SOURCES SOUGHT
J -- Maintenance, Repair, and rebuilding of equipment - P-3 Sustainment and Installation Programs
- Notice Date
- 1/30/2004
- Notice Type
- Sources Sought
- Contracting Office
- Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, MD, 20670
- ZIP Code
- 20670
- Solicitation Number
- Reference-Number-P-3-SSI
- Response Due
- 2/9/2004
- Point of Contact
- Selinda Joyner, Contract Specialist, Phone 301-757-5249, Fax 301-757-5284, - Michael Rock, Contract Specialist, Phone 301-757-5247, Fax 301-757-5284,
- E-Mail Address
-
Selinda.Joyner@navy.mil, Michael.Rock@navy.mil
- Description
- The Naval Air Systems Command (NAVAIR) is issuing this sources sought synopsis for P-3 Special Structural Inspections (SSI), Enhanced Special Structural Inspections (ESSI), SSI-Kits (SSI-K), Phased Depot Maintenance (PDM), and Modification/Installation Programs (MIP). This requirement is for efforts consisting of an intensive depot level process for airframe and component inspection, deficiency identification, and correction to ensure safe and reliable operation as well as to enhance the aircraft service life expectancy to sustain inventory levels throughout the service period. SSI is a detailed inspection to detect fatigue damage in critical outer wing locations. This requires significant material removal in order to gain access to the structure for inspections. Material repair/replacement includes the removal and repair/replacement of the outer wing lower forward spar cap. ESSI includes SSI inspections and is a major preemptive structural repair to the inner and outer wing surfaces, plates, beam, planks and fittings, with inspection and on-condition repair of center wing structure and fuel weep holes. SSI-K is an ESSI inspection with mandatory material replacement for the outer wing, center wing box and horizontal stabilizer structural components. PDM is scheduled depot level maintenance requirements to ensure the timely discovery and correction for actual and/or anticipated defects. MIP efforts include the installation of Government Furnished Equipment and the maintenance, repair, removal, and test of aircraft components, avionics, aircraft structures and associated ground equipment for the USN and FMS customer P-3/S-3 T/M/S aircraft. It is anticipated that the Government will award an Indefinite Delivery/Indefinite Quantity, Firm Fixed Price contract(s) for a base year and four one-year option periods. Additionally, each year will contain an over-and-above contract line items to cover efforts outside the scope of the basic contract requirements. The ability of the contractor to meet the following minimum capability requirements shall be the primary focus of the contract(s): SSI: an induction of 32 aircraft per year and maintain an estimated in-process schedule of 120 days; ESSI: an aircraft induction of 22 aircraft per year and maintain an estimated in-process schedule of 210 days; SSI-K: an aircraft induction of 15 aircraft per year and maintain an estimated in-process schedule of 210 days; PDM: an aircraft induction of 22 aircraft per year and maintain an estimated in-process schedule of 155 days; MIP: an aircraft induction of 60 aircraft per year and maintain an estimated in-process schedule of 210 days. The above-cited quantities may not accurately reflect the total number of aircraft to be inducted due to concurrent work efforts. The contractor shall provide the facilities and services necessary to perform the requirements of this contract with exception of the special tooling and equipment provided as Government Furnished Equipment. The Government reserves the right to make multiple awards if it is determined to be most advantageous based on the capabilities and overall evaluation of the proposals received. This is not an invitation for bids and the information presented in this announcement will not obligate the Government in any manner. The NAICS code for this requirement is 336411, with a size standard of 1500 employees. All interested parties, including small businesses, are encouraged to respond to this synopsis electronically to Ms. Selinda Joyner, Selinda.Joyner@navy.mil or Mr. Michael Rock, Michael.Rock@navy.mil. The response shall include one page providing the following information: Business name and address, cage code, size classification based on NAICS size standard, socioeconomic classification (i.e. woman-owned, HUB zone representation, etc.), and a point of contact. In addition, interested parties are encouraged to submit an additional one-page attachment outlining the company?s capabilities, experience, and interest in either prime or subcontractor opportunities. The total submission shall not exceed two pages. See Note 25.****
- Record
- SN00513257-W 20040201/040130212618 (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 |