SOLICITATION NOTICE
A -- Engineering, Technical and Administrative Support for Reliability, Maintainability, Testability, Quality Assurance, Diagnostic, and System Safety Analyses
- Notice Date
- 11/26/2003
- Notice Type
- Solicitation Notice
- 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, MD, 20670
- ZIP Code
- 20670
- Solicitation Number
- N00421-03-R-0056
- Response Due
- 12/15/2003
- Point of Contact
- Susan Cusic, Contract Specialist, Phone (301) 757-2616, Fax (301) 757-8959, - Alfred Hensler, Contract Specialist, Phone (301) 757-8939, Fax (301) 757-8959,
- E-Mail Address
-
cusicsm@navair.navy.mil, hensleraw@navair.navy.mil
- Description
- The purpose of this synopsis is for the Naval Air Systems Command to announce its intent to contract for technical, engineering, and administrative services (NAICS code 541330, SIC code 8711 and Federal Supply code R425) for the reliability, maintainability, systems safety, diagnostics, and testability support of Naval aircraft and their subsystems. This is not a formal Request for Proposals. This contractual effort provides for engineering, technical and administrative support for reliability, maintainability, testability, quality assurance, diagnostic, and system safety analyses during the design, development production, and in-service cycles of Naval aircraft and their systems. This support encompasses carrier based tactical aircraft, shipboard capable vertical/short takeoff and landing aircraft, maritime support aircraft, unmanned aircraft, tactical weapons systems, support systems and equipment, and aircraft launch and recovery equipment. This action is a follow-on to contract N00421-01-C-0062. The incumbent contractor is Mantech Systems Engineering Corporation, 12015 Lee Jackson Highway, Fairfax VA 22033-3300. The primary location for services in support of this contract will be at the Naval Air Warfare Center Aircraft Division (NAWCAD) Patuxent River, MD 20670. However, support services may be required at other NAWCAD sites including; Lakehurst, NJ; China Lake, CA; Cherry Point, NC; Jacksonville, FL; and San Diego, CA. In addition, technical support for project tests may be required for extended periods of time at locations other than Patuxent River, MD. The contractor shall perform or review for technical accuracy and adequacy, reliability and maintainability (R&M) and built-in test (BIT) engineering design tasks for new aircraft, and unmanned aviation vehicles, avionics systems, support equipment, development and system modifications. Engineering design analyses for development and system modifications to Navy aircraft and unmanned aviation vehicle systems, e.g., avionics, electrical, mechanical, propulsion systems, and aviation support equipment. The contractor shall provide R&M support in conducting equipment ground testing, integrated on-aircraft flight testing and environmental testing for evaluation of new designs, design modifications and engineering change proposals (ECP) for developmental and in-service equipment and aircraft. The contractor shall develop test procedures; prepare test plans; collect and store test data; analyze and evaluate equipment test data to determine R&M characteristics; document equipment deficiencies; and document test results. The contractor shall participate in project meetings, conferences, failure review boards, and reviews at contractor and government facilities as appropriate. The contractor shall analyze operational flight data, maintenance data, and procedures to ascertain R&M characteristics and identify R&M problem areas. Assist in the identification, development, implementation, and evaluation of design modifications, and engineering change proposals affecting R&M. The contractor shall support top level R&M program planning to ensure that all appropriate R&M tasks and activities are included and specifically tailored for cost effective execution and compatibility with program schedules and milestones. The contractor shall support the use and development of web based R&M tool sets to facilitate program planning functions, including risk analyses, knowledge management systems, and other specialty and COTS software management products used in R&M program planning, performance assessments, and decision making processes. The contractor shall provide technical support in developing specialized computerized and non-computer based analytical models to support R&M engineering and design analyses. The contractor shall perform and document various System Safety hazard analyses on aircraft and weapons systems, subsystems, support systems and components, including hardware and software, for all life cycle phases. Review and conduct system safety evaluations of Engineering Change Proposals, specifications, test reports and test data provided from flight, ground and laboratory tests. The contractor shall participate and support program meetings, technical interchange meetings, planning conferences and various related working group meetings. These conference/trips are to include System Safety Working Groups, design reviews, program status reviews, Weapon System Explosive Safety Review Boards (WSESRB), test planning coordination meetings, test and evaluation working groups, data extraction working groups and test requirements working group meetings. The contractor shall participate in and monitor aircraft (original manufacturer, government facility or fleet activity) laboratory, ground, or development flight tests concerning aircraft or weapons, system, subsystem or component improvements for safety related issues. The contractor shall review and comment on prime contractor CDRL deliverables and provide recommendations to the appropriate government sponsor to accept/reject CDRLs. The contractor shall Maintain and update database of safety action records, hazard material reports, mishap/incident reports, Accident Report Recommendations (ARREC) reports, CDRL status, and specific platform/weapon data requirements. The contractor shall participate and support the flight clearance process by providing current safety data, open hazards and issues/concerns to the flight clearance boards. The contractor shall furnish on-site administrative and clerical personnel to support the R&M and System Safety competencies in the performance of the recurring tasks required to maintain electronic records, and produce required letters, memoranda, and reports in draft or final form. The contractor shall provide project financial management support. The contractor shall assist in developing meeting presentation materials as required. The contractor shall be capable of performing all the duties associated with administrative office management functions. It is the Government?s intent to award a single Cost Plus Fixed Fee (level of effort) type contract to the offeror who provides the best overall value to the Government. It is anticipated that the final request for proposals (N00421-03-R-0056) will be available through the NAVAIR solicitation homepage, http://www.navair.navy.mil, approximately 11 December 2003. This office will e-mail a notification of release of the solicitation and any amendments to all prospective offerors that submit a request to register for this information via e-mail. Requests for inclusion on the e-mail solicitation release list should be sent to Ms. Sue Cusic (Contract Specialist) via e-mail at Susan.cusic@navy.mil. Paper copies of the solicitation will not be mailed. All responses must be sent via email and must include the following information: (1) Company Name; (2) Company Address; (3)The purpose of this synopsis is for the Naval Air Systems Command to announce its intent to contract for technical, engineering, and administrative services (NAICS code 541330, SIC code 8711 and Federal Supply code R425) for the reliability, maintainability, systems safety, diagnostics, and testability support of Naval aircraft and their subsystems. This is not a formal Request for Proposals. This contractual effort provides for engineering, technical and administrative support for reliability, maintainability, testability, quality assurance, diagnostic, and system safety analyses during the design, development production, and in-service cycles of Naval aircraft and their systems. This support encompasses carrier based tactical aircraft, shipboard capable vertical/short takeoff and landing aircraft, maritime support aircraft, unmanned aircraft, tactical weapons systems, support systems and equipment, and aircraft launch and recovery equipment. This action is a follow-on to contract N00421-01-C-0062. The incumbent contractor is Mantech Systems Engineering Corporation, 12015 Lee Jackson Highway, Fairfax VA 22033-3300. The primary location for services in support of this contract will be at the Naval Air Warfare Center Aircraft Division (NAWCAD) Patuxent River, MD 20670. However, support services may be required at other NAWCAD sites including; Lakehurst, NJ; China Lake, CA; Cherry Point, NC; Jacksonville, FL; and San Diego, CA. In addition, technical support for project tests may be required for extended periods of time at locations other than Patuxent River, MD. The contractor shall perform or review for technical accuracy and adequacy, reliability and maintainability (R&M) and built-in test (BIT) engineering design tasks for new aircraft, and unmanned aviation vehicles, avionics systems, support equipment, development and system modifications. Engineering design analyses for development and system modifications to Navy aircraft and unmanned aviation vehicle systems, e.g., avionics, electrical, mechanical, propulsion systems, and aviation support equipment. The contractor shall provide R&M support in conducting equipment ground testing, integrated on-aircraft flight testing and environmental testing for evaluation of new designs, design modifications and engineering change proposals (ECP) for developmental and in-service equipment and aircraft. The contractor shall develop test procedures; prepare test plans; collect and store test data; analyze and evaluate equipment test data to determine R&M characteristics; document equipment deficiencies; and document test results. The contractor shall participate in project meetings, conferences, failure review boards, and reviews at contractor and government