SOLICITATION NOTICE
R -- AIR-6.7 Logistics Support RCM - SOW & LOE
- Notice Date
- 3/6/2016
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00421-15-R-0103
- Archive Date
- 4/2/2016
- Point of Contact
- Mary P Brody, Phone: 301-757-2497, Joseph L Mattingly, Phone: (301) 995-8119
- E-Mail Address
-
mary.brody@navy.mil, joseph.mattingly@navy.mil
(mary.brody@navy.mil, joseph.mattingly@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Level of Effort Draft SOW Synopsis: The purpose of this synopsis is for the Naval Air Systems Command to announce its intent to procure technical support Services for AIR 6.7 of the Naval Air Systems command located at NAS Patuxent River, MD will solicit for Reliability-Centered Maintenance (RCM) Indefinite-Delivery Indefinite-Quantity (IDIQ) for work across all National Sites to include the NAWCADs at Patuxent River, MD, Lakehurst, NJ, Orlando, FL; NAWCWDs located at China Lake, CA and Point Mugu, CA; the ISSCs located at Jacksonville, FL, Cherry Point, NC, and North Island, CA; and the NATEC located at San Diego, CA. During the contracting period AIR-6.7 shall identify Reliability-Centered Maintenance (RCM) tasks and the Contracting Officer will negotiate and issue task orders. This acquisition will be set-aside for 100% Small Business. The work consists of Reliability-Centered Maintenance (RCM), not limited to the following: Perform RCM analysis on new/or existing systems in accordance with the PMA's RCM Program Plan and NAVAIR 00-25-403; Update existing RCM analysis; Enter and maintain RCM analyses in the IRCMS database; Provide recommendations for PM tasks and other actions as a result of the RCM analysis; Perform Age exploration; Perform statistical analyses, reliability analyses and root cause analyses related to failure modes; Perform data collection, data filtering and data analysis; Develop and sustain hardware breakdown and Failure Mode, Effects and Criticality Analysis (FMECA); Determine new and evaluate existing organizational, intermediate and depot level preventative maintenance tasks; Provide recommendations for the development of maintenance support system requirements; Perform technical analyses to support RCM, Develop and deliver briefs and RCM-related programmatic documentation; Develop and deliver RCM training; and Provide technical support to the NAVAIR RCM Steering Committee. The NAICS Code is 541330. The Size Standard is $38,500,000.00. SPECIAL REQUIREMENT/CONCERNS: This contract will be a Cost Plus Fixed Fee IDIQ. The period of performance will be five year ordering period. At this time, only Draft Statement of Work (SOW), and the Level of Effort hours break down are being provided. The Minimum Personnel Requirements for this effort have been listed under SOW section 4.0. Industry is requested to provide feedback. This advance notice is not a Request for Proposal Draft Statement of Work Statement (SOW), and the Level of Effort hours break down are attached with notice. Any questions concerning this material should be submitted to Ms. Mary Brody, email address: mary.brody@navy.mil within ten (10) days of this posting.. Telephone requests will not be accepted. Questions received will be addressed via the Federal Business Opportunities website. The Government requests interested parties provide company name, point of contact, and phone number for establishing a bidders list. This list will be used by the Government for encouraging teaming and small business participation. Requests for inclusion on the bidders list should be sent to Ms. Mary Brody (Contract Specialist) via e-mail at mary.brody@navy.mil. This office will amend this synopsis to provide a notification of release of the formal solicitation. FAR 52.219-14 Limitations on Subcontracting will apply. The clause requires that the concern perform at least 51 percent (51%) of the cost of the contract, not including the cost of materials, with its own employees. The successful contractor will be selected using Tradeoff procedures, resulting in the Best Value to the Government. The government reserves the right to award a contract to other than the lowest priced offeror. Evaluation factors will be set forth in Sections L & M of the solicitation
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-15-R-0103/listing.html)
- Place of Performance
- Address: NAWCADs at Patuxent River, MD, Lakehurst, NJ, Orlando, FL; NAWCWDs located at China Lake, CA and Point Mugu, CA; the ISSCs located at Jacksonville, FL, Cherry Point, NC, and North Island, CA; and the NATEC located at San Diego, CA., United States
- Record
- SN04041161-W 20160308/160306233128-3f7416b4dd7ccf4d63d90026ddeb84e4 (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 |