Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 03, 2016 FBO #5306
SOLICITATION NOTICE

H -- N0038316G003H-FSR SUPPORT

Notice Date
6/1/2016
 
Notice Type
Presolicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
N00383 NAVSUP Weapon Systems Support Philadelphia PA NAVSUP 700 Robins Avenue Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N0038316G003H
 
Response Due
6/16/2016
 
Archive Date
6/16/2017
 
Point of Contact
Melissa Fisher 215-697-5844
 
Small Business Set-Aside
N/A
 
Description
This is a synopsis for 1 year of Field Service Representative (FSR) and Reliability Maintainability Quality Supportability and Interoperability (RMQSI) support for the F/A-18 E/F and EA-18G Generator Converter Unit (GCU). Specifically, 2 FSRs shall be located at FRC Mid Atlantic and 2 at FRC West to support flight line and Intermediate shop and 1 at FRC North West to support the flight line. Objectives include: -Document reasons for GCU removals at the O-level. -Document what work was performed at the I-level to repair GCUs. -Document what work was performed at the depot to repair Shop Replaceable Assemblies (SRAs)/BCM ™d (Beyond Capable Maintenance) GCUs from the I-level. -Ensure that all relevant trouble shooting (T/S) was performed per the published maintenance manuals, assess effectiveness of T/S in identifying discrepant GCUs at the O-level, and SRA and associated piece parts replaced during I-level repair. -Provide formal training classes to reinforce troubleshooting techniques and operation of test equipment. Any and all source code, models, prototypes, programming, language, licensure, enterprise-wide rights, software, Contract Data Requirement Lists (CDRLs), manuals, training documents, and other similar products and related data developed, modified, or created under the agreement shall be exclusively at the U.S. Governments expense. Per DFARS 252.227-7014(b)(1), all of these items must be delivered to the U.S. Government with unlimited rights. As such, the Government may use, modify, reproduce, release, perform, display, or disclose the source code in whole or in part, in any manner and for any purpose whatsoever, and it may authorize others to do so. The Organization Level (O-level) FSR shall: -Provide technical assistance in person and remotely to squadron maintainers. This assistance shall include troubleshooting, interpreting and evaluating reported discrepancies to determine if a GCU should be removed for repair, provide informal on the job training to reinforce troubleshooting techniques and interpreting technical manuals in support of GCU maintenance. -Provide a report for all GCUs removed from aircraft and sent to I-Level for repair. If the FSR was unable to support the GCU maintenance directly the FSR shall investigate and identify actions taken by the aircraft maintainers for the report to include OOMA processing and data transmission integrity. -A FSR report shall be provided monthly. The Intermediate Level (I-level) FSR shall: -Provide technical assistance to Intermediate USN Technicians or government personnel. This assistance shall include troubleshooting and evaluating reported discrepancies to assist in determining if GCU SRAs or piece parts were discrepant and they were the cause(s) for the GCU removal. -Provide a report for all GCUs repaired at the I-Level. -A FSR report shall be provided monthly. FSRs shall provide support to FST and NATEC ETS personnel with regards to special investigations or to improve training. The Reliability Engineering Services shall include: -Collect data in support of RMQSI metrics. -Monitor fleet data sources (Deck Plate) and provide analysis of RMQSI data elements and provide reports covering ongoing GCU repair production, engineering, logistic and maintenance activities. -Assess hardware interdependencies, interoperability, loading methods, and Support Equipment (SE)/Test Program Set (TPS) impacts. -Collect data from all maintenance events (O, I and D) and maintenance databases and perform reliability analysis. -Continually monitor MTBR (Mean Time Between Repair or Mean Time Between Removal) data, and identify reliability improvement opportunities. - Forecast reliability and associated repair demand. -Analyze repair actions taken in order to identify failure modes and trends. The Program Manager tasks shall include: -Provide overall management and act as a dedicated Point of Contact for the interim support effort. -Coordinate activities associated with Field Service Support, Reliability Engineering Support, training, and data collection and analysis. -Coordinate activities between in-field support and the contractor. -Deliver a Monthly Status Report including product performance, cost execution, update on deliverables and an overall status of the program. Formal training shall include 4-week training courses with USN Technicians. The training shall: -Provide principles of theory and operation of GCUs. -Understand the purpose of each test and the location of the circuits under test within the GCU. -Provide principles of theory and operation of test equipment. -Identify observed improper handling and rework practices that can damage equipment -Proper documentation of pertinent information needed to facilitate Deck Plate analysis and problem reports (i.e. Engineering Investigation requests). The subject service requires government source approval prior to contract award, as the technical data available has not been determined adequate to support procurement via full and open competition. Only the approved source(s) previously approved by the government and their authorized distributors for this service are considered for award. Information concerning source approval request may be found at the following internet site: https://www.navsup.navy.mil/navsup/ourteam/navsupwss/business_opps. Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Products Lists (QPLs), Qualified Product Databases (QPDs), Military Handbooks, and other standardized documents from the DoD Single Stock Point (DODSSP) at Document Automation and Production Service (DAPS) in Philadelphia, PA. NOTE: Pattern, Drawings, Deviation Lists, Purchase Descriptions, etc. are NOT stocked at DODSSP. Most documents are available in Adobe PDF format from ASSIST-Online at: http://dodssp.daps.dla.mil. Users may use ASSIST-Quick Search to search for and download available documents directly using standard browser software. The proposed requirement is for a service for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. All responsible sources may identify their interest and capability to respond to the requirement or submit proposals, quotations or capability statements. This notice of intent is not a request for competitive proposals. However, all proposals received within 45 days (30 days of award if issued under an existing Basic Ordering Agreement (BOA)) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed requirement 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 to the contracting officer their interest and capability to satisfy the Governments requirement with a commercial service within 15 days of this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00383/N0038316G003H/listing.html)
 
Record
SN04134678-W 20160603/160601234840-88ae952b25b10d9335712c603a0f0b4a (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.