Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2007 FBO #1952
SOLICITATION NOTICE

49 -- Solvents Based Parts Washer (SolPW)

Notice Date
3/30/2007
 
Notice Type
Solicitation Notice
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
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
N68335-07-R-0085
 
Response Due
4/13/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The Naval Air Systems Command (NAVAIR) Lakehurst, NJ intends to procure Solvents Based Parts Washers (SolPW) and associated technical data. The units shall be Commercial-Off-The-Shelf (COTS), tailored to meet Navy/Marine Corps afloat and ashore environments. The SolPW is intended for use during off-aircraft, Fleet Readiness Center (FRC) level aviation maintenance applications where aircraft and ground support equipment component cleaning and degreasing is required, particularly aircraft wheel bearings that undergo a rigorous washing procedure in accordance with the NAVAIR 01-1A-503 bearing manual. The Government desires a unit that, at a minimum, uses a MIL-PRF-680A Type II degreasing solvent, however, a unit that utilizes a more environmentally compliant solvent with equal or better cleaning power (as defined in MIL-PRF 680A) to remove dirt, grime, oil, and grease is preferred. Additional requirements are recycling of the solvent within a closed loop system that prevents the user from coming into contact with the solvent and volatile organic compounds (VOCs) from being released into the atmosphere. The support concept for the replacement parts washer shall provide all logistics support functions necessary to maintain readiness and operational capability at the FRC level of maintenance. Logistics performance requirements will address the following elements at a minimum: Maintenance Planning, Technical Manuals, Technical Data, Training, Training Devices, Spares, and Packaging, Handling, Storage and Transportation (PHS&T). This procurement will be a competitive 100% Small Busineess set aside. A four year Indefinite-Delivery-Indefinite-Quantity contract is anticipated. Award will be based upon best value evaluation criteria and granted to the offeror whose proposal is determined to be best value to the Government. The base quantity for the first contract year is expected to be five (5) pilot production test units to be used for Government Technical Evaluation and Data Item Deliveries (DID). Delivery for the pilot production test units will be within six months after contract award. A completed unit will consist of the main unit, plumbing/power adapters and accessories, and a pilot production unit operator/service manual. The contract will provide for step-ladder quantity pricing for up to 75 production SolPW?s per year over a three year option/ordering period, with a projected total contract quantity of up to 175 production SolPW?s. It is anticipated that deliveries of pilot production units will be F.O.B. destination to Naval Air Warfare Center, Test Division, Patuxent River, MD. The Government will require technical and logistics documentation, such as operator and maintainer manuals, training material, and technical drawings. In addition, the following data will be required: Interim Support Items List; Engineering Data for Provisioning; Provisioning Parts List; Statement of Prior Submissions; Calibration and Measurement Requirements Summary; Instrument Calibration Procedures Source Data; and Validation & Verification Technical Manual. This solicitation will be posted on the NAVAIR homepage located at http://www.navair.navy.mil. Select ?Doing Business? and then ?Open Solicitations?. Look for amendments on the web page. Hard copy of solicitations and amendments will NOT be mailed to contractors. The solicitation will be posted on the web, on or about 01 May 2007. THE GOVERNMENT WILL NOT ACCEPT ELECTRONIC OFFERS. The point of contact is: Ms. Stacy McClain, phone (732) 323-4663, facsimile: (732) 323-2359 or e-mail: Stacy.McClain@navy.mil or Mr. Francis Hufnell, phone (732) 323-2902, facsimile: (732) 323-2359, e-mail: francis.hufnell@navy.mil
 
Record
SN01263266-W 20070401/070330221200 (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.