Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2004 FBO #0809
SOLICITATION NOTICE

R -- The Naval Air Systems Command (NAVAIR) is releasing a Request For Proposal (RFP) for a Cost Plus Award Fee (CPAF), Cost Plus Fixed Fee (CPF), Firm Fixed Priced (FFP) contract for the Aging Aircraft In

Notice Date
2/12/2004
 
Notice Type
Solicitation Notice
 
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
N00421-04-R-0030
 
Response Due
3/29/2004
 
Point of Contact
Nancy Keys, Contract Specialist, Phone (301) 757-2609, Fax 301-757-8959, - Nancy Keys, Contract Specialist, Phone (301) 757-2609, Fax 301-757-8959,
 
E-Mail Address
keysnc@navair.navy.mil, keysnc@navair.navy.mil
 
Description
The Naval Air Systems Command (NAVAIR) is releasing a Request For Proposal (RFP) for a Cost Plus Award Fee (CPAF), Cost Plus Fixed Fee (CPF), Firm Fixed Priced (FFP) contract for the Aging Aircraft Integrated Product Team (AAIPT) (AIR4.1D) of NAVAIR. The charter of the AAIPT is to identify, investigate, and implement programs that will field products to improve the availability and affordability of the fleet?s aging aeronautical systems. The scope of this effort also includes analysis of failure modes, maintenance and sustainment. It involves coordination with multiple competencies and Program Offices to focus on systems across the NAVAIR spectrum. The team is tasked to identify aging problems, quantify the costs/risks associated with each problem through application of cost tools, and provide information, products and solutions to NAVAIR Program teams for implementation. The AAIPT also facilitates integration of various technology resources currently in development. In addition, the AAIPT is one of the primary members of the Joint Council on Aging Aircraft (JCAA). The JCAA is tasked by the Joint Aeronautical Commanders Group (JACG) to capitalize on and optimize the effectiveness of the Services and Agencies Aging Aircraft efforts through leveraging/sharing knowledge, joint projects/programs, and executive advocacy, and to facilitate the transition of successful aging aircraft products and processes throughout the Services and Agencies.The contract will cover a period of five years comprised of one base year and four one-year options. The total estimated dollar value for the contract will be $46,100,000, which is approximately $9,220,000 for each year of the contract. The applicable NAICS Code for this requirement is 541330. The anticipated effort under the contract includes but is not limited to: Provide cost/risk/budget and financial planning, management and tracking for the Aging Aircraft IPT. Coordinate and track budget planning and execution of Non-Program Related Engineering (NPRE) efforts. Provide general administrative support for the AAIPT. Provide executive assistant support for the AAIPT lead and JCAA principals. Perform engineering, logistics, reliability, maintainability, and cost analyses to identify and mitigate current and future obsolescence/Diminishing Manufacturing Sources and Material Shortages (DMSMS) issues. Perform design and development tasks for replacement components, circuit cards, subsystems or systems to alleviate obsolescence/sustainment problems. Develop and maintain a proactive obsolescence process to identify deficiencies and develop/field solutions. Provide software system engineering, software development, configuration management, and test / verification/validation for existing obsolescence cost models and tools. Develop, test, verify and validate cost algorithms for DMSMS problems on aircraft systems and processes. Develop and execute an overall communication and public affairs program for the AAIPT. Develop tools, materials and displays to enhance engineering, programmatic and public affairs presentations and publications. Provide and maintain AAIPT conference display and materials. Provide packing, shipping, setup and teardown for AAIPT displays at multiple conventions within the continental U.S. Coordinate for registration and display fees at multiple conventions. Provide structural engineering support including teardowns, inspections, fractographic analysis, documentation and recommendations. Perform analysis, design, development, documentation, testing and qualification to identify and remedy aircraft hydro-mechanical concerns. Provide short-term consulting access to specific, highly technical specialized personnel. Provide engineering and academic services to investigate