Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2007 FBO #1984
MODIFICATION

15 -- United States Navy/Marine Corps Avionics Modernization Program electrical systems of the C/KC-130T aircraft

Notice Date
5/1/2007
 
Notice Type
Modification
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, MD, 20670, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N00019-06-R-0040MOD01
 
Response Due
6/5/2007
 
Archive Date
6/6/2007
 
Point of Contact
Mary Ann Foran, Contract Specialist, Phone (301) 757-5932, Fax 301-757-5946, - Kimberlee Stapleton, Contract Specialist, Phone (301) 757-5922,
 
E-Mail Address
MaryAnn.Foran@navy.mil, kimberlee.stapleton@navy.mil
 
Description
The Naval Air Systems Command, Patuxent River, Maryland is issuing a Draft Request for Proposal (RFP), N00019-06-R-0040, as Full and Open Competition under the North American Industry Classification System (NAICS) code number 334511 Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing with the size standard in number of employees at 750. The anticipated requirement is for the modification of the USN/USMC avionics and electrical systems of the C/KC-130T aircraft. This modification will require that all known Communication Navigation Surveillance / Air Traffic Management (CNS / ATM) requirements be met and allow for safe operation of the aircraft with a crew reduction to three personnel; pilot, copilot and flight engineer. Additionally, it shall address obsolescence, increased reliability, maintainability, sustainability and lower total ownership cost. The modified aircraft shall meet or exceed the minimum requirements of the C/KC-130T Avionics Modernization Program (AMP) Systems Requirements Document (SRD). There will be a single contract that covers two phases, Integration and Production. The Integration phase will consist of procurement, integration and test of a single modified KC-130T test article. The Production phase will cover follow-on recurring installs. NAVAIR requests that electronic responses be provided by 5 June 2007 to LCDR Jose Sanchez, at Jose.L.Sanchez2@navy.mil. Questions pertaining to the Draft RFP can be directed to LCDR Sanchez via email. All questions pertaining to the Draft RFP shall be provided to NAVAIR in writing. For purposes of responding to the NAVAIR solicitation for C-130 AMP a Technical Data library will be established for approved offerors to access data determined necessary to develop and submit proposals. The library will be accessible via the world wide web and should be ready for access not later than 1 June 2007. Notification of library address and accessibility will be provided at a future date. Access will be granted to contractors who provide an approved DD Form 2345 and a statement of the intended use of the data to LCDR Jose Sanchez, C-130 AMP Contracting Officer. Information for submitting DD Form 2345 and becoming a Qualified US Contractor under the Qualified Contractor Program (QCP) can be found within DoD Directive 5230.25 and at the Defense Logistics Information Service web site: http://www.dlis.dla.mil/ follow the link ?services? to ?US/Canada Joint Certification Pogram (JCP). NAVAIR a copy of the Draft RFP will be electronically released on on the NAVAIR website, http://www.navair.navy.mil/business/business.cfm. No hard copies of the solicitation or amendments will be provided. All correspondence will be via email to the Contract Specialist. There is no commitment by the Government to issue a solicitation, make an award or awards, or to be responsible for any monies expended by any interested parties in support of the effort mentioned above. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. **This Modification removes the previous numbered Note 22** NOTE 22 DOES NOT APPLY TO THIS SOLICITATION
 
Place of Performance
Address: Lexington Park, Md
Zip Code: 20670
Country: UNITED STATES
 
Record
SN01285075-W 20070503/070501233543 (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.