Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2006 FBO #1823
SOLICITATION NOTICE

A -- Flight Test Services

Notice Date
11/21/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
N68936 Naval Air Warfare Center Weapons Division Dept.1 429 E. Bowen Rd - Stop 4015 China Lake, CA
 
ZIP Code
00000
 
Solicitation Number
N6893607R0003
 
Response Due
2/7/2007
 
Archive Date
3/7/2007
 
Description
The Naval Air Systems Command, Naval Air Warfare Center Weapons Division, (NAVAIR WD) China Lake, CA intends to procure flight test services on the basis of full and open competition. The government requires the services described below in support of U.S Navy, Air Force, and Marine Corps research and development flight testing. The following are required functional configurations and performance characteristics for the aircraft. All aircraft shall: Be equipped with Turbojet or Turbofan engines; Be equipped with all instruments and equipment required to meet FAA Federal Aviation Administration (FAA) Regulations Part 91 requirements for instrument flight rules; Be maintained in full compliance with all FAA directives applicable during the contract period; Have Tactical Air Navigation (TACAN) system including air-to-air ranging capability, and; Be capable of accepting Global Positioning System (GPS) Advanced Range Data System (ARDS) pod (ARDS pod to be provided by the g overnment) via a LAU-7 or similar rack. Aircraft shall be capable of: Operating from a 9,000 ft runway at 2,200 ft mean sea level (MSL) with ambient temperatures of up to 115 deg Fahrenheit; A minimum of 2-hour flight duration at moderate speeds and altitudes. (Moderate is defined as approximately 300 knots and 20,000 ft altitude.); At least 350 knots true air speed (KTAS) below 20,000 ft MSL and 0.80 indicated mach number (IMN) from 20,000 ft to 35,000 ft MSL sustained straight and level, and; Performing flight maneuvers with a load factor of at least +2.5 Gs and 0G. If multiple aircraft are proposed, they shall utilize the same basic airframe and shall be configured such that the nose aspect radar cross section is the same for each aircraft. The proposed contract type is an Indefinite Delivery Indefinite Quantity (IDIQ) with fixed price line items for flight hours and ground support hours. Time and Materials line items will also be included to cover hourly rates for ai rcraft modifications / repairs, and fuel charges. For fuel charges, t he contractor must have or be able to obtain a T-DoDAAC number. Information on obtaining the T-DoDAAC number may be found at website: https://www.afmc-mil.wpafb.af.mil/HQ-AFMC/LG/LSO/lot/docs/svcpt.doc. Multiple awards are expected and NAVAIR WD hopes to award one (1) contract to a small business if an acceptable offer is received. The minimum quantities to be procured are 5 flight hours. The maximum quantities to be procured are 5,000 flight hours. The anticipated contract ordering period is five years. (Two-year basic period plus 3 one-year option periods.) Access to classified date up to and including Top Secret is required in the performance of this contract. Performance will be at China Lake, CA and other designated sites within the Continental United States. The North American Industrial Classification System (NAICS) code is 481219; the size standard is $6.5M. The Request for Proposal (RFP) will be issued on or about 13 Dec 06 and will be available at the F ederal Business Opportunities (FBO) website at http://vsearch2.eps.gov/servlet/SearchServlet. A pre-solicitation conference and site visit will be held on or about 9 Jan 07 at China Lake and is limited to U.S. Citizens or Resident Aliens with valid green card. Offerors who plan to attend the pre-solicitation conference / site visit should send the following information to leaann.davis@navy.mil no later than 5 PM on 28 Dec 06: Name; Social Security Number; Indicate whether you are a U.S. Citizen or Resident Alien; Company you are representing. Questions concerning the RFP should be submitted to Lea Ann Davis by email at leaann.davis@navy .mil no later than 5 PM on 28 Dec 06. Questions will be addressed at the pre-solicitation conference /site visit. All responsible sources may submit a proposal which shall be considered by the agency. Proposals are due on or about 7 Feb 07. Award will be made using Federal Acquisition Regulation (FAR) Part 12 in conjunction with F AR Part 15 on or about 20 Apr 07. Please submit responses to the Cont ract Specialist, Lea Ann Davis by email at leaann.davis@navy.mil, by fax to 760-939-9651, or by mail to Commander Code 210000D, NAVAIR WD, 429 E. Bowen Rd Stop 4015, China Lake CA 93555-6108. See numbered note 12. NAICS Code = 481219 Place of Performance = Naval Air Warfare Center Weapons Division, China Lake, CA (Primary Site) and Others as Specified in Individual Task Orders Set Aside = N/A
 
Record
SN01185084-W 20061123/061121221002 (fbodaily.com)
 
Source
FedBizOpps 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.