Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 26, 2001 PSA #2775
SOLICITATIONS

A -- RDT&E SERVICES UNDER THE STABILITY IMPROVEMENT PROGRAM (SIP)

Notice Date
January 24, 2001
Contracting Office
Contracts Group, Naval Air Warfare Center Aircraft Division, Bldg. 441, Unit 7, 21983 Bundy Road, Patxuent River, MD 20670-1127
ZIP Code
20670-1127
Solicitation Number
N00421-01-R-0141
Point of Contact
Al Hensler, Contract Specialist, (301)757-8951
E-Mail Address
hensleraw@navair.navy.mil (hensleraw@navair.navy.mil)
Description
The Naval Air Warfare Center Aircraft Division, Patuxent River, MD, announces its intent to contract for Research, Development, Test and Evaluation (RDT&E) services under the Stability Improvement Program to improve ejection seat stability and reduce physiological loads. The goal of this RDT&E contract is to design, fabricate, and test system level ejection seat stability improvements in order to verify the product design. At a minimum this contract effort shall be able to design, fabricate, test, and qualify stability improvements made to the ejection seat subsystem levels. A subsequent contracting effort will perform system level qualification testing and the manufacture and installation of stability improvement hardware onto in-service ejection seat systems. The candidate ejection seats for retrofit include all versions of the SJU-17, used in the F-18C, D, E, F, F-14D and T-45A&C and the SIIIS used in the AV-8B. A high level of commonality between the various seat modifications is sought. Ideally one modification kit would be developed which could be fit to the various seat types. Final system qualification and retrofit of in-service systems would be conducted under a subsequent effort. It is anticipated that the funding level for this effort will be in the $4M to $4.5M range. Offerors are highly encouraged to establish Associate Contract Agreements with the manufacturers of the applicable aircraft, and ejection seats to obtain technical assistance related to seat/aircraft integration. It is the Government's intent to award a single Cost Plus Fixed Fee (completion) type contract to the offeror who provides the best overall value to the Government. It is anticipated that a request for proposals will be available through the NAVAIR solicitation homepage, http://www.navair.navy.mil/business/ecommerce/index.cfm, approximately 12 February 2001. This office will e-mail a notification of release of the solicitation and any amendments to all prospective offerors that submit a request to register for this information via e-mail. Requests for inclusion on the e-mail solicitation release list should be sent to Mr. Al Hensler (Contract Specialist) via e-mail at HENSLERAW@NAVAIR.NAVY.MIL or Mr. David Price (Contracting Officer) at PRICEDL2@NAVAIR.NAVY.MIL. Paper copies of the solicitation will not be mailed. All responses must be sent via email and must include the following information: (1) Company Name; (2) Company Address; (3) Company Business Size; (4) Point of Contact (POC) Name, telephone number, fax number, and email address. Internet responses without this information will not be accepted. Phone and fax requests for a copy of the solicitation will not be accepted. Contract Specialist: Al Hensler Contracting Officer: David L. Price Solicitation Number: N00421-01-R-0141
Web Link
hensleraw@navair.navy.mil (hensleraw@navair.navy.mil)
Record
Loren Data Corp. 20010126/ASOL005.HTM (W-024 SN50B790)

A - Research and Development Index  |  Issue Index |
Created on January 24, 2001 by Loren Data Corp. -- info@ld.com