Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2005 FBO #1300
SOLICITATION NOTICE

R -- Design, Development, Integration, Test, Manufacturing,Installation, and support of fielded systems for the Aircraft Launch and Recovery Equipment (ALRE)

Notice Date
11/3/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department Hwy. 547 Attn:B562-1, Lakehurst, NJ, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-05-R-0019
 
Response Due
3/10/2005
 
Point of Contact
Sesky Paul, Contract Specialist, Phone 732-323-2705, Fax 732-323-4069, - Elaine Lovering, Contract Specialist, Phone 732-323-5221, Fax 732-323-2359,
 
E-Mail Address
sesky.paul@navy.mil, elaine.lovering@navy.mil
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION for Commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 97-26. This solicitation number N68335-05-R-0019 is issued as a competitive request for proposal (RFP). The Naval Air Warfare Center Lakehurst is establishing multiple Blanket Purchase Agreements to provide Design, Development, Integration, Test, Manufacturing, Installation, and support of fielded systems for the Aircraft Launch and Recovery Equipment (ALRE) in accordance with the following Statement of Work (SOW). NAWCAD Lakehurst BLANKET PURCHASE AGREEMENT (BPA) STATEMENT OF WORK 1. OBJECTIVE. The contractor shall provide engineering and other technical services for the support of Aircraft Launch and Recovery Equipment (ALRE). This will include support to the government technical teams in determination of requirements, in design, development, integration, test, manufacturing, installation, and support of fielded systems. Efforts under this task will include support for Systems, Hardware, Software, Manufacturing, Test, and In-Service Engineering, all as applied to Aircraft Launch and Recovery Equipment component systems. 2. DATA and PROCESS. § NAVAIR Lakehurst uses the Microsoft Office Suite of software tools for word processing, spreadsheet, presentations, and other typical office automation requirements. This includes Outlook as the E-mail tool for communication and exchange of data and deliverables, and Project for planning and scheduling of work. § For drawing efforts, AutoCAD and Pro-Engineer are used. § Utilization of standards such as software CMM and systems CMMI, or comparable best practices will be required for providing consistent support to the government Integrated Product Teams. 3. TASK AREAS. The contractor shall perform tasks in support of engineering and related technical efforts for Launcher, Recovery, Landing Aids Systems, and for ALRE systems such as Aviation Data Management and Control System (ADMACS) and components. Tasks will include: a) Collection of requirements traceable to warfighter needs, and providing them to the government Integrated Product Team (IPT). This may require Subject Matter Experts on shipboard and shorebased operational and maintenance environments. b) Support to the government IPT for design, development, integration, test, fielding, and support for ALRE products. Engineering support may include providing technical assistance on Navy ships, sometimes while at sea. c) Support to the government IPT for Software design, development, integration and test for ship and shore environments as required to support Software Support Activities (SSA’s) for ALRE products. d) Support for site installlation. This involves material tracking, facilities planning, and technical services ranging from drafting to site-surveys. e) Assistance to government team with developing Flight Safe Program, recognizing and controlling Critical Safety Items, processes, and software. f) Support to government IPT for industrial process planning, including the fabricaton, modification, repair, overhaul and installation of ALRE or components. IPT support shall also include intrumentation support at ALRE test sites and aboard navy ships, and the development of ship overhaul work packages. g) Support to government team for Manufacturing Resource Planning (MRP) software development for the Navy’s industrial operations Manufacturing Planning and Control Systems (MPCS). h) Support to government team for coordination with shipyards, TYCOMS and SYSCOMS. 4. REQUIREMENTS a) Contractor must have understanding of, and experience with Navy shipboard and/or shorebasedoperational and/or maintenance environments b) Contractor must have understanding of and experience with one or more Navy aircraft launch and recovery equipment programs Support and/or component systems. c) Contractor must have understanding of and experience with Navy engineering processes and industry best practices. DELIVERABLES. Monthly Progress Report. Review of work accomplished, deliverable progress, problems areas, and anticipated activity for the next period, as well as any travel or unique services provided. Other data deliverables. Specific requirements will be spelled out in individual delivery orders. Travel, Training and ODCs. Actual expenses are limited by the Government Travel Regulations and must be pre-approved by the Government. PROJECT MANAGER: Richard Epstein, Code 4832 Building 562, Highway 547 Lakehurst, NJ 08733 Ph: (732) 323-5120, DSN 624-5120 Technical POC will be specified in each task delivery