Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 31, 2016 FBO #5182
SOURCES SOUGHT

16 -- Runway Survey SLAP Analysis

Notice Date
1/29/2016
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment 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
N00019-16-P2-PMA-271-0015
 
Archive Date
2/28/2016
 
Point of Contact
Diane McCauley, Phone: 3017579206, Ryan Delaney,
 
E-Mail Address
diane.mccauley@navy.mil, ryan.delaney@navy.mil
(diane.mccauley@navy.mil, ryan.delaney@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Request for Information (RFI). This Sources Sought Notice is issued in accordance with DFARS 206.302-1(d) and PGI 206.302-1. This is not a Request for Proposals. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this Notice. The Government does not intend to award a contract on the basis of this Notice or otherwise pay any person's costs incurred responding to this Notice. Naval Air Systems Command (NAVAIR) is seeking sources for a contract action to evaluate the data provided for the SLAP Crack Initiation Crack Growth Analysis (Runway Survey) to update the Service Life Assessment Program (SLAP) crack initiation and crack growth (CI/CG) life calculations based upon the results from the comparison of E-6B runway survey profile data to San Francisco (SFO) profile 28R. Determine the recalculation of E-6 Crack Initiation (fatigue) and Crack Growth analysis based on actual E-6 taxiway/runway surface survey data may increase detail life predictions resulting in significant Life Cycle Cost reductions. Develop all computer programs necessary to accurately calculate accrued Fatigue Life Expended (FLE) values and incremental crack growth for all tracking locations for each aircraft, on a flight-by-flight basis, using all available data sources. The algorithm shall also be able to generate and update the recurring inspection intervals for all critical locations recommended for each aircraft based on its actual usage. Interested parties may submit a Capability Statement identifying their interest and capability to respond to the requirement. Capability Statements received within fifteen (15) days after date of publication of this Notice will be considered by the Government. A determination by the Government not to compete this proposed contract action based upon responses to this Notice is solely within the discretion of the Government. Capability Statements received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Responses to this Notice are not to exceed 10 pages in length on 8.5 x 11 inch paper with one inch margins and font no smaller than 12 point Times New Roman. The Government requests that respondents deliver responses electronically via e-mail in Microsoft Word or PDF format with proper data markings for unclassified and proprietary information within 15 days of the publication date of this Notice. Classified material SHALL NOT be submitted. All submissions should include this Sources Sought Notice Reference Number, company name, company address, CAGE code, DUNS number, and a point-of-contact who is able to discuss the Capability Statement submitted. Point-of-contact information should include name, position, phone number, and email address. Acknowledgement of receipt will be provided. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR 15.207. All information received in response to this Notice that is marked proprietary will be handled accordingly. Information submitted in response to this Notice is submitted at no cost to the Government and will not be returned. The Government is under no obligation to provide responses or comments to information received from interested persons, but may request additional information following review. Note: If the interested person is a foreign concern or if a US interested person has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) are required. There is no solicitation available at this time. This RFI is for planning purposes only and your organization shall not consider it an invitation to bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Any response to this RFI will be treated as information and may be used by the Navy to develop an acquisition strategy, statement of work, statement of objectives, and performance work statement and associated specifications. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. Interested parties are responsible for adequately marking proprietary or competition-sensitive information contained in their response. The Government shall not be liable for damages related to proprietary information that is improperly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. The Government reserves the right to contact the submitting parties for further clarifications.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-16-P2-PMA-271-0015/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN04005148-W 20160131/160129234520-c09c7e5a5a3fbb9d02b4e06fd6f3a917 (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.