Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 21, 2012 FBO #3862
SOLICITATION NOTICE

70 -- Support for RTCASS and Boeing Developed CASS OTPS

Notice Date
6/19/2012
 
Notice Type
Presolicitation
 
NAICS
334111 — Electronic Computer 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, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-12-R-0227
 
Archive Date
7/20/2012
 
Point of Contact
Lisette Behmke, Phone: 7323232547
 
E-Mail Address
lisette.behmke@navy.mil
(lisette.behmke@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Warfare Center Aircraft Division Lakehurst, NJ intends to enter into negotiations on a non-competitive basis with The Boeing Company, St. Louis, MO for sustaining engineering/technical and logistic services for Reconfigurable Transportable Consolidated Automated Support System (RTCASS) Station Software and Hardware, Direct Test Software, Next-Operational Management System (Nx-OMS), and Migration of Operational Test Program Sets (OTPSs) onto the RTCASS. The contractor shall also provide sustainment, migration, product enhancements and engineering/technical/logistics support of the Test Program Set Improvement Program (TIP) for CASS Family of OTPS developed by the Boeing Company. Services for each OTPS shall include all hardware items, subcomponents, subassemblies and ancillary gear associated with each individual OTPS. Included in this support are obsolescence tracking and mitigation, as well as possible engineering investigation/logistics documentation update support. The Government intends to enter into an IDIQ contract that will allow the issuance of Cost Plus Fixed Fee and Firm Fixed Price type delivery orders. The type of tasks that will be required under the contract shall be required to include engineering/Technical/logistics support and documentation update for the following RTCASS to (a) investigate TPS related failures/problems and provide a technical impact assessment, (b) provide a report detailing what would be required to correct failures/problems, (c) implement TPS changes including demonstrate to the government that the solution is viable, (d) implement Software modification to enable OTPS to be executed on RTCASS, (e) implement Software Improvement to Nx-OMS, (f) investigate RTCASS asset upgrades both Hardware and software to resolve OTPS issues, (g) implement OTPS Software/hardware improvements due to problem identification reports and/or changes based on support equipment changes, and (h) procure material as required to implement OTPS hardware changes. In addition provide sustainment, migration, enhancements and support services (engineering/technical and logistics) for Boeing developed OTPS to provide continue operation and maintenance of OTPS to; (a) perform OTPS Post deployment ongoing operational data analyses, (b) analyses of: safety hazards, failure causes and effects, reliability and maintainability trends and operational usage profile changes, (c) investigate root cause analysis of in-service problems such as: operational hazards, deficiency reports, parts obsolescence, reliability degradation, (d) development of required design changes to resolve operational issues (Engineering Investigations, Engineering Change Proposals, Engineering Change Notices, System Problem Reports), (e) perform product baseline and configuration management support, (f) investigate and perform Technology insertion, disposition and repairs (g) provide Technical manual/order updates, (h) perform OTPS mitigation analysis for the CASS Family of testers and (i) incorporate new test techniques to improve OTPS run times, fault detection and isolation and incorporation of preplanned product improvements. Sustaining Engineering Service from The Boeing Company is anticipated for the following CASS family of OTPS: Boeing Developed OTPS: OTPS P/N - 123SAV59310-1, 3841AS0201-01, 74D060045-1001, 74D060330-1001, 74D060332-1001, 74D060333-1001, 74D060334-1001, 74D060335, 74D060336-1001, 74D060337-1001, 74D060338-1001, 74D060525-1001, 74D060526-1001, 74D060531 (OTPS 531), 74D060533-1001, 74D060549-1001, 74D060553-1001, 74D060559-1001, 74D060801-1003, 74D060802-1005, 74D060803-1001, 74D060804-1001, 74D060805 (OTPS 805), 74D060807-1001, 74D060809-1001, 74D060810-1001, 74D060812-1001, 74D060813-1003, 74D060820-1001, 901-292-009-101, 901-292-010-101, 901-292-016-101, 901-292-032-101, 901-292-139-101, 901-292-215-101, 901-292-304-101, 901-292-308-101, 901-292-701-101, 901-292-705-101, 901-292-743-101, 901-292-747-101, 901-292-751-101, 901-292-811-101, 901-292-820-101, 901-292-830-101, 901-292-834-101, 901-292-844-101, 901-292-850-101, 901-292-856-101, 901-292-862-101, 901-292-870-101, 901-292-876-101, 901-292-882-101, D0010023-1001, D0010024-1001, D0010025-3001, D0010033-1001, D0010058-2001, DA132M0902-501, DA132M0903-501, DA132M0903-501, DA132M0904-501, DA132M0932-501, G637650-1, OTPS-530, OTPS 541, OTPS 807, OTPS 816 The period of performance for each delivery order will vary depending on the task, however, no delivery order will exceed the 5-year period of performance. The government intends to procure these services under the authority of 10 U.S.C.2304(c)(1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1, only one responsible source and no other supplies or services will satisfy the requirements. All responsible sources are encouraged to submit a proposal, which may be used by the government in determining whether or not to conduct a competitive procurement. Responses should reference N68335-12-R-0227. A determination by the government not to open the requirement to competition based on the responses to this notice is solely within the discretion of the government. No solicitations will be available for this procurement. The Government will not pay for any information received. The Point of Contact for this procurement is Lisette Behmke, Code 2.5.2.1.3, (732) 323-2547, email: lisette.behmke@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-12-R-0227/listing.html)
 
Record
SN02780192-W 20120621/120619235811-4ea4f621bedb040f82047b4ecaf1fa42 (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.