Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2007 FBO #2055
SOLICITATION NOTICE

16 -- Joint Performance Based Logistics (JPBL) sustainment support for the V-22 weapon system

Notice Date
7/11/2007
 
Notice Type
Solicitation Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment 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
N00019-07-R-0025
 
Response Due
8/27/2007
 
Archive Date
9/11/2007
 
Description
Naval Air Systems Command, Patuxent River, MD, AIR 2.3.3, has a requirement for Performance Based Logistics (PBL) sustainment support for the V-22 weapon system. The V-22 weapon system includes the MV-22 for the United States Marine Corps (USMC) and the CV-22 for the United States Air Force (USAF)/Special Operations Command (SOCOM). Additionally, the contractor will support selected aircraft trainers, simulators, and Peculiar Support Equipment (PSE). This PBL effort will include the preponderance of V-22 logistics support requirements: supply chain management, including obsolescence and configuration management; maintenance planning and supportability analysis; development and support of technical data; site activation and facilities planning; in-service engineering and logistics support; training and trainer support; and sustainment of PSE. It will be incumbent upon the contractor to leverage and synchronize aircraft production with logistics support to optimize reliability improvements and reduce costs and logistics footprint. Examples of the benefits the Government expects to realize from such leveraging and synchronization are: concurrent implementation of reliability improvements into production aircraft, fielded aircraft, and spare parts; concurrent management of obsolescence on production aircraft, fielded aircraft, and spare parts; concurrent procurement of spare parts and production assets; and use of onsite engineering and logistics support personnel with a robust reach-back capability to production engineering expertise. The contractor must have the engineering and systems integration expertise to assess how reliability modifications to individual systems or process changes could affect overall aircraft performance or operational usage of the aircraft. This PBL effort will exclude the following: Government Furnished Material (GFM), aircraft engines, support equipment managed and separately supported by existing PBL contracts, and those specific systems, subsystems, and components managed by other Government agencies. A copy of a draft Statement of Work can be viewed at http://www.navair.navy.mil/doing_business/open_solicitations/index.cfm This is a notice of intent to request a proposal from and negotiate with Bell Boeing Tiltrotor Team (currently registered in the CCR as Bell Boeing Joint Project Office), Amarillo, TX, who has been identified as the only responsible source capable of meeting the Government?s requirements. It is anticipated that a five-year indefinite-delivery type contract with cost-reimbursement, and potentially fixed-price, orders will be awarded to Bell-Boeing for this requirement. Numbered Note 22 applies. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Interested parties may identify their interest and submit technical information and a technical capability statement in response to this notice. Responses without a return address, mailing address, and company telephone number will not be recognized. Proprietary data in the responses will be protected where so designated. NOTE: Contractors must be registered in the Central Contractor Registration (CCR) database to be eligible for contract award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained by calling 1-888-227-2423, or by accessing the CCR web site at http://www.ccr.gov/. A determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Any questions or responses to this synopsis shall be submitted to: NAVAIR 47123 Buse Road, Bldg 2272, Suite 155, Attn: Stephen Lucianetti AIR-2.3.3.16 or Stephanie Diehl AIR-2.3.3.B, Patuxent River, MD 20670 or email to stephen.lucianetti@navy.mil/stephanie.diehl@navy.mil before 27 August 2007.
 
Record
SN01339700-W 20070713/070711224617 (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.