Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2015 FBO #4978
SOLICITATION NOTICE

49 -- Swashplate Actuator and Flaperon / Elevator Actuator Test Stands

Notice Date
7/9/2015
 
Notice Type
Presolicitation
 
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
N68335-15-R-0628_
 
Point of Contact
Alice L Tornquist, Phone: 732-323-4316, Maria Wells, Phone: 732-323-4667
 
E-Mail Address
alice.tornquist@navy.mil, maria.wells@navy.mil
(alice.tornquist@navy.mil, maria.wells@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Warfare Center Aircraft Division Lakehurst NJ intends to enter into negotiations on a non-competitive basis with Moog, Inc., Aurora, New York, for a quantity of one each, Swashplate Actuator Test Stand (TS) (P/N E95002-002) and Falperon/Elevator Actuator TS (P/N E95002-003) to be produced and installed at the Fleet Reserve Center-East (FRC-E), Cherry Point, North Carolina. Moog is the original equipment manufacturer of these TSs. The Swashplate Actuator and the Flaperon/Elevator Actuator TSs have been identified to fulfill a requirement to complete acceptance tests on the Swashplate (C30840-001), Flaperon (C29215-001), and Elevator (C29855-001) servo actuator assemblies of the V-22 Aircraft as part of depot repair and overhaul. The Government-owned system currently in use for V-22 Swashplate, Flaperon, and Elevator actuator testing is located at Moog. The TS includes mechanical test fixtures, with hydraulic pump systems and electronic test consoles. The TS / test fixtures located at Moog's facility are the only TSs / fixtures to certify these actuators as Ready For Issue (RFI). To assure standardized application of acceptance test procedures and consistent test results across both Moog and FRC-E sites, the additional TSs must be fully compatible in form, fit and function with the existing Government owned TSs currently installed at Moog. Delivery will be fob destination, 24 months after the date of the contract. The Government does not possess adequate data and/or rights necessary to competitively award this contract. Because Moog Aircraft Group designed, developed, qualified, and still maintains configuration control of the V-22 Swashplate, Flaperon and Elevator Actuators and the test stand required for the specified component testing, Moog is uniquely qualified to provide the TSs required. Moog is the only known company that possesses all the technical data, drawings, specifications, and Logistics Supportability Analysis data necessary to fulfill the Government's requirements. Although high-level drawings for the TS were provided to the Government, the Government has only limited data rights for these and cannot provide access to the necessary information to other potential manufacturers. In addition, since the data was received, there have been numerous changes to the stands, driven by proprietary modifications, to which the Government does not have any data rights or has only limited rights. The Government intends to procure this requirement 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 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/N68335-15-R-0628_/listing.html)
 
Record
SN03790808-W 20150711/150709235154-ebea47f78172c6abe0b27dcf5075a86a (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.