COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 19, 2001 PSA #2980
SOLICITATIONS
59 -- 59 -- NAVY AND MARINE CORPS AVIATION TRAINING SYSTEMS SPARE AND REPAIR PARTS
- Notice Date
- November 15, 2001
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway Code 253, Orlando, FL, 32826
- ZIP Code
- 32826
- Solicitation Number
- Reference-Number-SRP-01
- Response Due
- December 4, 2001
- Point of Contact
- Anthony Delicati, Contract Specialist, Phone 407-208-4121, Fax 407-380-4164, Email DelicatiAJ@navair.navy.mil
- Description
- The Naval Air Warfare Center Training Systems Division (NAWCTSD) is responsible for acquisition, fielding and life cycle support of Navy and Marine Corps Aviation training systems suitable for effective training. Life cycle support includes ensuring the availability of an initial material support package at time of device fielding and the acquisition of spare and repair parts attributable to device modifications and upgrades. These Navy and Marine Corps Aviation training systems spare and repair parts are the focus of this pre-solicitation notice. NAWCTSD intends on negotiating and awarding several spare and repair parts buys on a sole-source basis from 7 January 2002 through 31 December 2002. The total estimated amount of these purchases is expected to approach $15 million. The Navy and Marine Corps Aviation training system platforms and major subsystems to which this synopsis applies are annotated within Attachment (A). Furthermore, the sole-source original equipment manufacturers (OEMs) of spare and repair parts within these subsystems are enumerated within Attachment (B). Attachments (A) and (B) may be found at the NAWCTSD Business Opportunities web site at "http://www.ntsc.navy.mil/EBusiness/BusOps/Acquisitions/Index.cfm?client =3DNAWCTSD&men=3DOPA". Once linked to the web site be you must change DOCUMENT TYPES to "ALL". The attachments will be located under the heading "Navy and Marine Corps Aviation Training Systems Spare and Repair Parts. While this synopsis serves as a pre-solicitation notice of the sole-source acquisitions for spare and repair parts from the Attachment (B) OEMs, it is not intended to preclude the government from acquiring spare and repair parts through the training system design/build contractor as this strategy may serve the governments best interest. The sole-source rationale for acquisition of the Attachment (A) major subsystem parts from the Attachment (B) OEMs follows. Current acquisition principles dictates that the government's requirements be described in performance terms. Accordingly, training systems design/build contractors are afforded the opportunity to propose and implement trainer designs meeting or exceeding performance requirements while taking budget considerations into account. An essential element in establishing a technical design is selecting the appropriate trainer hardware whereby the design/build contractors leverage from previous experiences in ascertaining the most reliable cost-effective sources of supply. These design decisions and hardware selections are subject to government scrutiny during preliminary and critical design reviews thereby lending credibility that the government's performance requirements are paramount during the design and hardware selection process. In addition, the design/build contractors are subjected to periodic Contractor Purchasing System Reviews (CPSRs) by the Defense Contract Management Agency with the assistance of the Defense Contract Audit Agency thereby ensuring that parts selections from OEMs are performed in an unbiased manner. These design/build contractors provide a great deal of provisioning expertise which culminates in the delivery to the government of an Interim Support Items List (ISIL) inclusive of detailed OEM sourcing information for those items recommended as spare and repair parts. This provisioning exercise by the design/build contractors takes into consideration the mechanical and electrical functionality, detailed specifications, and strict tolerances of the selected items in consistently meeting the government's performance requirements. In addition, during parts selection, design/build contractors exhaustively research form and fit requirements to permit precise interfacing with other selected trainer components, subassemblies and assemblies. The interchangeability and reliability of spare and repair parts with the items currently installed in the trainer is essential. These exact form, fit and function requirements do not lend to substitution. NAWCTSD provides training device design/build contractor delivered ISILs to the Defense Logistics Information Service (DLIS) located in Battle Creek, MI whereby the DLIS performs screening of the ISILs to ascertain the availability of alternate sources of each of the ISIL items. Based upon this independent screening no alternate sources of the Attachment (A) major subsystems parts are available from other than the Attachment (B) OEMs. The spare and repair parts recommended by training device design/build contractors are commercial or non-developmental items. Accordingly, proprietary detailed drawings are not made available to either the design/build contractors or the government. Acquisition of the proprietary drawings for purposes of conducting competitive procurements of spare and repair parts is cost prohibitive. In addition, reverse engineering of spare and repair parts is cost prohibitive and unwarranted given the minimum quantities of each item procured. Award of Navy and Marine Corps Aviation training systems spare and repair parts requirements to other than the Attachment (B) OEM sources recommended by the device manufacturers would result in trainer downtime attributable to inadequate interfaces, tolerances and specifications thereby resulting in critical loss of training. See numbered Note 22 which is modified as follows. The proposed contract actions are for supplies for which the Government intends to solicit and negotiate with only the Attachment (B) sources under the authority of FAR 6.302. This notice of intent is not a request for competitive proposals. However, interested parties not identified within Attachment (B) are encouraged to express their interest and capability to respond to the requirements. Responses to this pre-solicitation notice shall be received NLT 4 December 2001. Information received will be considered solely for the purpose of determining whether respondents should be added to the Attachment (B) pool of sole-source OEMs. In those situations where the government determines that identical parts are available from more than one OEM, it will compete these acquisitions among the OEMs. A determination by the Government not to compete these proposed contract actions based upon responses to this notice is solely within the discretion of the Government.
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/USN/NAVAIR/N61339/Reference-Number-SRP-01/li sting.html)
- Record
- Loren Data Corp. 20011119/59SOL010.HTM (D-319 SN513109)
| 59 - Electrical and Electronic Equipment Components Index
|
Issue Index |
Created on November 11, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|