Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2008 FBO #2582
SOLICITATION NOTICE

L -- E-2D Consulting Services

Notice Date
12/19/2008
 
Notice Type
Presolicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00421-1300119112
 
Response Due
1/2/2009
 
Archive Date
1/17/2009
 
Point of Contact
Douglas A. Owen, Phone: 301-995-4281
 
E-Mail Address
douglas.owen@navy.mil
 
Small Business Set-Aside
N/A
 
Description
Solicitation N00421-1300119112 is issued as a request for quote. The Government intends to purchase on a firm fixed-price basis and to solicit and negotiate the proposed purchase order on a sole source basis with AArena Consulting., for the line items listed below, under the authority of FAR Part 6.302-1. The contract line item numbers and description are: CLIN 0001- Quantity 1 Lite, Air Vehicle AArenas Labor per below SOW CLIN 0002 – Quantity 1 Lite, Air Vehicle AArenas Travel per below SOW STATEMENT OF WORK AArena Consulting, Inc. Consultant, Flight Control Systems 1.0 BACKGROUND The Naval Air Systems Command (NAVAIRSYSCOM) Flight Control Branch, AIR 4.3.2.6, is responsible for flight control systems and related components and subsystems for all Navy aircraft platforms from concept development, engineering design & development, test & evaluation, and in-service fleet support. E-2D has carried over the same mechanical control system from the E-2C, which is considered old technology from the early 70’s. In particular, the flap drive system/flap brakes, and actuator seals & piston rod coating have been proven to have low R&M. As the mechanical FC system designer working for the prime contractor, NGC for over 42+ years, Aldo Arena has in-dept knowledge and experience that can benefit the on-going improvement programs that the E-2D requires. This includes inputs to technical development plans for design guidelines, evaluation of proposed design, monitoring of engineering design development and qualification test, witness testing and review and approve test reports. His primary role is to support and assist NAVAIR (AIR-4.3.2.6) POC to make technical decision and to provide sound technical direction to program management on a timely manner. 2.0SCOPE OF WORK This Statement of Work encompasses those engineering activities essential to NAVAIRSYSCOM’s fixed-wing, Early Warning air vehicle flight control system support. 3.0TECHNICAL SUPPORT 3.1E-2D Flap Drive System/Flap Brake Improvement The contractor shall assist with analysis/review of program requirements and shall assess the technical implications of the requirements relative to the current aircraft configurations. The contractor shall examine requirements statements for attributes such as completeness, thoroughness, consistency, traceability, soundness, adequacy, risk/benefit tradeoffs and compliance with established Program policies. The contractor shall review program schedules and shall assess technical risks associated with proposed test plans for the E-2D Flap Drive System/Flap Brake Improvement. Findings and recommendations shall be prepared and provided to the Branch. 3.2Aileron/Rudder Actuator Seal & piston rod coating Improvement The contractor shall assist with analysis/review of program requirements and shall assess the technical implications of the requirements relative to the current aircraft configurations. The contractor shall examine requirements statements for attributes such as completeness, thoroughness, consistency, traceability, soundness, adequacy, risk/benefit tradeoffs and compliance with established Program policies. The contractor shall review program schedules and shall assess technical risks associated with proposed test plans for the Aileron/Rudder Actuator Seal & piston rod coating Improvement. Findings and recommendations shall be prepared and provided to the Branch. 3.3Other tasks as required by 4.3.2.6 Technical POC The contractor shall support other tasks as required by the Branch. These tasks shall include review of E-2 FCS lessons-learned and engineering investigations. 3.4Documentation/Issue Review The contractor shall generate/analyze/review aircraft program planning, engineering, system or related technical documents and other pertinent documents. The contractor shall ensure that the documentation is complete and accurate, and is correlated in content with other related and pertinent Program materials and is in accordance with Program Standards. 3.5Progress Reporting The contractor shall prepare a monthly progress report summarizing activities during the previous month, the progress of special assignments and status of funding. Reports and memoranda regarding meetings, trips and specific tasks prepared and issued during the month shall be cited. The financial portion of the report shall include the following: •The total estimated cost budgeted --- $60K •The estimated cost expended during the current reporting period •Identification of direct labor hours •Total project to-date expenditures •Total remaining funds The report shall be submitted electronically to both the technical and contractual representatives listed in Section 10.0 by the fifth (5th) business day of the month. 7.0TRAVEL: $7,500 The contractor shall attend technical interchange meetings, design reviews, working group meetings and other events as required by FC technical POC. Award is expected 12 Jan 2009. 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 by 02 Jan 2009 will be considered by the Government. A determination by the Government not to compete this proposed contract based upon the responses to this notice is solely within the discretion of the government. Information received will normally be considered for the purpose of determining whether to conduct a competitive procurement. The Government will not pay for any information received. Fascimile proposals are acceptable. For information contact: Doug Owen, 301-995-4281, 301-757-8959 fax, or email: douglas.owen@navy.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0867b7864d0cc2d0e96bcd031a3265ec&tab=core&_cview=1)
 
Place of Performance
Address: Naval Air Warfare Center, Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN01722151-W 20081221/081219215533-e7f27d6568b909c60724e64b3bd4f1c5 (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.