Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 05, 2014 FBO #4515
SOLICITATION NOTICE

15 -- C-40A Sustaining Engineering

Notice Date
4/3/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
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
N00019-14-R-0005
 
Archive Date
5/3/2014
 
Point of Contact
Deborah Karstens, Phone: (301) 757-7012, Lindsey M. Metcalf, Phone: (301) 995-4885
 
E-Mail Address
deborah.karstens@navy.mil, lindsey.metcalf@navy.mil
(deborah.karstens@navy.mil, lindsey.metcalf@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Systems Command (NAVAIR) intends to enter into sole source negotiations with, and subsequently award a Firm Fixed Price contract to, The Boeing Company (TBC), Global Transport and Executive Systems (GTES) of Seattle, Washington, under the authority of FAR 6.302-1. This synopsis for commercial items is prepared in accordance with the format in Federal Acquisition Regulation Part 12. This notice is not a request for competitive proposals and no solicitation is available. However, interested parties may submit a capability statement. The government reserves the right to process this procurement as a sole source award based on the responses received. The closing date for this synopsis is 18 April 2014 at 4:00 P.M. Eastern Standard Time. The anticipated award date is June 2014. For information regarding this announcement, contact Contract Specialist Deborah Karstens via e-mail at deborah.karstens@navy.mil. No telephone inquiries will be accepted. The Boeing Company is the C-40A aircraft Original Equipment Manufacturer (OEM). The follow-on Sustaining Engineering (SE) support effort will be a base 12 month period of performance and four one-year option periods. The SE support will consist of : program management; airworthiness directives and service actions support; maintenance and support planning; configuration management; Service Action Review Board (SARB) support; structural integrity records reporting; technical documentation and technical and maintenance publications updates and revision services; twenty-four hour in-flight emergency and aircraft on ground (AOG) support; product improvement planning; engine and Auxiliary Power Unit (APU) configuration data status accounting reporting; problem inquiry (PI) support; and support engineering to the C-40A Contractor Logistics Support (CLS) contractor. Additional SE support may include engineering studies; technical engineering assistance; Federal Aviation Administration (FAA) approved repairs and inspections; development of engineering change proposals (ECPs); contractor field teams; incorporation of service bulletins; rapid response engineering skills, services, and materials to support unforeseen and unpredictable events that affect the C-40A; operational readiness support; accident and mishap investigations; training and training materials; maintenance aids; Original Equipment Manufacturer (OEM) field service representatives (FSRs); and administration, updates and distribution of OEM on-board performance tool software and aircraft-related database software. The OEM SE support services will satisfy and maintain the FAA certification process on the C-40A aircraft that is required by FAA Federal Aviation Regulations, Title 14 of the Code of Federal Regulations, Part 23.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-14-R-0005/listing.html)
 
Record
SN03328254-W 20140405/140403235853-8a16984537c5c85b31ccf4eae82cafbc (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.