Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2007 FBO #1888
SOLICITATION NOTICE

66 -- OXYGEN REGULATOR AND COMPONENT TEST STAND

Notice Date
1/25/2007
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department Hwy. 547 Attn:B562-3C, Lakehurst, NJ, 08733-5083, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N68335-97-R-0029
 
Small Business Set-Aside
Total Small Business
 
Description
The Naval Air Systems Command (NAVAIR) Lakehurst, NJ intends to procure Commercial-Off-The-Shelf (COTS) or modified COTS, Oxygen Regulator and Component Test Stand (ORCTS). The ORCTS will be used to test US Navy aviators oxygen breathing regulators and related oxygen components as well as panel mounted regulators both ashore and onboard L-class ships. The Oxygen Component Test Stand (OCTS) is the current tester that supports all airframes that utilize oxygen for aviator breathing but utilizes outdated technology (manually controlled), is labor intensive and prone to improper operation and system contamination. The requirement is to provide a replacement for the ORCTS that has potential for adapting to more complex items and is automated to negate the potential for operator error during testing and ensure that testing is uniform throughout the process. A firm-fixed price Indefinite-Delivery-Indefinite-Quantity (IDIQ) contract is anticipated. Award will be based upon best value evaluation criteria and be granted to the small business offeror whose proposal is determined to be most beneficial to the Government. The base quantity is expected to consist of three (3) pilot production test units to be used for Government and Contractor testing/technical evaluation. It is anticipated that the base quantity will also consist of engineering and logistics data item deliveries. Delivery for the pilot production test units will be within six months after contract award and testing/technical evaluation of the pilot production units is anticipated to be completed within 120 days after contract award. The contract will provide for step-ladder quantity pricing for up 60 production ORCTSs per year over a three year ordering period (FY09, FY10 and FY11) for a total quantity of 180 production ORCTSs. Delivery of the production units will be at a rate of five units per month. It is anticipated that deliveries will be f.o.b. origin. The contract will provide for two option CLINs for logistics support. Only one of the two options CLINs, if any, will be exercised. One option CLIN will provide for spare and repair parts required to support the ORCTS for a period of 24 months beginning with the delivery of the first production unit. The other option CLIN will provide for IPBL support during the initial 24 month ramp-up phase in anticipation of Performance Based Logistics (PBL) tasks that would be required during the performance of a potential follow-on PBL contract. This optional IPBL support during the ramp-up phase will involve provision of the personnel, services, materials and facilities to plan, implement and execute an Integrated Logistics Support (ILS) program for the duration of the contract and any related supplies and services contracts. The solicitation will be posted on the NAVAIR homepage located at http://www.navair.navy.mil. Select Doing Business and then Open Solicitations. Look for amendments on the web page. Hard copy of solicitations and amendments will NOT be mailed to contractors. The solicitation will be posted on the web, on or about 1 April 2007. The Government will not accept electronic offers. The point of contact is: Ms. Alice Tornquist, phone (732) 323-4316, facsimile: (732) 323-2359 or e-mail: alice.tornquist@navy.mil or Mr. Francis Hufnell, phone (732) 323-2902, facsimile: (732) 323-2359, e-mail: francis.hufnell@navy.mil
 
Record
SN01219374-W 20070127/070125221103 (fbodaily.com)
 
Source
FedBizOpps 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.