Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2011 FBO #3667
SOLICITATION NOTICE

K -- AYC-1439 Wing Off, Upper Skin Off Repairs Incident to Modification - Redacted J&A

Notice Date
12/7/2011
 
Notice Type
Presolicitation
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00019-11-G-0001-AYC-1439-RIM
 
Point of Contact
Susan E. Hollins, Phone: 301-757-9744, Alfred W. Hensler, III, Phone: (301) 757-5934
 
E-Mail Address
susan.hollins@navy.mil, alfred.hensler@navy.mil
(susan.hollins@navy.mil, alfred.hensler@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Redacted J&A The Naval Air Systems Command (NAVAIR) intends to award a cost plus fixed fee order under a Basic Ordering Agreement N00019-11-G-0001 with The Boeing Company of St. Louis, Missouri 63166, for the procurement of approximately twelve (12) Repairs Incident to MOD (RIM) efforts required for each AYC-1439 aircraft induction (LHS & RHS). AYC-1439 official title is "Wing Off, Upper Skin Off". The AYC-1439 efforts will include replacing three pylon fittings and SPAR 2 details and modifying the SPAR 5 fuel passage hole, the SPAR 5 Kick Rib Shear Tie, the SPAR 6 Upper Forward Flange, the Inboard Closure Rib, and the Trailing Edge Flap Actuator on F/A-18 aircraft. RIM is defined as a repair that must be accomplished because the fleet or owning organization does not have access to the area until the time of AYC-1439 inductions modification. The type of work for RIM will include but is not limited to corrosion repairs, oversized hole repairs, gap repairs, sealant repairs, and any inner wing work that must be accomplished while the skin of the wing is off. This effort will be procured on a sole source basis. The period of performance for this effort will be for a base period of approximately twelve months. The Boeing Company is the sole designer, developer, manufacturer and integrator of the F/A 18 aircraft in its various configurations and is the only source with the knowledge, expertise and on-site personnel necessary to accomplish this effort. Additionally, any interested party must have the approved facility and personnel clearances necessary and also demonstrate its ability to obtain any required clearances in time to meet the schedule requirements. Any respondent must also submit a Statement of Qualifications to demonstrate their ability to perform to the Government's needs within the required response time. For subcontracting opportunities, please contact Ms. Janeice Bodine from The Boeing Company at (314) 232-4810. This synopsis is for informational purposes only. Note 22: The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-11-G-0001-AYC-1439-RIM/listing.html)
 
Place of Performance
Address: NAS Lemoore, Reeves Blvd, BLDG 180, Lemoore, California, 93246-0001, United States
Zip Code: 93246-0001
 
Record
SN02634843-W 20111209/111207234201-13c7ae21db9ab518907ef38bfb83c564 (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.