of drafting (CAD/CAM) should be included. Education: Must have a high school diploma or technical school diploma. Technical Typist Minimum General/Specialized Experience: This position requires a minimum of three years experience to work under minimum supervision in the operation of various typing and word processing equipment, required a high level of skill in the preparation and verification of technical data and a working knowledge of office equipment, procedures, and terminology. Education: Must have a high school diploma. 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 Pollution Prevention and Standardization Services 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 Pollution Prevention and Standardization Services (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 Pollution Prevention and Standardization Services. (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 562-1 Room 110 Lakehurst, NJ 08733 Attention: Elaine Lovering or emailed to elaine.lovering@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 MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (21-SEP-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 13-APR-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING 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-0129/listing.html)
 
Record
SN00787831-F 20050415/050413214105 (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.