Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2002 FBO #0215
SOLICITATION NOTICE

R -- SNT Support Services

Notice Date
7/3/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 2272 Suite 353 47123 Buse Road, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-02-R-3134
 
Response Due
8/1/2002
 
Archive Date
8/16/2002
 
Point of Contact
Mary Ann Foran, Contract Specialist, Phone (301) 757-2530, Fax 301-757-2526, - Diana Goostree, Contract Specialist/Team Lead, Phone (301) 757-2520, Fax 301-2628,
 
E-Mail Address
foranma@navair.navy.mil, goostreedl@navair.navy.mil
 
Description
The Naval Air Warfare Center Aircraft Division (NAWCAD), Patuxent River, Maryland, Logistics Competency, is seeking eligible small business firms capable of providing NAWCAD, Patuxent River with services to mark aviation components with Automatic Identification Technology (AIT) and loading appropriate historical aircraft maintenance data into the installed Contact Memory Buttons (CMB). Serial Number Tracking (SNT) provides closed-loop, cradle-to-grave tracking of maintenance critical, serialized components, allowing for asset visibility and material status of components at all time. A form of automatic identification technology, either contact memory buttons or two-dimensional bar codes, enables the SNT. The AIT devices ensure data consistency and accuracy while the SNT System (SNTS) ensures visibility of individual components throughout the supply chain, in maintenance, retrograde, supply or transportation. Naval Supply Systems Command (NAVSUP) is the lead agency and controlling authority for SNTS. Naval Air System Command (NAVAIR) 3.2 is responsible for aviation requirements and marking aviation components using AIT devices. Naval Air Warfare Center Aviation Division (NAWCAD), Patuxent River, working in concert with NAVAIR 3.2, is responsible for the physical marking of aviation components. The contractor shall provide services in support of specific needs that exist relating to installing CMBs or other AIT devices on select aviation components and uninstalled spares of designated aircraft; loading historical aircraft maintenance data into CMBs or other AIT devices on select aviation components and uninstalled spares of designated aircraft; and inspecting the AIT device installation and data loading procedures of select aviation components and uninstalled spares of designated aircraft. Installing, loading and inspecting shall be specified in aircraft T/M/S specific TDs and government furnished AIT installation manuals. Extended travel for periods up to two months duration to various locations both within and outside CONUS will be required during the execution of the contract. Typical travel locations may include, but are not limited to, Naval Air Stations, Marine Corps Air Stations, Naval Aviation Depots, Naval Aircraft Carriers, and foreign countries such as Japan, Egypt, Singapore, Taiwan, and France. Deliverables shall include paperwork signoffs (WO/MAF), completed CMB Installation Records for each aircraft, and other data as promulgated by aircraft Type/Model/Series specific Technical Directives and AIT installation manuals. The place of performance will be on-site at government facilities or other sites as needed to complete CMB installation on designated T/M/S aircraft. Facility locations may include but are not limited to Naval Air Stations, Marine Corps Air Stations, Naval Aviation Depots, Naval Aircraft Carriers, and foreign countries such as Japan, Egypt, Singapore, Taiwan, and France. The contractor shall be responsible to ensure that assigned personnel have the proper level security clearance to be granted access to the facility at which the tasks are to be executed and to the T/M/S aircraft on which the CMBs are to be installed. The government will provide the required AIT read/write devices (ButtonReader or ButtonLaser), aircraft specific CMB installation kits, aircraft specific T/M/S TDs, AIT Installation Manuals, and program oversight. The government AIT installation team leader will coordinate with aircraft squadron personnel to ensure that aircraft are made available for CMB installation. The contractor shall demonstrate knowledge of and experience in aircraft maintenance, modification, configuration management and quality assurance procedures and processes in accordance with OPNAVINST 4790.2 series, the Naval Aviation Maintenance Program (NAMP). Contractor personnel supporting this requirement must meet the following qualifications: a high school graduate or have a GED equivalency; a minimum of 4 years working on commercial or military aircraft; and a minimum of 8 years working on commercial or military aircraft; a basic knowledge computer operation using Microsoft Office (Word, Excel, etc.) and AIT interface software; a minimum of military aircraft maintenance training at the Class ?C? school level; eligible for a minimum CONFIDENTIAL security clearance; and demonstrated experience and knowledge of aircraft maintenance procedures called out in the NAMP. The North American Industry Classification System (NAICS) code applicable to this requirement is 541990, with a size standard of $6M. The primary place of performance will be at NAWCAD, Patuxent River, Maryland. The contract will be an Indefinite Delivery, Indefinite Quantity task order contract, with a period of performance to include a base period of one year and four one-year option periods. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the adequacy of potential small business sources prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. Additionally, this announcement in no way commits the Government to issue a solicitation. The requested information is to assist the United States Navy in conducting Market Research of Industry to determine potential small business contractors who have the skills, experience, qualifications and knowledge required to support the above requirements. Please include a short statement of the company?s ability/history with this type of effort, the name and telephone number of a company representative that can be contacted, the small business size, NAICS codes for similar requirements, and the company?s address. The total capability submission should be no more than five (5) pages. Written responses, either via email or fax, must be submitted by 2:00 p.m. 1 August 2002, to NAWCAD, 21983 Bundy Road, BLDG 441, ATTN: Mary Ann Foran, AIR-2.5.1.6.2.3, Patuxent River, MD 20670. Respondents will not be notified of the results of the determination. Point of Contact Mary Ann Foran, Contract Specialist, Phone 301-757-2530, Fax 301-757-2526, Email foranma@navair.navy.mil.
 
Place of Performance
Address: 21983 Bundy Road, Bldg 441, Patuxent River, MD
Zip Code: 20670
Country: USA
 
Record
SN00110923-W 20020705/020704052641 (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 |
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.