concerns and develop potential solutions for aircraft materials, components, and systems that significantly affect the Total Ownership Cost and Readiness of naval aircraft. Provide logistics planning and support to enable transition and sustainment of common material (e.g. technology) and non-material (e.g. training and integrated process) solutions to readiness and safety degraders with the Navy support structure. Provide logistic, engineering and programmatic support for the transition of common solutions from the AAIPT to the individual platform program offices. The contractor will be requested to maintain facilities located within a 20-mile ground commuting distance of Patuxent River Naval Air Station (NAS), Patuxent River, MD. The total estimated Level of Effort for the Base year is 87,000 hours, Option Year 1 is 87,000 hours, Option Year 2 is 87,000 hours, Option Year 3 is 87,000 hours and Option Year 4 is 87,000 hours. The estimated total for the entire effort, options inclusive, is 435,000 hours. The labor categories shall reflect the necessary qualifications and experience to perform the anticipated tasks stated herein. Labor categories required for the effort include but are not limited to: Executive Manager, Program Manager, Financial Analyst, Financial Analyst (Senior), Program Analyst, Program Analyst (Senior), Systems Analyst, Engineer (Junior), Engineer, Engineer (Senior), Technician, Applications Programmer, Applications Programmer (Senior), Consultant, Configuration Management Analyst, Graphics Specialist, Graphics Specialist (Senior), Data Technician, Clerk Typist, Administrative Assistant, Administrative Assistant (Senior), Logistics Manager and Senior Logistics Manager. Finally, contractor personnel shall be required to have a security clearance at the level required for each specific order/technical direction letter (TDL), i.e.: Confidential, Secret or Top Secret. Personal clearance levels must be obtained for the appropriate program being supported. The contractor shall comply with specific site access requirements. The contractor shall protect all proprietary data from unauthorized use or disclosure so long as it remains proprietary and the contractor shall refrain from using the information for any other purpose other than that for which it was furnished. The RFP will close on 29 March 2004. The proposed contract award date is on/or about 14 June 2004. There is no commitment by the Government to make an award or be responsible for any monies expended by any interested parties in support of the effort mentioned above. Information provided herein is subject to change and in no way binds the Government to award a contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities website, located at www.fedbizops.gov. It is the potential offerors responsibility to monitor this cite for the release of any follow-on information. In addition, the Request For Proposal (N00421-04-R-0030) will be available through the NAVAIR solicitation homepage, website http://www.navair.navy.mil/doing business/open_solicitations/ approximately 13 February2004 and will close on 29 March 2004. Responses to this announcement shall be submitted no later than close of business on 29 March 2004 to: Department of the Navy, Naval Air Systems Command, Attn: Ms. Nancy Keys (2.5.1.3.1.7), Building 441, 21983 Bundy Road, Patuxent River, MD 20670-1127 Attn: Aging Aircraft IPT. Electronic responses are recommended and encouraged and should be submitted to Nancy Keys at nancy.keys@navy.mil . If providing the information electronically, please ensure that the information is compatible and accessible using Microsoft Office 98 software. Paper copies of the solicitation will not be mailed. Phone and fax requests for a copy of the solicitation will not be accepted. Point of contact for contract is Nancy Keys at nancy.keys@navy.mil or telephone (301) 757-2609. Technical point of contact is Paul Degner at Paul.Degner@navy.mil or telephone (301) 342-7126. Point of Contact Nancy Keys, Contracting Officer, at nancy.keys@navy.mil or telephone (301) 757-2609 Patricia Cornett, Supervisory PCO, at patricia.cornett@navy.mil (301) 757-2607 Place of Performance NAVAL AIR SYSTEMS COMMAND HQ, PATUXENT RIVER, MD 20670 USA
 
Place of Performance
Address: NAVAL AIR SYSTEMS COMMAND HQ, PATUXENT RIVER, MD
Zip Code: 20670
Country: USA
 
Record
SN00521695-W 20040214/040212212911 (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.