SPECIAL NOTICE
H -- Commercial Aircraft Test Support
- Notice Date
- 7/22/2014
- Notice Type
- Special Notice
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- ACC-APG-TENANT CONTRACTING DIV,, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91ZLK14T0521
- Archive Date
- 7/22/2015
- Point of Contact
- Adam Stover, 4438614757
- E-Mail Address
-
ACC-APG-TENANT CONTRACTING DIV
(adam.c.stover.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT using Federal Acquisition Regulation FAR Part 13, Simplified Acquisition Procedures. The US Army Contracting Command, Aberdeen Proving Ground - Tenant Contracting Division, 6001 Combat Drive, Aberdeen, Maryland, 21005 has a requirement to procure the following: Period of Performance: 1 year from date of award Place of Performance: Performance will be at customer's location. Contractor shall perform test asset manufacturer support of Aberdeen Test Center commercial aircraft test activities on a fixed-price basis. 1.Description of the service: The cost of the contract shall cover the following: a. Inspection, maintenance and modification recommendations for retired Boeing manufactured commercial aircraft assets currently in the ATC test asset fleet (B-737, B-757, B-767, DC-9). b. Recommendations on how to make testing more representative of in-service conditions. c. Detailed descriptions of aircraft structure and systems' form fit and function. d. Assessments of the extent of damage to test assets subsequent to testing. e. The contractor shall support and be onsite (ATC, APG, Maryland) for 4 commercial aircraft test series. The subject test series will be conducted at ATC with each test series lasting approximately one week (5 working days). In addition to being onsite for the testing, the contractor may be required to travel to ATC prior to each scheduled test activity to participate in pre-test planning/preparation (lasting approximately 3-5 working days for each pre-test planning/preparation trip). Aircraft test series will be conducted approximately every 3 to 6 months. All four commercial aircraft test series requiring support will be conducted within 24 months of contract award. The COR will provide the contractor with at least 4 weeks notification of test planning or test execution dates. f. ATC will provide the contractor with test planning documents and pre/post test results documentation (still photos, videos, instrumentation data) to aid the contractor in its support efforts. g. The contractor shall review test plans and reports, and provide written feedback within two weeks of receiving said plans or reports. The contractor shall support ad hoc aircraft specific questions requiring approximately 2 to 3 hours per week. 2.Locations: The contractor shall perform the work activities described in this SOW primarily at their facilities. However, test planning and execution tasks (as described in section 1) will require the contractor to travel to ATC to witness and aid in documentation of commercial 3.Requirements: Personnel provided by the contractor in support of this effort shall have the skills and technical background necessary to successfully complete the tasks described in this SOW, including but not limited to the following: a.The contractor shall provide the necessary skills and knowledge pertaining to Boeing (and legacy McDonnell Douglas) commercial aircraft design, systems, construction, and operation. b.The contractor shall provide knowledge and experience in commercial aircraft damage assessment and repair. c.The contractor shall provide knowledge of commercial aircraft test procedures. d.The contractor shall participate in safety briefings, team meetings, and project meetings as related to test planning, execution, and post-test analysis. 4.Deliverables: The contractor shall provide the Contracting Officer's Representative (COR) monthly project status reports by the 15th of each month summarizing the previous month's activities and listing anticipated future activities and support. The contractor shall provide a trip report to the COR within two weeks of completing each trip to ATC for test preparation or test execution activities. At a minimum each trip report shall contain a summary/purpose of the trip, key input provided by the contractor during the trip, and any additional suggestions/recommendations as a result of the trip. The contractor shall review test plans and reports, and provide written feedback within two weeks of receiving said plans or reports. Any trip reports, test planning/test reporting documents, technical summaries, pre and post test analyses, and related technical data provided by the contractor may be delivered to ATC via email, CD-ROM, or other digital media. 5.Government Furnished Property: The contractor shall provide all equipment and material necessary for to perform the requirements of this contract. If the contractor requires GFP to meet the requirements of the contract, the contractor will request property/equipment in writing to the COR. Any GFP equipment provided to the contractor related to work in this SOW shall be installed and integrated into the final products and shall be returned to the Government in good working order. 6.Security Requirements: Testing and the data acquired during testing are of a sensitive nature. The contractor shall treat all test plans, procedures, reports, data and other articles as such and adhere to any applicable classification guidelines to protect the information. Pending specific guidance, the contractor shall comply with the requirements contained in Department of Homeland Security, S&T Explosives Research and Development Program, Security Classification Guide (#DHS SCG S&T-006.1), Dated February 15, 2013. The Government intends to award a firm-fixed price sole source contract to the Boeing Company. Boeing has a unique knowledge of proprietary information such as properties of construction materials, operation of systems (avionics, engines, etc.), manufacturing processes, structural characteristics and repair procedures which are all needed to provide technical support during testing.. The associated North America Classification Systems (NAICS) Code is 541712 and the Business Size Standard is 500 employees. All responses received within ten (10) days after date of publication of this notice will be considered by the Government. A determination by the Government not to compete this proposed purchase order based upon responses to this notice is solely within the discretion of the Government. Interested persons may identify their interests and capability to respond to this requirement no later than 2:00 PM Eastern Time, Tuesday, August 1, 2014. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government in future procurements. For questions concerning this notice of intent, contact the Contract Specialist, CPT Adam Stover, at adam.c.stover.mil@mail.mil. Posting date of this notice is 22 July 2014. NO TELEPHONE REQUESTS WILL BE HONORED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/68844be6075fc295c8c2c4c7d50ee4c2)
- Record
- SN03433702-W 20140724/140722235445-68844be6075fc295c8c2c4c7d50ee4c2 (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 |