Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2007 FBO #1882
SOLICITATION NOTICE

66 -- ENGINE COMPONENTS TEST STAND (AECTS)

Notice Date
1/19/2007
 
Notice Type
Solicitation Notice
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department Hwy. 547 Attn:B562-3C, Lakehurst, NJ, 08733-5083, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-N68335-07-C-0180
 
Response Due
2/5/2007
 
Description
The Naval Air Warfare Center Aircraft Division Lakehurst intends to procure from Testek Inc. 12271 Globe Road, Livonia, Michigan 48150 Aircraft Engine Components Test Stand (AECTS) A/F37T-21(P/N: 101990). The AIRCRAFT ENGINE COMPONENTS TEST STAND (AECTS) A/F37T-21(P/N: 101990) provides testing capability of typical aircraft electrical power generation components. The Navy requires maintenance engineering and technical support for their sixty-two (62) AECTS, to insure the availability of system components and/or system performance meet the requirement of Technical Manual (AG-AECTS-MIB-000). The Navy's AECTS assets are located both CONUS and OCONUS. This maintenance engineering and technical support will be used to maintain the functional readiness of these AECTS, to test Navy/Marine Aircraft Generators. The contractor must have the required technical knowledge of the AECTS and a technical background to maintain and or repair it. The contractor must have complete technical knowledge of the system software required to meet the functional and performance requirements in the AECTS Technical Manual (AG-AECTS-MIB-000). The contractor must have technical knowledge to determine the root causes of hardware and software failures of the AECTS, and the ability to develop proper corrective actions in a timely manner. The contractor must have the technical personnel and resources to resolve all AECTS operational/functional problems, in a timely manner. The contractor must have the ability to obtain all of the technical and functional data rights from the original vendor. The target performance criteria(s) are: (1) The complete repair, calibration, functional test and return of repairable defective AECTS asset (7R/OR COG). ;(2) The shipment of replacement asset to AECTS customers, within a maximum of 48 hours, excluding weekend days and federal holidays, after the receipt of the request.;(3) Broad Arrow Requisitions, as identified by a project Code of ZF7, must be filled within forty-eight(48) hours of requisition receipt.;(4) Seven-day shipment status on assets for non-Broad Arrow non-repairable request. ;( 5) Tracking and assets management of all government assets. ;( 5) Maintaining the form, fit, and function of all AECTS configuration during this period of performance. ;( 6) Timely repairs of AECTS assets governed by applicable government/vendor?s drawings and specifications; and (7) Establish a Quality Assurance Program in accordance with ISO 9000 series. TESTEK Inc. has proprietary rights to the AECTS . TESTEK Inc has the unique qualifications to perform this effort. They have the required knowledge of the AECTS and a outstanding history of satisfactorily performing similar type work within budget and on schedule. They have key personnel that have at least ten years of proven successful experience in the design, fabrication and installation of the AECTS. TESTEK Inc is regularly engaged in this type of work and has the equipment, tools, technical personnel and experienced engineers for the fabrication and installation of AECTS components. TESTEK Inc. is the only known source with the capabilities and resources available to perform this effort. TESTEK Inc. is the designer, manufacturer and current technical supporter of all the fielded AECTS( both Commercial and Military). This notice of intent is not a request for competitive proposals. However, the Government will consider all responses received within fifteen days after the date of publication of this synopsis. A determination by the Government not to open the requirement to competition based upon responses to this notice is solely within the discretion of the Government. Information received as a result of this notice of intent will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Stacy McClain is the point of contact for this notice and can be reached at telephone: (732) 323-4663 and e-mail address: Stacy.McClain@navy.mil. Responses must be received in writing no later than February 05, 2007 (4 pm EST).
 
Record
SN01215651-W 20070121/070119225902 (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.