facilities as appropriate. The contractor shall analyze operational flight data, maintenance data, and procedures to ascertain R&M characteristics and identify R&M problem areas. Assist in the identification, development, implementation, and evaluation of design modifications, and engineering change proposals affecting R&M. The contractor shall support top level R&M program planning to ensure that all appropriate R&M tasks and activities are included and specifically tailored for cost effective execution and compatibility with program schedules and milestones. The contractor shall support the use and development of web based R&M tool sets to facilitate program planning functions, including risk analyses, knowledge management systems, and other specialty and COTS software management products used in R&M program planning, performance assessments, and decision making processes. The contractor shall provide technical support in developing specialized computerized and non-computer based analytical models to support R&M engineering and design analyses. The contractor shall perform and document various System Safety hazard analyses on aircraft and weapons systems, subsystems, support systems and components, including hardware and software, for all life cycle phases. Review and conduct system safety evaluations of Engineering Change Proposals, specifications, test reports and test data provided from flight, ground and laboratory tests. The contractor shall participate and support program meetings, technical interchange meetings, planning conferences and various related working group meetings. These conference/trips are to include System Safety Working Groups, design reviews, program status reviews, Weapon System Explosive Safety Review Boards (WSESRB), test planning coordination meetings, test and evaluation working groups, data extraction working groups and test requirements working group meetings. The contractor shall participate in and monitor aircraft (original manufacturer, government facility or fleet activity) laboratory, ground, or development flight tests concerning aircraft or weapons, system, subsystem or component improvements for safety related issues. The contractor shall review and comment on prime contractor CDRL deliverables and provide recommendations to the appropriate government sponsor to accept/reject CDRLs. The contractor shall Maintain and update database of safety action records, hazard material reports, mishap/incident reports, Accident Report Recommendations (ARREC) reports, CDRL status, and specific platform/weapon data requirements. The contractor shall participate and support the flight clearance process by providing current safety data, open hazards and issues/concerns to the flight clearance boards. The contractor shall furnish on-site administrative and clerical personnel to support the R&M and System Safety competencies in the performance of the recurring tasks required to maintain electronic records, and produce required letters, memoranda, and reports in draft or final form. The contractor shall provide project financial management support. The contractor shall assist in developing meeting presentation materials as required. The contractor shall be capable of performing all the duties associated with administrative office management functions. It is the Government?s intent to award a single Cost Plus Fixed Fee (level of effort) type contract to the offeror who provides the best overall value to the Government. It is anticipated that the final request for proposals (N00421-03-R-0056) will be available through the NAVAIR solicitation homepage, http://www.navair.navy.mil, approximately 11 December 2003. This office will e-mail a notification of release of the solicitation and any amendments to all prospective offerors that submit a request to register for this information via e-mail. Requests for inclusion on the e-mail solicitation release list should be sent to Ms. Sue Cusic (Contract Specialist) via e-mail at Susan.cusic@navy.mil. Paper copies of the solicitation will not be mailed. All responses must be sent via email and must include the following information: (1) Company Name; (2) Company Address; (3) Company Business Size; (4) Point of Contact (POC) Name, telephone number, fax number, and email address. Internet responses without this information will not be accepted. Phone and fax requests for a copy of the solicitation will not be accepted. Contract Specialist: Sue Cusic Contracting Officer: Patricia A. Cornett Solicitation Number: N00421-03-R-0056 Company Business Size; (4) Point of Contact (POC) Name, telephone number, fax number, and email address. Internet responses without this information will not be accepted. Phone and fax requests for a copy of the solicitation will not be accepted. Contract Specialist: Sue Cusic Contracting Officer: Patricia A. Cornett Solicitation Number: N00421-03-R-0056
- Place of Performance
- Address: Patuxent River Naval Base; Patuxent River, Maryland 20670
- Zip Code: 20670
- Country: United States
- Zip Code: 20670
- Record
- SN00477729-W 20031128/031126212445 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |