SOLICITATION NOTICE
L -- Tech Rep Services/Aircraft Structural Components
- Notice Date
- 10/26/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- N68936 Naval Air Warfare Center Weapons Division Dept. 3 575 I Ave, Suite 1 Point Mugu, CA
- ZIP Code
- 00000
- Solicitation Number
- N6893605R0003
- Response Due
- 12/10/2004
- Archive Date
- 1/9/2005
- Description
- The Naval Air Warfare Center Weapons Division, Point Mugu, CA, plans to procure by other than full and open competition from Northrop Grumman Field Support SVC, Inc., Jacksonville, FL Engineering Technical Services and Engineering Maintenance services to support the C-2, CATE, E-2C, E-A6B, and F-14 programs at various fleet and shore activities to inform, instruct and train Navy Personnel to install, operate and maintain the identified equipment. The primary purpose of Contractor Engineering Technical Services (CETS) is to provide on-site proficiency training, technical guidance and information to evaluate unusual field problems and render technical guidance related specifically to the C-2(R), used for rapid supply/re-supply; Common Automated Test Equipment (CATE), AN/USM-429 (V1/V2) SRA tester, the AN/USM-467, and the AN/USM-470 (V) 2 hardware and bend software; E-2 with several major modifications being incorporated to maintain the technological advantage; EA-6B rec! ently incorporated avionics, electrical generating systems, and HARM missile; F-14 services required are either the last tieback to the factory or in support of new and/or recently modified equipment that is undergoing constant update for future RT&E functions. Contractor Maintenance Services (CMS) primary purpose, is to provide personnel who possess specialized skills covering the installation, operation, maintenance, modification, rebuild, overhaul and repair of the C-2/C-2A(R) a medium lift turbo-prop aircraft used for rapid and continuing supply/re-supply encompassing several modifications planned to extend the life of the aircraft through CY 2015. Technical changes are being incorporated over a period of five (5) years and additional changes will be added as necessary to keep the aircraft in a state of operational readiness. E-2C maintenance services are required for aircraft at various locations to support on-going test and evaluation and maintenance services for re! wiring efforts, and test and evaluation support for installation of avionics changes developed by Northrop Grumman. Support of test and evaluation and modification efforts require support equipment, maintenance procedures, tooling and the most current technical data that are not available in the Navy inventory. The contractor will provide maintenance services for the EA-6B aircraft located at Patuxent River, MD. The contractor personnel will conduct Developmental Test and Evaluation (DT&E) including Technical Evaluations. The test and evaluation efforts include ground and flight test of newly installed or developmental systems and/or modification to fleet deployed systems. The contractor will provide maintenance services for the F-14 at Naval Air Warfare Center, Weapons Division Point Mugu, CA and Naval Air Warfare Center Aircraft Division, Patuxent River, MD. The services support research, design, test and evaluation of new and updated aircraft and weapons systems. T! he systems and equipment undergo constant update for future RDT&E functions. Services can only be obtained from Northrop Grumman, the OEM, in order to preclude major delays in test and evaluation effort and for safe and reliable use of OEM developed operations systems and equipment. Contractor personnel must be capable of handling the most complex and intricate of equipment problems without hesitation. In order to be able to perform these services, access to the technical database for the equipment in its current configuration is essential. The OEM is the only source available with the requisite data and system specific, knowledgeable technical engineering support personnel for the aircraft and equipment. The anticipated period of performance will be 01 April 2005 through 30 September 2005, with provisions for two 12-month option periods, and one 6-month option period. This requirement is for an estimated 455,616 man-hours of effort for a total contract period of perfo! rmance of 36 months if all options are exercised. Any resultant contract will contain the clause at FAR 52.217-8, Option to Extend Services. Responsible sources having the engineering and technical field service capabilities for the identified equipment may submit an offer, which may be considered, to the attention of Gary Trimble, Contracts Department, Code 230000E, NAVAIRWARCENWPNSDIV, 575 "I" Avenue, Suite 1, Bldg 65, Point Mugu, CA 93042 or via email at gary.trimble@navy.mil. The offer must have personnel specifically qualified in the products identified above; an outline of previous contractor engineering technical and maintenance service efforts including specific services previously performed or being performed on the stated equipment, and resumes of representatives, detailing their qualifications and any other available descriptive literature must be submitted. Secret and confidential security clearances are required. NAICS Code = 541330 Place of Performance = Various CONUS and OCONUS Set Aside = none
- Record
- SN00699333-W 20041028/041026212103 (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 |