Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2012 FBO #3842
SOLICITATION NOTICE

J -- Operations and Maintenance of Navy Airship MZ-3A

Notice Date
5/30/2012
 
Notice Type
Presolicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-12-R-0187
 
Archive Date
6/28/2012
 
Point of Contact
Patrick Smith, Phone: 7323237754
 
E-Mail Address
patrick.w.smith2@navy.mil
(patrick.w.smith2@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Naval Air Warfare Center Aircraft Division Lakehurst, NJ (NAWCADLKE) intends to award a competitive Firm Fixed-Price and Cost Plus Fixed-Fee contract to operate and maintain the Navy Airship, MZ-3A. The NAICS code associated with this requirement is 488190, with a small business size standard of $7M. This acquisition is 100% small business set-aside. NAWC-AD, AIR 4.5 Avionics Department/Airship Systems Engineering Team (ASET) is tasked by various government agencies to perform capability development demonstrations involving LTA vehicles. Participating platform will include the Navy MZ-3A airship as well as commercial derivative LTA and HTA platforms that may be leased or government owned. These platforms may employ many different prototype sensing and communication equipment suites as well as other resources/applications related to ongoing DoD RDT&E efforts. The resultant contract shall support research, development, integration, installation, test, evaluation, and demonstration of Command, Control, Computers, Communication, Intelligence, Surveillance, & Reconnaissance (C4ISR) systems aboard Lighter-Than-Air (LTA), Heavier-Than-Air (HTA), Ground and Surface platforms to demonstrate and assess new capabilities and their supporting Concepts of Operations (CONOPs) and Employment (CONEMP). The Contractor shall also recommend and implement air vehicle upgrades, based on S&T, which improve performance, range/endurance, electrical power, sensor installation/integration, ground/air handling, and crew comfort in support of S&T experiments. Measures of performance/effectiveness shall include (but not be limited to) platform persistence (time-on-station), manpower and materiel footprint, flight cost-per-hour, fuel consumption, maintenance actions (including consumables), net-centric throughput/reliability, and carbon emissions. Experimentation and demonstration will include (but not limited to) airframe and air vehicle modifications and a multitude of Science & Technology events. All activities, including exposure flights, will engage in R&D of DoD platform development, homeland defense, Anti-terrorism/Force Protection (ATFP), port security, local law enforcement, local military readiness, and academic research with various universities and defense science entities. Period of Performance shall be one twelve (12) month base year with two (2) twelve (12) month option years. A formal solicitation will be posted after the close of this synopsis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-12-R-0187/listing.html)
 
Place of Performance
Address: Patuxent River, Lakehurst, Contractor Site, Other CONUS Locations, United States
 
Record
SN02761846-W 20120601/120531000410-606f07c786978c0ffd28d23ad3e036fe (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 |
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.