order. The Government reserves the right to issue multiple Blanket Purchase Agreements with a maximum estimated value of $5,000,000.00 for the life of each Agreement and to repeat the solicitation process when the maximum estimated value has been exceeded. Individual orders will be issued on either a Firm-Fixed Price or Time & Materials basis. The Government reserves the right to issue orders at less than $2,500, under established BPA, without further competition. Blanket Purchase Agreement(s) will be awarded in separate lots by business size. Lot I will be set aside for 8(a) contractors. Lot II will be set aside for Small Businesses. Lot III will be Full and Open Competition. Each order estimated over $2,500.00 will be competed among a specific lot of BPA contracts. The Government expects to award multiple BPAs in each Lot, to qualified vendors. Offeror’s should identify under which Lot that they are submitting their proposal. The Government reserves the right to award additional BPAs or release firms after the award of the initial Blanket Purchase Agreements. This synopsis serves as the entire solicitation. Interested firms should provide the following information for evaluation: (1) Technical Proposal (2) Past Performance (3) Past Experience (4) Five resumes of Key Personnel. (5) Cost Proposal TECHNICAL: Technical Proposals will be evaluated in accordance with requirements of the Statement or Work (SOW). (Limit 20 Pages) PAST PERFORMANCE: (Limit 10 Pages) The government will conduct a performance risk evaluation based upon the past performance of the offeror as it relates to the probability of successfully performing the Statement of Work (SOW) requirements. Evaluation of past performance will be based on consideration of all relevant facts and circumstances. The evaluation will include demonstrated past performance in quality of product or service; timeliness; business professionalism; and customer satisfaction. Information utilized will be obtained from the references listed in the proposal, other customers known to the Government, CPARS (if available), and others who may have useful and relevant information. The Government reserves the right to use past performance information obtained from sources other than those provided by the offeror, and that information will be used for the evaluation of past performance. In the case of an Offeror, or proposed employees of the Offeror, that do not have past contract performance information or with respect to which information on past contract performance is not available, the Offeror will not be evaluated favorably or unfavorably on the factor of past performance. 1. The offerors shall submit a list of contracts currently ongoing or completed within the last three years. These contracts must be directly related to the types of tasks that may result from the Statement of Work (SOW). 2. Offerors shall contact their past performance references and request that each reference submit the following information: Name of Customer Contract Number/Period of Performance Contract Type Total Contract Value Point of Contact Contract Work Description Written Summary of Demonstrated Past Performance in the quality of product or service; timeliness; business professionalism; and customer satisfaction. PAST EXPERIENCE Offerors shall provide a brief summary of experience with particular emphasis on work performed for NAVAIR/NAWCAD Lakehurst and/or related to Design, Development, Integration, Test, Manufacturing, Installation, and support of fielded systems for the Aircraft Launch and Recovery Equipment (ALRE), (include project title and contract number). In making the determination of past experience, consideration will be given as to whether an offeror has experience in Design, Development, Integration, Test, Manufacturing, Installation, and support of fielded systems for the Aircraft Launch and Recovery Equipment (ALRE). (Limit 10 Pages) KEY PERSONNEL RESUMES Offerors shall submit resumes for five (5) key personnel. (Limit 3 Pages for each resume) COST PROPOSAL Offerors shall submit GSA schedule rates or Time & Material (T&M) rates for evaluation. Once the BPA is established, costs will be evaluated as part of each individual delivery order. Firms should also indicate their size status, and email address for a point of contact. Responses should be mailed to the Naval Air Warfare Center Aircraft Division Highway 547 Building 562, Room 110 Lakehurst, NJ 08733 Attention: Sesky A. Paul or emailed to sesky.paul@navy.mil and be received no later than March 10, 2005 at 4:00 p.m. BPAs based on this synopsis may be issued from the date of synopsis through March 31, 2005. This Combined Synopsis/Solicitation will be posted on the NAVAIR homepage located at http://www.navair.navy.mil. Select “Doing Business” and “Open Solicitations”. Hard copies of this Combined Synopsis/Solicitation and Amendments will NOT be mailed to the contractors. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (03-NOV-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 16-JUN-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVAIR/N68335/N68335-05-R-0019/listing.html)
 
Record
SN00831622-F 20050618/050616212843 (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.