SOLICITATION NOTICE
17 -- Ski Jump Ramp
- Notice Date
- 7/8/2005
- Notice Type
- Solicitation Notice
- NAICS
- 332312
— Fabricated Structural Metal Manufacturing
- 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
- N00421-05-R-0119
- Response Due
- 7/25/2005
- Archive Date
- 8/9/2005
- Point of Contact
- Jason Lawson, Contract Specialist, Phone (301) 757-9635, Fax (301) 342-1531, - Teri Berrian, Contracting Officer/Team Lead, Phone (301) 757-9789, Fax (301) 995-0142,
- E-Mail Address
-
jason.g.lawson@navy.mil, teri.berrian@navy.mil
- Description
- The Naval Air Warfare Center, Aircraft Division (NAWCAD) intends to award a sole source contract to Williams Fairey Engineering Limited (WFEL), P. O. Box 41 Crossley Road Heaton Chapel, Stockport Cheshire SK4 5BD England. This sole source award will be made to design, fabricate, deliver, and provide analysis and set-up documentation for a Ski Jump Ramp in support of flight test operations of the F-35B Short Takeoff and Vertical Landing (STOVL) Joint Strike Fighter (JSF) aircraft, which weighs approximately 62,000 lbs. A Ski Jump is used to assist STOVL aircraft during shipboard takeoffs. This land based Ski Jump will be used to exercise the F-35B STOVL JSF prior to conducting shipboard testing. The contract requires expertise in the design of structures to withstand the complex dynamic loads imparted by a STOVL aircraft during Ski-Jump Takeoffs and in the design and production of structures that limit the risk of Foreign Object Damage (FOD) to an aircraft. The requirement involves design, production, and delivery of equipment, analysis, and documentation products to provide a Ski Jump Test Capability. A sole source acquisition is required under the authority of FAR 6.302-1 and 10 U.S.C. 2304(c)(1) due to WFEL’s unique experience in Ski Jump structures, specialized production expertise, and critical appreciation of aircraft-compatible design requirements. The anticipated period of performance is one base year with one option year. The base year of the contract will be for the design of the ramp. The option year of the contract will include fabrication, testing, and delivery of the ramp, consultation during the initial ramp set up, as well as analysis and documentation. All interested parties may identify their capability and respond to this requirement. The Government will consider all capability information received prior to the closing date of this synopsis. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government. No phone inquiries will be entertained. Responses shall be made in writing by email, U.S. mail, or facsimile to the attention of Jason Lawson using the contact information provided in this synopsis. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (08-JUL-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVAIR/N00421/N00421-05-R-0119/listing.html)
- Place of Performance
- Address: Patuxent River, MD
- Zip Code: 20670
- Country: United States
- Zip Code: 20670
- Record
- SN00843594-F 20050710/050708211630 (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 |