SOURCES SOUGHT
15 -- 15 - H-3 Airframe Services
- Notice Date
- 6/14/2006
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment 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
- Reference-Number-N00019-06-H3FMS
- Response Due
- 6/20/2006
- Archive Date
- 6/30/2006
- Description
- The Naval Air Systems Command is conducting market research on behalf of the Government of India relative to it?s purchase of H-3 Sea King helicopters and the effort to prepare the aircraft for transport to India. The following survey focuses on a company?s ability and capacity to perform the work within a compressed schedule. If an company believes it is capable of meeting these timeframes, please complete the following survey which will be considered a capability statement and not a proposal. This request for information is market research only and does not commit the Government to any resulting contractual action. The basic requirement is as described below. Six aircraft will be modified. The anticipated critical milestones are (1) taking possession of aircraft at AMARC in August 2006, (2) acceptance of first two aircraft by the Navy no later than 26 January 2007; and (3) acceptance of final two aircraft no later than 30 March 2007. These are firm timeframes that are not negotiable. The broad scope of work is as follows: 1. Transport aircraft from AMARC to contractor facility 2. Support Navy during ASPA inspection 3. Strip and Paint aircraft 4. Repair of discrepancies found during inspection 5. Reassemble aircraft 6. Functional Check Flight with contractor supplied pilots 7. Storage of accepted aircraft until Government transport to Norfolk in March Questions to be addressed by interested parties are as follows: 1. Do you have the capacity to perform this work within the timeframe described above? Please address the key elements that support an affirmative answer such as work force capacity and experience, current hangar and throughput capacity, management experience in performing this work and accelerating schedules, necessary tooling and equipment to support the effort. 2. What work will your company perform and what work will be performed by a subcontractor? Please be specific. 3. What actions will your company take to ensure the compressed schedule is met? 4. What tools do you employ to track critical milestones and schedule? Request that you return responses and any other information supporting your capability statement to Carol.Tisone@navy.mil. Included in your response should be the full name, address, Cage Code and DUNS of the company as well as the name, phone and email of a primary point of contract to address any questions. All responses should be received no later than 3:00 pm est on Tuesday 20 June 2006. NOTE: CORRECT EMAIL ADDRESS IS CAROL.TISONE@NAVY.MIL
- Place of Performance
- Address: Contractor's Facilitites
- Record
- SN01069691-W 20060616/060614222021 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |