SOLICITATION NOTICE
J -- Assess, Implement and Produce P-3 Special Missions Aircraft Technical Documentation
- Notice Date
- 10/17/2011
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- P.O. Box 190022, North Charleston SC 29419-9022
- ZIP Code
- 29419-9022
- Solicitation Number
- N65236-11-R-0133
- Response Due
- 11/1/2011
- Archive Date
- 12/1/2011
- Point of Contact
- Point of Contact - John R OConnor, Contract Specialist, 843-218-4780; Paula Somers, Contracting Officer, 843-218-5976
- E-Mail Address
-
Contract Specialist
(john.r.oconnor@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Department of the Navy, Space and Naval Warfare Systems CenterAtlantic (SPAWAR-Atlantic) intends to award a sole source contract, in accordance with 10 U.S.C. 2304(c)(5) (Authorized by Statute) and FAR 6.302-5 (b)(6), to Compendium Federal Technology, LLC., 22289 Exploration Drive V, Suite 102, Lexington Park, Maryland 20653-2063, a Service Disabled Veteran Owned Small Business (SDVOSB), for engineering and technical support services for Naval Air Systems Command (NAVAIR). To facilitate those processes, the contractor will provide Systems Engineering and Logistics Support with appropriate Program Management to ensure adequate quality control to produce all products and services in a timely and effective manner. Technical efforts include identifying impacts and incorporating changes to the technical documentation in the production of intelligence collection systems P-3 Special Missions Technical Manuals and other technical manuals. Implementation of a technical manual Quality Assurance program is required as well as review, maintenance and utilization of the Special Missions library as a documentation repository to contain all source data documentation and other pertinent data. In support of the data repository, support efforts include scanning and digitizing of all technical documents as well as maintaining and tracking items in the historical archive within a database system located at the contractor's facility. Other efforts include analysis of vendor provided source data for maintenance engineering, synthesizing technical source data and producing current documentation for all intelligence collection systems through data assessments. The identification of discrepancies/errors in Special Missions source data and certification of the quality and value of the vendor provided data as stand-alone documents/manuals is required. Remedial steps shall be implemented to overcome data incongruities. Implementation of avionics systems changes peculiar to each aircraft and confirmation of the suitability of current Crew Station Maintenance Manuals planning is significant. Contractor must be familiar with Joint Technical Data Integration (JTDI) product development in support of avionics systems Quick Reaction Changes (QRCs). The effort requires that performance be in a NAVAIR facility located at Patuxent River, MD, with some incidental travel. The Government anticipates award of a Firm-Fixed-Price, Indefinite-Delivery, Indefinite-Quantity, performance based contract for one (1) base year and one (1), one-year option period in accordance with FAR part 15, with an estimated value of $3,500,000. The applicable North American Industry Classification System (NAICS) code is 541330, and the size standard is $27M. NO SOLICITATION WILL BE MADE AVAILABLE AS A RESULT OF THIS ANNOUNCEMENT. THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. Any SDVOSB firm that believes that it can provide these services may give written notification to the individual identified below. Comments and /or responses shall be submitted in writing via e-mail to SPAWAR Atlantic Point of Contact, John R. O'Connor, Code 2211JO, (843) 218-4780 or john.r.oconnor@navy.mil. Any response to this announcement must be received no later than 14:00 EDT, 01 November 2011. All responses will be evaluated; however, a determination by the Government not to compete the proposed action is solely within the discretion of the Government. A DRAFT copy of the Performance Work Statement is attached. This document is for INFORMATIONAL PURPOSES ONLY and shall NOT be construed as the final version.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARSYSCEN_Charleston/N65236-11-R-0133/listing.html)
- Record
- SN02608463-W 20111019/111017234348-5a9e1c575a7aa6b62862e11a2272644c (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 |