Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 25, 2003 FBO #0697
SOLICITATION NOTICE

J -- REFURBISHMENT OF U-6 BEAVER AND NU-1B OTTER AIRCRAFT

Notice Date
10/23/2003
 
Notice Type
Solicitation Notice
 
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, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
Reference-Number-U6AIRCRAFT
 
Archive Date
11/30/2003
 
Point of Contact
Mary Roland, Contract Specialist, Phone (301) 757-9709, Fax (301) 757-0200, - Thomas Stann, Contract Specialist, Phone (301) 757-9714, Fax 301-757-9760,
 
E-Mail Address
RolandMC@navair.navy.mil, stannte@navair.navy.mil
 
Description
This is a notice of intent to procure services to refurbish U-1 and U-6 aircraft for the Test Wing Atlantic (Competency 5.5.4) (United States Naval Test Pilot School, hereinafter, USNTPS), located onboard the Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland. This requirement was previously advertised in FedBizOps on 03 September 2003 under combined synopsis/solicitation N00421-03-R-0134, as withdrawn by notice in the FedBizOps dated 11 September 2003. Previous respondents to that notice are required to request and respond to this notice and/or solicitation to be considered. A contract with firm fixed price line items, cost reimbursement line items, and line items with fixed hourly rates is contemplated using full and open competition as the procurement method. Firm requirements for two U-6 aircraft are known; options for one U-1 and one U-6 are planned. The effort will include refurbishing the aircraft per current applicable DeHavilland Manuals, Maintenance Manuals, Repair Manuals, Service Bulletins, Engineering Bulletins, Technical News Sheets, and Federal Aviation Administration (FAA) Airworthiness Directives, and using Federal Aviation Regulations, Part 43 Maintenance and Inspections, and Part 91 General Operating Rules to establish and clarify standards. All work shall be performed by FAA-certified mechanics (or, Air Transport Canada certified mechanics with appropriate ratings per 14 CFR 65) and the offeror?s facility must be a designated FAA repair station (or Canadian equivalent). The aircraft shall be housed in the offeror?s facility during the entire refurbishment process. Other services may include post-refurbishment tests, including quality assurance, structural integrity, ground operations, system checks, flight testing, and airworthiness certification flights at the offeror?s facility. The offeror may also be required to provide services to assist with Government acceptance check flights, including ground checks, servicing, maintenance, obtaining local (offeror facility) flight clearances, and ensuring post-check flight and inspection deficiencies are appropriately addressed and corrected. Engine overhaul is not included in this effort. The offeror shall provide training, to include inspection techniques and assembly or repair of aircraft or subsystems, component rigging/assembly techniques, and basic electrical layout/troubleshooting, and proper use and application of FAA aircraft records, maintenance publications, and Federal regulations pertinent to aircraft maintenance. Technical data to be supplied includes all technical data regarding repairs and/or modification actions, simplified block, functional, and schematic diagrams of all avionics and electronics systems, and applicable manuals. It is preferred that this data not be submitted in a proprietary format, as it may be transmitted to the Original Equipment Manufacturer (OEM) for incorporation into and update of Navy Operating and Maintenance Manuals. Travel to the USNTPS may be required to provide technical status and/or refurbishment plans to USNTPS and/or other personnel. Primary location of performance shall be the offeror?s facility. The appropriate NAICS Code is 488190, size standard $6.0 million. This requirement is not set aside for small businesses; however, if two or more small businesses respond with a technically capable offer, this requirement will be converted to a small business set aside and offers received from large businesses will not be further considered for award. Award is anticipated on or about 16 January 2004. To be eligible to receive an award of this requirement, the offeror must be registered in the DoD Central Contractor Registration (CCR) database ? NO EXCEPTIONS. To register, offerors may apply through the Internet at http://www.ccr.dlsc.dla.mil. All responsible sources may submit a proposal that shall be considered by the agency. It is anticipated the solicitation will be released via the Internet on or about 12 November 2003. The solicitation and amendments, if any, will be available electronically by accessing the Naval Air Systems Command (NAVAIRSYSCOM) Home Page for solicitations at http://www.navair.navy.mil/doing_business/open_solicitations/. Responsible sources are encouraged to submit requests for notification of the posting of the solicitation via electronic mail (e-mail) to Ms. Mary Roland, e-mail address RolandMC@navair.navy.mil. As noted above, respondents to the previous notification in September 2003 are required to request/respond to this notice and/or solicitation. Questions regarding this requirement may also be mailed to Ms. Roland or telecopied to: NAVAIR/AD Contracts (AIR-2.5.1), Building 588, Suite 2, Code 251711 (M. Roland), Naval Air Warfare Center Aircraft Division, 47253 Whalen Road, Unit 588, Patuxent River, Maryland 20670-1463; Facsimile (301) 757-0200. Requests shall include the company name, point of contact, address, area code and telephone number, facsimile number, and e-mail address. Questions regarding this notice may be addressed to Ms. Roland at (301) 757-9709 or Mr. Thomas E. Stann, Contracting Officer, at (301) 757-9714.
 
Place of Performance
Address: Offeror Facility
Country: USA
 
Record
SN00458798-W 20031025/031023213349 (fbodaily.com)
 
Source
FedBizOpps.gov 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.