SOLICITATION NOTICE
99 -- Engineering Support for Research & Engineering Group (AIR-4.0) Cherry Point, NC
- Notice Date
- 6/23/2008
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Navy, Naval Air Systems Command, FLEET READINESS CENTER-EAST, PSC BOX 8021, Cherry Point, North Carolina, 28533-0021, United States
- ZIP Code
- 28533-0021
- Solicitation Number
- N6592308PR0048
- Archive Date
- 10/3/2008
- Point of Contact
- Denise A Fincher, Phone: (252) 464-7079, Rodney D Ange,, Phone: (252) 464-7032
- E-Mail Address
-
denise.fincher@navy.mil, rodney.ange@navy.mil
- Small Business Set-Aside
- N/A
- Description
- NAVAIR Contracts (AIR-2.5.1.6.3), Fleet Readiness Center (FRC) East, Cherry Point, NC intends to issue a Request for Proposal (RFP) for engineering services in support of weapon systems supported by the AIR-4.0 Competencies at Cherry Point, NC. This includes the AV-8, C-130, H-1, H-46, H-53, H-60, V-22 and the various engines, components and support systems associated with these and other assigned weapon systems. Services will be required to support the full range of engineering disciplines required to maintain these weapon systems. Tasks are generated from a variety of sources for the Research & Engineering Group at Cherry Point including, the Fleet, FRC-East, various Program Managers Aircraft (PMA) etc, and other NAVAIR Programs with identified emerging requirements. The Research and Engineering Group (AIR-4.0) of the In-Service Support Center (ISSC) located at Fleet Readiness Center East (FRC-East) on the Marine Corps Air Station (MCAS) Cherry Point in Eastern North Carolina provides worldwide naval aviation in-service engineering support for both FRC-East production and Fleet operations. The following tasks summarize the contract work requirements and are all fully defined in the Performance of Work Statement (PWS). 1. The Contractor shall perform a full range of in-service engineering support functions that will include but are not limited to the following: on-site technical assistance for aircraft, engines, support systems, etc., development of engineering data for various documents including all types of Technical Directives (Bulletins, Changes, etc.), Technical Manuals, Drawings, Engineering Investigations, etc. 2. The Contractor shall provide FRC-East Production Support engineering services including on-site production shop support, trouble shooting of aircraft, engines, support equipment, and related systems, development of Local Engineering Specifications (LES), Temporary Engineering Instructions (TEI), responses to Material Review Board (MRB) requests and Facilities Requests 4235/2s and other production requests for engineering support. The Contractor shall design, modify and document production support systems. The Contractor shall provide calibration engineering support for FRC-East equipment and processes. 3. The Contractor shall provide analyses and technical studies in support of Weapon systems, Installation, Modification, and Repair Requirements. The Contractor shall provide organizational, intermediate, and depot level weapon systems design engineering consultation and liaison services and technical assistance pertaining to installation, modification, refurbishment, and maintenance for systems, subsystems, structures, support equipment, components, and software. 4. The Contractor shall provide analyses and or technical studies in support of New Systems Design and Systems Modifications. Tasks include the following: a. Develop Engineering Change Proposals (ECPs), modification and fabrication schedules, and cost data. b. Provide engineering services necessary to implement approved ECPs and develop configuration modifications to systems, subsystems, structures, support equipment, avionics, components and software. c. Design, develop, prototype and/or demonstrate new aircraft, engine, and support equipment systems including hardware and software. d. The Contractor shall support the prototype/validation, verification, and/or production efforts with competent technical and engineering personnel on-site. e. The Contractor shall provide engineering analyses and studies to review and evaluate previously conducted engineering investigations and other documented failure reports on systems, subsystems, support equipment, components, and software for failure trends which directly are attributed to design deficiencies. 5. The Contractor shall perform scientific and engineering investigations, analyses, evaluations, finite element analysis (FEA), and studies and prepare reports and documentation to convey results, recommendations, and findings. 6. The Contractor shall perform Affordable Readiness (AR) related tasks. Tasks include the following: a. The Contractor shall perform engineering analyses, as required, to identify candidates that would improve Affordable Readiness. b. The Contractor shall perform and/or review Failure Mode Effects Analysis (FMEA) or Failure Mode Effects Criticality Analysis (FMECA). c. The Contractor shall develop and propose preventive maintenance and inspection tasks to be included in Integrated Maintenance Concept (IMC) plans or Phased Depot Maintenance (PDM) plans. d. The Contractor shall perform and/or review Reliability Centered Maintenance (RCM) analyses and Powerplant Maintainability/Reliability Analyses. 7. The Contractor shall support Computer Aided Design/Computer Aided Manufacturing (CAD/CAM) efforts and projects. a. The contractor shall prepare drawing packages and associated lists relative to equipment and configuration changes. The Contractor shall be capable of developing Level 1, 2 and 3 equivalent drawings. b. The contractor shall digitize drawings for an electronically stored database. 8. The Contractor shall perform the following technical writing/editing tasks in support of development and maintenance of current technical data: a. Developing technical manual source data such as manuscript data, illustrations, wiring diagrams, parts lists and tables for both new and existing technical manuals. b. Reviewing, developing and updating/maintaining engineering technical plans and reports, historical data, military handbooks, directives, standards, equipment specifications, operational descriptions and computer documentation. All documents will be developed in editable electronic files in the appropriate format as specified in the task order. A sources sought relating to this requirement was posted at FedBizOpps on 5 March 2008 and amended on 22 April 2008 under reference N6592308PR0048. This procurement will be conducted as a full and open competition. The Government anticipates a single award, performanced based, Indefinite Delivery/Indefinite Quantity (ID/IQ) contract. The contract will include a one-year base performance period with four one-year option performance periods. The base period and each subsequent option year will consist of Firm Fixed Price (FFP), Time and Material (T&M), and Cost type Contract Line Items Numbers (CLINs) for Labor and separate Cost Reimbursable CLINs established for Travel and Material. The anticipated start date is 1 December 2008. The applicable North American Industry Classification System (NAICS) code is 541330 with a size standard of $25 Million. Estimated 152.5 FTE over the 5 year performance period. The complete solicitation will be released on or about 28 July 2008 and will be posted at the Naval Air Systems Command (NAVAIR) home page at http://www.navair.navy.mil/doing_business/open_solicitations/ with proposals due approximately thirty (30) days thereafter. Interested parties should continue to monitor both the FBO and NAVAIR web sites for additional information and documents relating to this requirement. For information relating to this requirement contact Denise Fincher via e-mail at denise.fincher@navy.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6bb54a6d96fb3eee261b10c429142b67&tab=core&_cview=1)
- Place of Performance
- Address: Fleet Readiness Center-East, Cherry Point, North Carolina, 28533, United States
- Zip Code: 28533
- Zip Code: 28533
- Record
- SN01599080-W 20080625/080623215937-6bb54a6d96fb3eee261b10c429142b67 (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 |