Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2004 FBO #0842
SOLICITATION NOTICE

J -- Maintenance, Repair, and rebuilding of equipment - P-3 Sustainment and Installation Programs

Notice Date
3/15/2004
 
Notice Type
Solicitation Notice
 
NAICS
336411 — Aircraft Manufacturing
 
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
N00019-04-R-0101
 
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
This is not a request for proposals (RFPs). This announcement only constitutes a synopsis of the future release of solicitation number N00019-04-R-0101 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) required by the Naval Air Systems Command (NAVAIR). The solicitation will be made available to interested parties on the NAVAIR website: http://www.navair.navy.mil/business/ecommerce/index.cfm. 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 over-and-above contract line items to cover efforts outside the scope of the basic contract requirements. The Government intends, but does not guarantee, to make one award to a small business and multiple awards under unrestricted competition. The award to a small business is not a formal set-aside but rather a reserved award. Furthermore, award to a small business is contingent upon the small business being eligible under the North American Industry Classification System code 336411 and being both technically acceptable and generally evaluated to be in line with all other proposals being considered for award. 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. Draft copies of the Government’s Technical Requirements Document, Statements of Work, and Statement of Objectives are available on the aforementioned NAVAIR website. These services are currently being obtained under the following contracts: N00019-03-D-0007 (PDM/SSI/ESSI); N00019-03-C-0003 (ESSI); N00019-99-D-1136 (MIP); N00019-99-D-1207 (MIP). This is not an invitation for bids and the information presented in this announcement will not obligate the Government in any manner. The North American Industry Classification System code for this requirement is 336411, with a size standard of 1500 employees. The Government is compiling an interested parties list for release with the formal solicitation. Any company that would like to have their name released for possible subcontracting or teaming opportunities may email your company name, address, and point of contact information to the points of contact provided below. Points of contact for this announcement are Ms. Selinda Joyner, Selinda.Joyner@navy.mil or Mr. Michael Rock, Michael.Rock@navy.mil. All responsible sources may submit proposal which shall be considered by the agency. See Note 23****
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVAIR/NAVAIRHQ/N00019-04-R-0101/listing.html)
 
Record
SN00545189-F 20040317/040315223347 (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 |
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.