Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2011 FBO #3395
SOLICITATION NOTICE

49 -- V-22 Osprey O&I Level Peculiar Support Equipment End Items

Notice Date
3/10/2011
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment 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, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-11-R-1234
 
Point of Contact
Suzanne L. Tilton, Phone: 732-323-7436, Angela K Wilcox, Phone: 732-323-4573
 
E-Mail Address
suzanne.tilton@navy.mil, angela.wilcox@navy.mil
(suzanne.tilton@navy.mil, angela.wilcox@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Naval Air Warfare Center Aircraft Division (NAWCAD), Lakehurst, NJ, intends to competitively procure the manufacture, assembly, inspection, production and delivery of thirty-six (36) Organizational and Intermediate (O&I) Level Peculiar Support Equipment (PSE) end items for the V-22 Osprey Aircraft, for both the Marines (MV) and the Air Force (CV). The thirty-six PSE end items are divided into three (3) Lots; electrical items (Lot I), critical machining items (Lot II) and mechanical/weldments items (Lot III). Technical data items are required on an as needed basis and consist of Engineering Change Proposals, Request for Deviations and Request for Waivers. Offerors must propose to a complete Lot; partial Lots are not acceptable. Offerors can propose to one Lot, two Lots, all three Lots or any combination thereof. This is not a Multiple Award contract. The Government can award up to three (3) contracts based on the Best Value per Lot, however the Government reserves the right to award all three Lots as one contract. This will be a 100% small business set-aside procurement. The thirty-six PSE end items: Lot Part Number Description 1 901-205-810-101 Bladefold Actuator Test System (BATS) Box 1 901-220-970-101 Ultrasonic Transducer Set 1 901-232-001-101 Probe Set Eddy Current 1 901-232-006-101 Composite Repair Unit, DBL Vac Debulk 1 901-275-903-103 Cable Assy, Power 1 901-275-904-101 Loop Tester 2 901-201-007-101 Check Fixture, CCPT 2 901-210-008-101 Centrifugal Force Bearing CPRSN Fixture 2 901-210-041-101 Tool Set, Rivotless 2 901-215-039-101 Fixture, Blade Rigging, LH/RH 2 901-220-902-103 Sling, Hub & Blade 2 901-220-935-101 Adapter, Trailer, Swashplate/Pendulum 2 901-220-943-101 Hub Build-Up, Stand 2 901-220-951-101 Actuator, Proprotor Hub Pitch Change 2 901-232-017-101 Set, Foam Replacement Fuel Cell 2 901-232-102-101 Set, Lockbolt Pneudraulic Remove/Install 2 901-236-009-125 Tool, MLG Trunnion Pin Removal 2 901-240-103-101 Remove/Install Set, Gearbox Seals 2 901-244-081-101 Tool Set, Aircraft Maint, PRGB Seals 2 901-247-001-101 Tool Set, Coupling Bearing Rem/Inst 2 901-266-008-101 Tool Compression Fuel Cell 3 901-210-009-101 Fixture, Support Swashplate Assy 3 901-215-057-101 Blade Harness Alignment Tool 3 901-220-909-103 Adapter, Trailer, Proprotor Gearbox 3 901-220-916-103 Sling Assy, PR/Blade 3 901-220-924-103 Adapter, Trailer, Tiltaxis Gearbox 3 901-220-925-105 (Prod) Adapter, Trailer, Midwing GB/ECU 3 901-220-926-103 Adapter, Trailer APU 3 901-220-929-103 Wing Support Adapter Set 3 901-220-933-103 Sling, Aircraft Hoisting 3 901-220-934-101 Sling, Blade, Inverted Y 3 901-220-941-103 Crane, Maintenance, Portable 3 901-220-958-103 PRGB/TAGB Sling Assy 3 901-236-010-201 MLG Handling Adapter 3 901-266-553-101 Handling Adapter, Probe 3 901-270-073-101 Handling Adapter TFU NOTE: This competitive, small business set-aside procurement, will be conducted using the BEST VALUE Source Selection approach to select the most advantageous offer based on both non-price and price factors. The Government anticipates evaluating the offers based on technical, past performance and price related factors. The contract(s) will be Fixed-Price; Indefinite Delivery Indefinite Quantity five (5) year contract(s) with one base year and four follow-on years. The minimum contract quantity will be ordered under the first delivery order(s) and will be issued at the time of contract award. The solicitation will be posted on the NAVAIR homepage at http://www.navair.navy.mil on or about the week of March 27, 2011. Select "Opportunities" and "Open Solicitations". Except as noted here, the Government will only release the solicitation/RFP, including any subsequent amendments, on this website. No telephone requests for the solicitation will be accepted, no written requests will be accepted and no hard copies will be mailed. Any amendment issued will be posted to the same website. After the solicitation release, vendors should regularly access the website to ensure they have all amendments. No emailed or faxed proposals will be accepted. The point of contact for this effort is: Ms. Suzanne Tilton, Contract Specialist, Phone: (732) 323-7436, email: suzanne.tilton@navy.mil. RELEASE OF TECHNICAL DATA PACKAGE INFORMATION: Attachment Number 001 Drawings O&I PSE, associated with the solicitation, will NOT be posted with the RFP and must be obtained through this office. This program includes information that has been designated as "Distribution D" and is only releasable to current and approved Department of Defense (DoD) contractors. In addition, the program requires a procurement effort in certain critical technologies/data that are not releasable to foreign firms. Some documents are under Federal export control for "sensitive" or "controlled" technologies regulated by the U.S. Department of State International Traffic in Arms Regulations (ITAR) protecting national security. Data may not be exported without an approval, authorization, or license under E.O. 12470 or the Arms Export Control Act. Disclosure of the control drawings requires the verification of a current license for the oral, visual or documentary disclosure of technical data by U.S. persons to foreign persons as defined under the U.S. Department website: http://pmdtc.org/licenses.htm. Attachment 001 Drawings O&I PSE are export controlled. Contractors interested in receiving the necessary technical data for proposal purposes, must submit a valid, current DD Form 2345 Military Critical Technical Data Agreement to this office. The DD Form 2345 must be on file with the United States/Canada Joint Certification Office. To file a DD Form 2345, please visit the DLIS website at www.dlis.dla.mil/jcp/, or contact them at 1-800-352-3572. This website will provide all necessary information concerning certification under the Joint Certification Program. After release of the Solicitation, interested Firms shall submit a written request for a copy of the Technical Data Package through Suzanne Tilton at: suzanne.tilton@navy.mil. To obtain a copy of Attachment 001 Drawings O&I PSE, the written request must be submitted to this office and must include the name of your company, mailing address, phone number, email address, current CAGE number and a copy of current DD Form 2345. IMPORTANT INFORMATION: Registration in the Department of Defense DoD Central Offeror Registration (CCR) database will be a prerequisite for receiving an award. For more information on the CCR, refer to the CCR website at http://ccr.gov/index.cfm. Numbered Notes 1 and 9 apply: 1. The proposed contract is 100% set aside for small business concerns.. 9. Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Product Lists, Military Handbooks, and other standardization documents from the DoD Single Stock Point (DODSSP), in Philadelphia, PA. Most documents are available in Adobe PDF format from the ASSIST database via the Internet at http://assist.daps.mil. Users may search for documents using the ASSIST-Quick Search and, in most cases, download the documents directly via the Internet using standard browser software. Documents not available for downloading from ASSIST can be ordered from the DODSSP using the ASSIST Shopping Wizard, after establishing a DODSSP Customer Account by following the registration procedures or by phoning the DoDSSP Special Assistance Desk at (215) 697-2179 (DSN: 442-2179). Users not having access to the Internet may contact the DODSSP Special Assistance Desk at (215) 697-2179 (DSN: 442-2179) or mail requests to the DODSSP, Bldg. 4/D, 700 Robbins Avenue, Philadelphia, PA 19111-5094. Patterns, Drawings, Deviations Lists, Purchase Descriptions, etc., are not stocked at the DODSSP. Any questions about this announcement shall be submitted to the following: suzanne.tilton@navy.mil, or at Naval Air Warfare Center Aircraft Division, Highway 547, Building 562, Room 306, Attn: 2.5.2.2.2ST, Lakehurst, NJ 08733-5082. Note all questions and answers specific to this solicitation will be posted to the NAVAIR website. THIS PRE-SOLICITATION NOTICE IS NOT A REQUEST FOR PROPOSAL! The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. This synopsis is for information and planning purposes only, it does not constitute a solicitation for bid or proposals, and should not be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-11-R-1234/listing.html)
 
Place of Performance
Address: Contractor's facility., United States
 
Record
SN02398379-W 20110312/110310234916-64277b7f790d0e808b841a6a9f4397de (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.