SOLICITATION NOTICE
R -- Airworthiness Process Study to Include Aircraft Modification Procedures and Aircraft Systems Configuration Control
- Notice Date
- 8/12/2004
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Administrative Support Center, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
- ZIP Code
- 64106
- Solicitation Number
- WC1330-04-RQ-0236SKC
- Response Due
- 9/8/2004
- Archive Date
- 9/23/2004
- Point of Contact
- Sharon Clisso, Contract Specialist, Phone (816) 426-7267 ext. 231, Fax (816) 426-7530, - William Becker, Supervisory Contract Specialist , Phone (816) 426-6823, Fax (816) 426-7530,
- E-Mail Address
-
sharon.k.clisso@noaa.gov, william.j.becker@noaa.gov
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Aircraft Operations Center (AOC), MacDill AFB, Florida, intends to procure an Airworthiness Process Study. AOC is tasked with providing research aircraft for experimentation and data collection to meet the scientific goals of NOAA. As such, the AOC operates various highly modified aircraft to conduct scientific research missions. The purpose of this study is to review the present AOC modification procedures, as they are presently implemented. The study will also investigate the aircraft systems configuration control with the AOC. The contractor shall propose a study team of investigators that have the requisite experience in the specialized modification of aircraft for Research and Development missions. The study team shall conduct an onsite fact-finding visit. The contractor shall fully review the aircraft modification process. The contractor shall analyze the risk mitigation model used during the modification and testing process. The contract shall identify the performance drivers in the present modification efforts (e.g. timeliness, cost, workload, etc.). The contractor shall evaluate the organizational factors in the modification and configuration control processes. The contractor shall provide an interim briefing to the AOC Director on the present state of the AOC modification process and configuration. The contractor shall deliver a Report of Findings and Recommendations and Final Briefing to the AOD Director 90 days after the completion of the onsite visit. This request for quotation will be issued on or about August 20, 2004. This procurement is set-aside for small businesses. The NAICS code is 541330. The small business size standard is a maximum of $4,000,000 annual average gross revenue taken for the last 3 fiscal years. This purchase will be made under the guidelines of FAR, Part 13?Simplified Acquisition Procedures. All contractors doing business with the Government are now required to be registered with the Central Contractor Registry (CCR). For additional information on how to register in CCR please access the following web site: http://www.ccr.gov. In order to register with the CCR and to be eligible to receive an award, all offerors must have a Dunn & Bradstreet Number. A Dunn & Bradstreet number may be acquired free of charge by contacting Dunn & Bradstreet at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at 800-333-0505. Firms interested in receiving a copy of the request for quotation shall submit a request in writing to the attention of Sharon Clisso at the e-mail address listed above. Please reference solicitation WC1330-04-RQ-00236SKC. Facsimile requests will be accepted at (816) 426-7530.
- Place of Performance
- Address: MacDill AFB, Tampa, FL
- Record
- SN00642252-W 20040814/040812211736 (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 |