MODIFICATION
K -- V-22 OTPS 7 & 17 Upgrade IAW ECP V-22-0846
- Notice Date
- 4/19/2012
- Notice Type
- Modification/Amendment
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- N68335-10-R-0224
- Archive Date
- 5/19/2012
- Point of Contact
- Shannan M. Germond, Phone: 732-323-2778, Karin Weinert, Phone: 732-323-1177
- E-Mail Address
-
shannan.germond@navy.mil, karin.weinert@navy.mil
(shannan.germond@navy.mil, karin.weinert@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- NAVAIR NAWCAD Lakehurst intends to procure on a sole source basis from the Bell-Boeing Joint Program Office (JPO) the upgrade and manufacture of two (2) First Article Test (FAT) units of Operational Test Program Sets (OTPSs 7 & 17) Upgrade Kits in support of the Intermediate (I) and/or Depot (D) level of maintenance for the V-22 aircraft in accordance with the V22 Avionic ECP V-22-0967 to the Ice Protection Avionic System, which called for the re-design of the three WRAs supported by OTPS 7 and OTPS 17. OTPS 7 consists of two Weapon Replaceable Assemblies (WRAs): the Nacelle Ice Protection Control Unit (NIPCU) (previous configuration P/N 901-005-650-107) and the Central De-Ice Distributor (CDD) (previous configuration P/N 901-005-610-101). OTPS 17 consists of WRA Master Ice Protection Controller (MIPC) (previous configuration P/N 901-005-630-107). OTPSs 7 and 17 shall be used on the Consolidated Automated Support System (CASS) and Reconfigurable Transportable Consolidated Automated Support System (RTCASS). This effort also includes On-Site Verification (OSV) at three MV (Marine) sites and one CV (Airforce) site, as well as the manufacture of additional production copies of the upgraded OTPS 7 and OTPS 17: anticipated eight (8) each for CV and thirty (30) each for MV. The requirement will also include an Option to procure three (3) each modified WRAs (per ECP 0846), which are the Units Under Test (UUTs) for OTPSs 7 and 17. This procurement is for the upgrade of two OTPSs that are currently completing design and development under the original configuration. As these OTPSs will be required to integrate with the V-22 aircraft, knowledge of and experience with the aircraft is required for the OTPS design. Bell-Boeing JPO, the aircraft manufacturer, remains the only business entity that possesses the broad and specific knowledge of and experience with the overall V-22 aircraft, platform, and program, including engineering, configuration management, and aircraft integration expertise, as well as trained technical personnel necessary to fully integrate and logistically support the required support equipment with this aircraft platform. The Government intends to procure this equipment under the authority of 10 USC 2304 (c) (1) as implemented by the Federal Acquisition Regulations (FAR) Section 6.302-1. All responsible sources may submit a response in writing which may be considered by the Government in determining whether to conduct a competitive procurement. THIS IS NOT A REQUEST FOR PROPOSALS. A determination by the Government not to open the requirement to competition based on the responses to this notice is solely within the discretion of the Government. Information provided herein is subject to change and in no way binds the Government to solicit for an award of a contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-10-R-0224/listing.html)
- Record
- SN02726342-W 20120421/120419235821-912f295ff31e9db526bcc394ae7e1614 (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 |