Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2005 FBO #1426
SOURCES SOUGHT

R -- 4.8.6 Technical Services

Notice Date
10/20/2005
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
Reference-Number-4.8.6-2.5.1.3.3.5
 
Response Due
10/31/2005
 
Archive Date
11/1/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The Naval Air Systems command, Aircraft Support Contract Department (AIR-2.5.1.3), Patuxent River, MD 20670-1127 announces its intention to procure, on a competitive basis, services and materials necessary to provide technical, engineering, operations, and maintenance services to support test and evaluation equipment in various navy platforms. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible small business firms capable of providing these services prior to determining the method of acquisition and issuance of a Request for Proposal. Therefore, all interested parties are encouraged to respond. The Government is not obligated to and will not pay for any information received from potential sources a result of this synopsis. REQUIREMENTS: The Ground Support Equipment/ Peculiar Support Equipment (GSE/PSE) Development & In-Service Engineering (ISE) Division , Naval Air Warfare Center Aircraft Division has a requirement for technical, engineering, operations, and maintenance support services for the GSE/PSE TECHEVAL Branch (4.8.6.11) and Automated Test Equipment/ Test Program Sets (ATE/TPS) TECHEVAL Branch (4.8.6.12). This effort involves providing specialized technical and engineering services to support the test and evaluation of all types of support equipment used with aircraft to demonstrate suitability of the equipment in service; i.e. fleet use either shore-based or on-board ship. Programs supported under this effort require specialized experience and will include but are not be limited to the following: Joint Strike Fighter (JSF), F/A-18 (all variants), EA-6, EA-6B, AV-8B, V-22, E-2, C-130, KC-130, P-3, H-1, H-60, H-53, VH-71A, Multi-Mission Aircraft. The contractor will be required to provide support in the following functional areas: (1) Propulsion- Jet Engine Test Instrument, Shaft Engine Test Instrument , Torque Measurement Systems, supporting primary and secondary power systems, gas turbine compressor systems, and mobile and fixed engine test facilities; (2) Avionics- Communication Navigation Instrumentation , Electronic Warfare , Software Loading, Non-Destructive Inspection , Aircraft Wiring; (3) Aircraft Servicing Equipment, including airframe support equipment, supporting aircraft structures, hydraulics, pneumatics, electrical systems, fuel systems, environmental control systems, cryogenics, and crew systems, electrical power systems; (4) Aircraft and Armament Handling Equipment- aircraft/weapon Integration, armament systems, Aircraft Handling Systems; (5) Automated Test Equipment- Consolidate Automated Support Systems (CASS), Reconfigurable Transportable CASS (RTCASS) and associated Test Program Set (TPS), , Agile Rapid Global Combat System (ARGCS), Measurement Hardware Emulator (MHE), Stimulus Hardware Emulator (SHE), etc; (6) Management and Administrative Support Responsibilities and also includes support to Naval Air Systems Command (NAVAIR) for programmatic issues as required and other Externally Directed Programs. LABOR QUALIFICATIONS: The contractor is required to provide personnel having professional and technical experience. The specialized experience included as part of the required qualification criteria shall have been obtained in the fields indicated. Additionally, unless stated otherwise, experience must have been obtained within the last five years. The contractor should strive for technical excellence beyond these qualifications. A SECRET security clearance is required for all Key Personnel. All Non-Key Personnel must be capable of obtaining a SECRET security clearance. The Contract type is anticipated to be a Cost-Plus-Fixed- Fee, with an estimated total level of effort of 500,000 man-hours, 100,000 man-hours per year over a period of five years. Key Personnel should comprise approximately 60% when compared to total proposed labor hours for this effort. These services shall be performed at the Naval Air Systems Command, Patuxent River, Maryland. The period of performance is anticipated to be comprised of one base year plus four option years with performance commencing approximately 10 APRIL 2006. The following are examples of anticipated labor categories: Key Personnel Labor Categories are as follows: Senior, Electrical Engineer (CASS/TPS); Electrical Engineer (CASS/TPS); Electrical Engineer; Electronics Engineer, Mechanical Engineer, Engineering Technician (VI, V, IV, & III) (CASS/TPS); Engineering Technician (V, IV) (Avionics); Electronics Technician (III, II) (Avionics); Engineering Technician (V, IV) (Propulsion); Engineering Technician (Test Cell) (V, IV); Engineering Technician (Aircraft/Armament Handling) (V, IV); Engineering Technician (Aircraft Servicing) (V, IV); Engineering Technician (Tactical Aircraft) (V, IV); Engineering Technician (Tilt Rotor Aircraft) (V, IV); Engineering Technician Special Mission and Helicopters (V, IV); Senior Project Analyst; Project Analyst; Program Manager; Computer Systems Analyst II; Computer Systems Analyst I; Engineering Technician (Tool Control) (V, IV), Management Analysis (III, II) Non-Key Personnel Labor Categories are as follows: Junior Engineer; Engineering Technician (I, II ) (CASS/TPS); Engineering Technician (I, II, III) (Avionics); Electronics Technician (I) (Avionics); Engineering Technician (III ,II, I ) (Propulsion); Engineering Technician (Test Cell) (III, II, I); Engineering Technician (Aircraft/Armament Handling) (III, II, I); Engineering Technician (Aircraft Servicing) (III, II, I ); Engineering Technician (Tactical Aircraft) (III, II, I ); Engineering Technician (Tilt Rotor Aircraft) (III, II, I ); Engineering Technician Special Mission and Helicopters (III, II, I); Engineering Technician (Tool Control) (III, II, I), Management Analysis (I); Administration Assistance (III, II, I); Laborer SUBMITTAL INFORMATION This effort is a follow-on to the existing contract number, N000421-01-C-0135. The incumbent contractor is Eagle Systems, Inc.22560 Epic Drive, California MD 20619. SECRET level of safeguarding capabilities. The appropriate NAICS code is 541330, with a small business standard of $23.0 million. It is requested that interested small businesses submit to the contracting office a brief capabilities statement package (no more than 5 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the services listed above. This documentation must address, as a minimum, the following: (1) prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government point of contact with current telephone number, a brief description of how the contract referenced relates to the technical services described herein; (2) company profile to include number of employees, annual revenue history, office location (s), DUNS number, and a statement regarding current small business status; (3) resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications and specific experience of such personnel; (4) management approach to staffing this effort with qualified personnel which should address current hires available for assignment to this effort, possible subcontract/teaming arrangements, and strategy for recruiting and retaining qualified personnel; and (5) a statement regarding capability to obtain the required industrial security clearances for personnel. The capability statement package shall be sent by mail to contracts, Jody Reynolds, Code 2.5.1.3.3.5, Building 441, NAVAIRSYSCOMHQ, 21983 Bundy Road, Unit 7, Patuxent River, MD 20670-1127 or by facsimile to 301-757-8959 or by email to jody.reynolds@navy.mil. Submissions must be received at the office sited no later than 4:00 p.m. Eastern Time on 31 October 2005. Questions or comments regarding this notice may be addressed to Jody Reynoldst 301-757-8940 or via email at jody.reynolds@navy.mil. All responses must include the following information: Company Name; Company Address; Company Business Size; and Point-of-Contact(POC) name, phone number, fax number, and e-mail address.
 
Place of Performance
Address: NAS Patuxent River, MD
Zip Code: 20670
Country: USA
 
Record
SN00918703-W 20051022/051020212225 (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.