Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2009 FBO #2748
SOURCES SOUGHT

L -- Contractor Engineering Technical Services (CETS)

Notice Date
6/3/2009
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division Dept. 2, N68936 NAVAL AIR WARFARE CENTER WEAPONS DIVISION DEPT.2 Naval Air Warfare Center Weapons Division Dept.2 429 E. Bowen Rd - Stop 4015 China Lake, CA
 
ZIP Code
00000
 
Solicitation Number
N6893609R0077
 
Response Due
6/18/2009
 
Archive Date
6/18/2010
 
Point of Contact
Chris Thompson (760)939-2074;Theodore Fiske (760)939-8182<br />
 
E-Mail Address
Chris Thompson
(chris.thompson1@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Warfare Center Weapons Division (NAWCWD) is seeking interest and capability statements from companies that will be certified small business firms at the time of award of a follow-on contract (May 2010) to contract number N68936-06-D-0012 that can provide on-site contractor engineering technical services in support of the H-46 helicopter program wherein the contractor shall provide on-site proficiency training, technical guidance and information in the evaluation of unusual field problems and render technical guidance related specifically to H-46 airframes structures, landing gear, rigging, rotary wing heads, transmission, rotor brakes, engine interface, air particle separators, rotor balance, fiber-glass rotors, hydraulic components and vibration analysis. The prospective contract will be a five year effort. This requirement has a total of one (1) FTE. The object of contractor engineering technical services is to elevate the technical skills and abilit! ies of Military and Civilian personnel of the Department of Defense responsible for the operation and maintenance of the system/equipment to the level of self-sufficiency. The successful offeror would also be required to provide: system-specific technical briefings to Navy, Marine Corps, and civilian personnel; on-site academic instruction and on-equipment proficiency training to Navy and Marine Corps personnel on the installation, maintenance, troubleshooting techniques, and operation pertaining to the adjustment, bench check, routine maintenance, inspection, and repair of the systems and equipment listed above; assist, train, and demonstrate, as required, the best methods of installations, modifications and use of retrofit kits, with heavy emphasis on safety precautions; assist the NATEC Technical Coordinator or the NATEC Product Support Lead in developing training plans and identifying training programs for assigned systems, which will ensure Navy and Marine Corps personnel are trained to operate and maintain systems. The Contractor shall be required to provide the following as needed: advice on the identification of, and instruction on the use of special tools, handling equipment, and test equipment associated with and related to the primary equipment/systems; advice on supply support problems, which require manufacturer's assistance and/or cross-reference of manufacturer-to-Navy part numbers; technical advice and assistance in accident investigations, failure data reports, and material deficiency reports, as requested, and not to interfere with direct fleet support requirements; Service Bulletins' updates that relate to maintenance and/or operational problems - usually obtained from the manufacturer's plant or found in field information bulletins. This synopsis is for information and planning purposes and is not to be construed as a commitment by the government. No contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing the information in response to this announcement and any follow-up information requests. The Government reserves the right to make this a set-aside, a partial set-aside, or no set-aside at all. Firms are invited to submit appropriate documentation, literature, brochures and references to support that they possess the required specialized experience. Responses must include the following: (1) name and address of firm; (2) size of business based on NAICS code of 541330 and a small business size standard of $27M, any small business subcategories (8(a), HubZone, Service Disabled Veteran Owned, etc) and date(s) of graduation (if applicable); (3) ownership information; (4) number of years in business; (5) two company points of contact: name, title, phone, fax and email; (6) a list of customers (with contact information) that proves specific experience with of this type of work (CETS) including a summary of work performed, contract number, contract type, dollar value, and identify your role as either the Prime or Subcontractor. Responses should be no longer than five pages in length. All responses should be submitted or mailed to Naval Air Warfare Center Weapons Division, 429 E. Bowen Rd., China Lake, CA 93555-6018, Attn: Chris Thompson, Code 254220D, to arrive no later than 3 p.m. PST, on 18 June 2009. Responses may also be! emailed to: chris.thompson1@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68936D2/N6893609R0077/listing.html)
 
Record
SN01835207-W 20090605/090603235744-f922ed8d992677d66d5013a63f2d92a3 (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 |
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.