Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2011 FBO #3539
SOURCES SOUGHT

70 -- MSG3 Study for Rotary Wing Aircraft

Notice Date
8/1/2011
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Assisted Acquisition Services Division (4QFA), 401 West Peachtree ST NW, Ste 2700, Atlanta, Georgia, 30308, United States
 
ZIP Code
30308
 
Solicitation Number
4QCQ57113428
 
Archive Date
8/23/2011
 
Point of Contact
LaRonda Jackson, Phone: 404-224-2353, Albertine L. Honore, Phone: (228) 688-4640
 
E-Mail Address
laronda.jackson@gsa.gov, albertine.honore@gsa.gov
(laronda.jackson@gsa.gov, albertine.honore@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
The General Services Administration's Federal Acquisition Service, Assisted Acquisition Services Division intends to issue a contract to Intergraph Corporation, under the authority of FAR 6.302-1, through reference number 4QCQ57113428. Only one responsible source and no other services will satisfy agency requirements. The first objective of this effort is the analysis and initial implementation of a MSG-3 based maintenance system for the SOF/PR designated weapon system, in support of the overall maintenance transformation goals. The foundational elements of the program include: analysis and initial implementation of the Air Transport Association (ATA) Maintenance Steering Group-3 (MSG-3) scheduled maintenance program; deployment and sustainment of Standard Visual Work Cards (SVWCs); support in establishing and standing-up a Maintenance Program Office (MPO); and performance of sustaining engineering services. The deployment and sustainment of SVWCs shall facilitate MSG-3 analysis and implementation by documenting MSG-3 scheduled maintenance and other tasks using modern commercial best practice format and content to maximize maintainer on-aircraft time. These cards shall delineate task purpose, safety-related cautions and warnings, required parts, technical data and tools. To clarify and speed task accomplishment, the SVWCs shall extensively incorporate photographs and graphic illustrations while minimizing external Technical Order (TO) library references. The MPO support shall draw from the Federal Aviation Administration (FAA)'s Continuous Aircraft Surveillance System (CASS) to provide a continuous, structured analysis and surveillance process that monitors fleet health, evaluates the effectiveness of the MSG-3 scheduled maintenance program, and identifies necessary changes. The MPO support shall include input for the implementation and sustainment of processes, procedures, analysis data, and software tools for SOF/PR weapon system sustainment and reliability improvement. The sustaining engineering services shall provide the SOF/PR organization with engineering and analysis solutions that improve the sustainment of the aircraft. Together these services shall support fleet-wide reliability issues and enable maintenance transformation (MT). The second objective of this effort is the implementation of initiation of data management tools and technology to support the REP. The DMIs involve continuously analyzing data requirements, providing application maintenance support of existing applications, updating all supporting documentation, conducting application testing to ensure optimal performance, and maintaining Certification and Accreditation (C&A) and compliance with the Enterprise Information Technology Data Repository (EITDR). DMI activities shall be integrated into a web-enabled IDE to streamline the complex logistics challenges of supporting fleet readiness. This proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302-1. This request is not a notice for competitive proposals. Interested parties may identify their interest and capabilities to respond to the requirement. All information should be submitted via email to Ms. La'Ronda N. Jackson at laronda.jackson@gsa.gov. Responses must be submitted by COB August 8, 2011. All information submitted on or before this date will be considered by the Government. Information received will be considered solely for the purpose of determining whether or not to conduct a competitive procurement. All vendors who express an interest via the RFI process will need to be registered with GSA's IT-Solutions (ITSS) Web-based Order Processing System prior to closing of this request on 5 August 2011 either by on line at https://it-solutaion.gsa.gov or via phone support at: Registration Phone Support Available Monday through Friday 6 Am to 5:30 PM PST 877-243-2889 option 2
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e77ae7604ab271ff915a9a4d7b6766fc)
 
Place of Performance
Address: Warner Robins AFB, Georgia, United States
 
Record
SN02516493-W 20110803/110801234602-e77ae7604ab271ff915a9a4d7b6766fc (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.