Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 02, 2016 FBO #5335
SOURCES SOUGHT

L -- N0038316G003H-FSR SUPPORT

Notice Date
6/30/2016
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
N00383 NAVSUP Weapon Systems Support Philadelphia PA NAVSUP 700 Robins Avenue Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
GCUFSRSUPPORT
 
Response Due
7/15/2016
 
Archive Date
7/15/2017
 
Point of Contact
Melissa Fisher
 
E-Mail Address
a.Fisher@navy.mil
 
Small Business Set-Aside
N/A
 
Description
NAVSUP Weapon Systems Support (NAVSUP WSS) Philadelphia is seeking eligible contractors to furnish effort including 1 year of Field Service Representative (FSR) and Reliability Maintainability Quality Supportability and Interoperability (RMQSI) support for the F/A-18 E/F and EA-18G Generator Converter Unit (GCU). Specifically, 2 FSRs shall be located at FRC Mid Atlantic and 2 at FRC West to support flight line and Intermediate shop and 1 at FRC North West to support the flight line. Objectives include: -Document reasons for GCU removals at the O-level. -Document what work was performed at the I-level to repair GCUs. -Document what work was performed at the depot to repair Shop Replaceable Assemblies (SRAs)/BCM ™d (Beyond Capable Maintenance) GCUs from the I-level. -Ensure that all relevant trouble shooting (T/S) was performed per the published maintenance manuals, assess effectiveness of T/S in identifying discrepant GCUs at the O-level, and SRA and associated piece parts replaced during I-level repair. -Provide formal training classes to reinforce troubleshooting techniques and operation of test equipment. Any and all source code, models, prototypes, programming, language, licensure, enterprise-wide rights, software, Contract Data Requirement Lists (CDRLs), manuals, training documents, and other similar products and related data developed, modified, or created under the agreement shall be exclusively at the U.S. Governments expense. Per DFARS 252.227-7014(b)(1), all of these items must be delivered to the U.S. Government with unlimited rights. As such, the Government may use, modify, reproduce, release, perform, display, or disclose the source code in whole or in part, in any manner and for any purpose whatsoever, and it may authorize others to do so. The Organization Level (O-level) FSR shall: -Provide technical assistance in person and remotely to squadron maintainers. This assistance shall include troubleshooting, interpreting and evaluating reported discrepancies to determine if a GCU should be removed for repair, provide informal on the job training to reinforce troubleshooting techniques and interpreting technical manuals in support of GCU maintenance. -Provide a report for all GCUs removed from aircraft and sent to I-Level for repair. If the FSR was unable to support the GCU maintenance directly the FSR shall investigate and identify actions taken by the aircraft maintainers for the report to include OOMA processing and data transmission integrity. -A FSR report shall be provided monthly. The Intermediate Level (I-level) FSR shall: -Provide technical assistance to Intermediate USN Technicians or government personnel. This assistance shall include troubleshooting and evaluating reported discrepancies to assist in determining if GCU SRAs or piece parts were discrepant and they were the cause(s) for the GCU removal. -Provide a report for all GCUs repaired at the I-Level. -A FSR report shall be provided monthly. FSRs shall provide support to FST and NATEC ETS personnel with regards to special investigations or to improve training. The Reliability Engineering Services shall include: -Collect data in support of RMQSI metrics. -Monitor fleet data sources (Deck Plate) and provide analysis of RMQSI data elements and provide reports covering ongoing GCU repair production, engineering, logistic and maintenance activities. -Assess hardware interdependencies, interoperability, loading methods, and Support Equipment (SE)/Test Program Set (TPS) impacts. -Collect data from all maintenance events (O, I and D) and maintenance databases and perform reliability analysis. -Continually monitor MTBR (Mean Time Between Repair or Mean Time Between Removal) data, and identify reliability improvement opportunities. - Forecast reliability and associated repair demand. -Analyze repair actions taken in order to identify failure modes and trends. The Program Manager tasks shall include: -Provide overall management and act as a dedicated Point of Contact for the interim support effort. -Coordinate activities associated with Field Service Support, Reliability Engineering Support, training, and data collection and analysis. -Coordinate activities between in-field support and the contractor. -Deliver a Monthly Status Report including product performance, cost execution, update on deliverables and an overall status of the program. Formal training shall include 4-week training courses with USN Technicians. The training shall: -Provide principles of theory and operation of GCUs. -Understand the purpose of each test and the location of the circuits under test within the GCU. -Provide principles of theory and operation of test equipment. -Identify observed improper handling and rework practices that can damage equipment -Proper documentation of pertinent information needed to facilitate Deck Plate analysis and problem reports (i.e. Engineering Investigation requests). The Government intends to solicit and negotiate for this service with only one source under the authority of FAR 6.302-1. The Government does not possess (or cannot provide) the data necessary to perform the required repairs of the item(s). All responsible sources may identify their interest and provide capability statements in response to this notice. This notice of intent is not a request for competitive proposals. However, all proposals received within 15 days after date of publication of this sources sought notice will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Source approval is required. NAVSUP WSS will not delay award while source approval is pending. The time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the NAVSUP-WSS Source Approval Information Brochure for Repair. Additional information for submitting a Source Approval Request package can be obtained at: https://www.navsup.navy.mil/navsup/ourteam/navsupwss/business_opp.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00383/GCUFSRSUPPORT/listing.html)
 
Record
SN04168681-W 20160702/160701000217-8b15be8ade16d083295f7ee60f857392 (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.