Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2009 FBO #2707
SOLICITATION NOTICE

J -- Depot Level Maintenance Support Services

Notice Date
4/23/2009
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division Dept. 2, N68936 NAVAL AIR WARFARE CENTER WEAPONS DIVISION DEPT.2 Naval Air Warfare Center Weapons Division Dept.2 429 E. Bowen Rd - Stop 4015 China Lake, CA
 
ZIP Code
00000
 
Solicitation Number
N6893609R0025
 
Response Due
8/3/2009
 
Archive Date
8/3/2010
 
Point of Contact
Chris Thompson 760-939-2074 Theodore Fiske, 760-939-8182<br />
 
Small Business Set-Aside
8a Competitive
 
Description
1. The Naval Air Warfare Center Weapons Division (NAWCWD), China Lake, CA intends to award a Cost Plus Fixed Fee (CPFF), Term contract on a competitive basis for Depot Level Maintenance Support Services to a single awardee. This acquisition is a 100% 8(a) competitive set-aside under NAICS code 541330, with a size standard of $27 Million. This acquisition is a follow-on effort to N68936-06-D-0024. The current contract expires 31 December 2009. The anticipated period of performance for this acquisition will be 01 December 2009 to 30 November 2014. This requirement is for contractor assistance in meeting workload "surges" at various sites, providing support for Depot Level Maintenance services in many areas related to Navy and Marine Corps air power including Depot Level Repair, logistics, engineering, program management, maintenance prototyping, and Reliability Centered Maintenance (RCM) analysis. The contractor shall also be expected to perform some assessments of organizational structure, overall efficiency, customer surveys, and to performa Air Speed and LEAN assessments to improve the quality, timeliness, and efficiency of cognizant systems support, products and services for a variety ! of fleet aircraft and support equipment that includes, but is not limited to the following: F/A-18 series, C-130 series, E-2C, C-2A, UH-1 series, AH-1W, H-60 series, H-53 series, EA-6B, Components, AV-8 series, LM2500 Engine, Mobile Facilities, Manufacturing, Maintenance, Voyage Repair Team (VRT), and V-22. 2. The Government intends to conduct a pre-solicitation conference and site visit for all prospective offerors at the Fleet Readiness Center Southwest North Island, San Diego, California on 23 June 2009 from 0800 (8:00 AM) to 1630 (4:30 PM). Questions will be taken relative to this procurement during the conference. All prospective offerors are urged to attend this conference. 3. Prior to the conference/site visit, all prospective offerors shall send a request to attend the conference to the Contract Specialist via email at chris.thompson1@navy.mil no later than 11 June 2009. Each company is restricted to 2 attendees. All requests shall furnish the name, phone number, Social Security Number, and email address of each company representative expecting to attend on company letterhead. Attendence requests received after 11 June 2009 will not be processed, requests for substitution of company representatives will not be processed after 17 June 2009. Directions and further instructions will be sent to via email to the prospective offerors. 4. Failure of a prospective offeror to attend the conference will be construed to mean that the offeror fully understands all requirements of the draft solicitation/performance work statement. Prospective offerors are advised that the pre-solicitation conference will be held solely for the purpose of explaining the specifications and scope of the performance work statement for this requirement. In no event will failure to attend the pre-solicitation conference constitute grounds for a claim after award of the contract. 5. A draft solicitation has been posted, with attachments, for industry review. Interested offerors are encouraged to provide comments and/or recommendations about the draft solicitation and performance work statement. The CDRLs, DD254, and Sections L and M are not included at this time. Please send comments and/or recommendations by email to Chris Thompson, Contract Specialist at chris.thompson1@navy.mil no later than 26 June 2009. Questions/comments/recommendations will not be addressed by telephone, nor will the Government entertain any requests for one-on-one meetings regarding this requirement. 6. The Government anticipates the release of the final solicitation on or about 03 July 2009. Place of Performance: Fleet Readiness Center Southwest (FRCSW), North Island, California; Marine Corps Air Station (MCAS) Miramar, California; Marine Corps Base (MCB) Camp Pendleton, California; MCAS Yuma, Arizona; Naval Air Station (NAS) Whidbey Island, Washington; Naval Air Warfare Center-Weapons Division (NAWCWD) Pt. Mugu, California; MCAS Kaneohe, Hawaii; Naval Base Point Loma, California; and NAS Lemoore, California
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=460922c1ed3f7e07e1335c700fe338c5&tab=core&_cview=1)
 
Record
SN01800039-W 20090425/090423215319-460922c1ed3f7e07e1335c700fe338c5 (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.