Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2003 FBO #0701
SOLICITATION NOTICE

16 -- Basic Ordering Agreement (BOA) for the T58 Engine

Notice Date
10/27/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
Reference-Number-N00019-04-P2-CP006
 
Response Due
11/11/2003
 
Archive Date
11/26/2003
 
Point of Contact
Melanie Bateman, Contract Specialist, Phone (301) 757-8966, Fax 301-342-8988, - Janice Woehrer, Contracting Officer, Phone (301) 757-8971, Fax 301-757-8988,
 
E-Mail Address
batemanms@navair.navy.mil, woehrerje@navair.navy.mil
 
Description
The NAVAL AIR SYSTEMS COMMAND (NAVAIR) intends to award a Basic Ordering Agreement (BOA) to General Electric Aircraft Engines (GEAE), Lynn, MA, in support of the T58 engine program. The BOA will be for a period of three (3) years with two(2), 1-year extensions possible. The proposed delivery orders under the BOA are required to procure services, materials, support equipment, repairs, and supplies in support of the T58 engine and all variants. They will be used to procure various supplies and services necessary to meet T58 fleet operational requirements. CLINs will be established for the following categories: a. Change kits, engineering, production prototypes, and testing of change kits to retrofit safety, common equipment, and OSIP changes to the T58 engine and related equipment, including contractor installation. b. Change kits for training, training devices, and training parts for the H-46/T58 operational and maintenance trainer, including contractor installation and on-site training. c. Engineering and Logistical services required as a result of approved ECPs and process changes including delivery of newly developed training courses, revisions of existing courses, development of all required training material, initial course presentation, any updates and corrections of training material required during the initial course presentation, and maintenance services for training devices. d. Sustaining engineering for the T58 engine and/or support equipment, test cells, containers, and change kits for existing contractor furnished support equipment, test cells and containers required as a result of service related/production revealed deficiencies and changes to the T58 engine and related equipment from the contractor. e. Kits for changes to spare repairables required as a result of changes to T58 engine and related equipment installed therein which were procured by the Government from the contractor. f. Interim spare and repair parts required for support of T58 engine retrofit changes including related installed equipment, new and existing contractor furnished support equipment, and contractor furnished trainers. g. New and revised technical manuals required as a result of changes to T58 engines, related equipment delivered by the contractor to the Government, and up-to-date information on the operation and maintenance of out-of-production T58 engines and related equipment delivered by the contractor to the Government. h. New and revised engineering drawings and associated data in support of approved ECPs and Government originated Rapid Action Minor Engineering Changes for T58 engines and related equipment procured from the contractor by the Government. i. The furnishing of materials and services necessary to repair, modify, restore, or return ready-for-issue condition components required in support of changes to T58 engines and related equipment changes, as required. j. The preparation of ECPs and revisions thereto, inclusive of research and development efforts, for safety, reliability and common equipment changes and OSIP requirements of T58 engines. k. Integrated Logistics Support including engineering and technical support for T58 engines, support equipment, trainers, and related equipment. l. Engineering and Logistical services required as a result of approved ECPs, to include data analysis and development of test plans. Travel may be required to support the engineering and logistical needs.
 
Place of Performance
Address: 1000 Western Avenue, Lynn, MASS
Zip Code: 01910-0445
Country: USA
 
Record
SN00460339-W 20031029/031027213225 (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.