Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2005 FBO #1313
MODIFICATION

J -- Landing Gear Test Facility

Notice Date
6/29/2005
 
Notice Type
Modification
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
1940 Allbrook Drive Suite 3 Wright-Patterson AFB, OH, 45433-5309
 
ZIP Code
45433-7218
 
Solicitation Number
FA8601-05-R-0004
 
Response Due
7/14/2005
 
Archive Date
10/1/2005
 
Point of Contact
Brandy Epperson,(937) 257-6145, X4305
 
E-Mail Address
brandy.epperson@wpafb.af.mil
(brandy.epperson@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
WE ARE NO LONGER SEEKING RESPONSES TO THE SOURCES SOUGHT SYNOPSIS. PLEASE SEE THE REQUEST FOR PROPOSALS AT THE BOTTOM OF THE PAGE. ****************************************************************************** This is a Sources Sought Synopsis there is no solicitation available at this time. Requests for a solicitation will receive no response. This Sources Sought Synopsis is published for market research purposes only, to identify potential sources capable of planning, implementing and accomplishing test and evaluation of landing gear systems and component subsystems, including aircraft tires, wheels, brakes, struts, bearings, bushings, actuators, fasteners, and associated mechanical devices while supporthing the Landing Gear Test Facility (LGTF.) The LGTF is located at Wright-Patterson AFB, Ohio; the Facility houses a variety of test equipment to test landing gear and landing gear components. In broad terms, there are dynamometers, drop towers, load machines, inspection machines, and associated test support equipment. The LGTF receives test requests from a variety of sources including Air Force weapon system program offices, Air Force and Navy aircraft depots, Army aviation program offices, Department of Homeland Security (Coast Guard, Federal Aviation Administration), National Aeronautics and Space Administration, U.S. and friendly foreign country-owned private industry, and friendly foreign governments. The Contractor will be required to provide all services required for the efficient and effective operation and maintenance of the LGTF. The Contractor will be the Government’s agent in performing the testing services for LGTF customers. A typical test program will flow as follows: (1) LGTF receives an inquiry about potential testing; (2) LGTF discusses options and requirements and clarifies issues about the inquiry; (3) The customer submits a test request; (4) LGTF plans test technique, estimates cost and schedule for effort, and generates a statement of capability (SOC); (5) The customer accepts the SOC and provides funding; (6) Government Program Manager (PM) at the LGTF assigns a task to the Contractor and puts money on the contract to perform work; (7) LGTF executes the test program. – designs, builds support hardware, prepares test procedures, sets up test, runs test, and gathers data; (8) LGTF analyzes the data, prepares a report or data summary; (9) LGTF provides the report and data to the customer and dispositions the test hardware. The Contractor shall participate in all activities denoted by “LGTF” in the above scenario. For many of the items above the Contractor shall have the primary role and full responsibility for completing the work. The Contractor shall provide personnel for routine LGTF operation and maintenance activities as well as technical staff for testing services. The Contractor shall complete LGTF equipment upgrades and minor construction to enhance the LGTF’s testing capabilities. The objectives of this effort are to manage LGTF human and material resources to assure best value and best mix of technical capabilities to the customers who utilize LGTF testing services; to provide facility engineering and maintenance services to maintain facility equipment in top operating condition, and plan for future utilization and technology refreshment of testing machinery; to satisfy customer test and evaluation requests; and to conduct occasional special projects such as architectural and engineering studies of proposed facility improvements, minor construction projects within the facilities to improve operations or make more efficient use of available space, analysis of test machinery performance and control problems, analysis of requirements to improve the performance and capabilities of existing test machinery, accomplish upgrades to test machines and equipment to achieve operational requirements, and to develop designs for future test machines in response to stated operational requirements. The Contractor shall provide for all project management and administrative support functions required in the performance of this contract, such as: scheduling of activities and milestones; describing status; outlining Contractor activity and progress toward accomplishment of objectives; planning, forecasting, making recommendations, monitoring funding and funding changes; program planning; and describing in detail the overall results of the effort. The contractor will be required to implement a management system that includes allocation and control of resources, tracking and reporting of costs and progress, and preparation of program-related documentation. The contractor will be responsible for supporting up to three shifts Monday through Friday, excluding national holidays. The North American Industry Classification System (NAICS) code for this requirement is “541710 Research and Development in the Physical, Engineering, and Life Sciences.” The responses to this synopsis will be used for a market survey analysis to determine if the contemplated acquisition will be conducted under full and open competition or as a set-aside under small business set-aside or 8(a) procedures. This sources sought synopsis is not a request for proposals; it is a market research tool being utilized to determine the availability and adequacy of potential sources prior to issuing a Request for Proposal (RFP). Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this sources sought request. Contractors who believe they possess the required expertise and experience shall submit two copies of their technical capabilities in writing to Ms Brandy Epperson, 88 CONS/PKAB, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB, OH 45433-5309, or electronically to brandy.epperson@wpafb.af.mil. See Note 25. Voice communications are received at 937-257-6145, x4310. Responses must be received not later than COB November 30, 2004. All documentation shall become the property of the Government. Firms responding must indicate the following information: Eligibility to the 8(a) program. Indicate the business size: small business or small disadvantaged business, veteran owned small business or HUBZone certified, and indicate the appropriate NAICS code. This synopsis neither constitutes a Request for Proposal, nor does it restrict the Government to a particular acquisition approach. This synopsis should not be construed as commitment by the Government for any purpose other than market research. For more information on FA05R0003--Landing Gear Test Facility please refer to http://www.pixs.wpafb.af.mil/pixslibr/FA05R0003/FA05R0003.asp NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (29-JUN-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
FA05R0003-Landing Gear Test Facility
(http://www.eps.gov/spg/USAF/AFMC/ASC/FA8601-05-R-0004/listing.html)
 
Place of Performance
Address: Landing Gear Test Facility Wright-Patterson AFB, OH
Zip Code: 45433
Country: United States of America
 
Record
SN00839395-F 20050701/050629213448 (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.