Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 16, 2016 FBO #5441
SPECIAL NOTICE

K -- Major Aircraft Prototyping and Modification Efforts of Navy Aircraft - Attachment 1

Notice Date
10/14/2016
 
Notice Type
Special Notice
 
NAICS
336411 — Aircraft 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
N68335-17-R-0022
 
Archive Date
10/13/2017
 
Point of Contact
Henry L Bell, Phone: 7323231613
 
E-Mail Address
hank.bell@navy.mil
(hank.bell@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Sample BOA Template The purpose of this notice is to issue Basic Ordering Agreements (BOAs) to provide Naval Air Warfare Center Aircraft Division (NAWC-AD) AIRWorks support in its Government role as Lead Systems Integrator (LSI) for major aircraft prototyping and modification efforts for the Department of the Navy, Department of Defense, and other Government Agency aircraft. Given the significant cost and time associated with U.S. Navy aircraft modernization projects, choosing the systems integrator that provides the best value is critical to ensure program success. Naval Air Systems Command (NAVAIR) program offices have a history of leaning on prime contractor Original Equipment Manufacturers (OEMs) for follow on modernization, modification and integration. On a limited number of projects, NAWC-AD has demonstrated the ability to deliver aircraft modification and integrations with equal or better quality and value as OEM/prime contractors to Combatant Commands (COCOMs) as well as Programs of Record (PORs). AIRWorks was created with this acknowledgement and the charge to deliver projects for PORs with equal efficiency and value as NAWC-AD has been delivering to the COCOMs for many years. AIRWorks is an organization, operating within NAWC-AD, which has a primary role of managing and executing projects as a Government LSI. Projects range from rapid response projects to large deliberate projects. These projects are directed to NAWC-AD from U.S. Navy and Marine Corps PORs managed by Program Executive Officers and Program Offices, generally equating to the highest priority, and may range from traditional acquisition timelines to urgent operational response programs with National priority and immediate operational deployment requirements. AIRWorks is organized with all NAVAIR competencies, from program management, including Contracts, Comptroller and Counsel, to logistics, and engineering and test, integrated into a team to maximize efficiency in project execution. NAWC-AD AIRWorks is seeking Vendors with extensive experience in the following LSI functions: • Program management of complex system of systems design and integration • Systems engineering to support system design from conceptual layouts through complete technical data packages supporting production • Reverse engineering of commercial or military-grade parts/components/assemblies • Aircraft modification/component design • Aircraft component fabrication • Aircraft modification prototyping and installation • Initial modification provisioning and kitting • Test support capability to support verifications/validations, development and operational testing, acceptance and certification testing • Field installation capability • Post modification delivery support and publications/logistics capabilities Most work for this BOA will be supporting highly complex system of systems integration or mission system development programs requiring broad, specialized capabilities, facilities and testing requirements. This includes systems of system highly complex systems engineering, very large diverse team requirements, high capacity or specialized facilities, developmental ground and flight test capabilities, and potentially multiple year schedules. The preponderance of the work to support AIRWorks is expected to be accomplished at the vendor's facilities. In providing LSI capabilities, the vendor will be expected to provide/deliver personnel, material, facilities, equipment, software, and other supplies and services necessary to support NAWC-AD AIRWorks in the design, development, documentation, delivery, fabrication, installation, test, evaluation and fielding of major aircraft modifications and mission systems. AIRWorks operates in accordance with AS9100C and the Naval Aviation Maintenance Program (NAMP). As a member of the NAVAIR AIRWorks organization, these projects may originate in any NAWC-AD competency, Program Office, or outside agency. The priority of projects may range from traditional acquisition timelines to urgent operational response programs with National priority and immediate operational deployment requirements. This effort is being posted to include PSC code K016 and NAICS code 336411 under Solicitation number N68335-17-R-0022. In order to be eligible for this BOA, your company must provide a capabilities statement and meet the following criteria: • Must hold a current AS9100 Certification with no exclusions and with the appropriate revision, • Must hold a current FAA part 145 Repair Facility Certificate with a minimum of a Limited Rating for Airframe and a Limited Rating for Powerplant, • Must be able to accommodate project and facility SECRET classification level requirements, • Must be able to perform all work within the Continental United States (CONUS) to include operations and facilities, • Must have a modification hangar of sufficient size to accommodate a C-130 size aircraft (140 ft. wide by 120 ft. long by 45 ft. tall) or larger co-located to a runway of 5,000 ft. length or greater, • Must be able to reverse engineer aircraft components or assemblies. For vendors who currently meet the above requirements and are interested in obtaining a BOA, submit a request via email to: hank.bell@navy.mil. Please include: • Company Name • Cage Code • Company Address • Company Telephone • Company Email • Company Point of Contact • Company Capabilities Statement relative to the criteria listed above • AS9100 Certificate Future orders will be competed among existing BOA holders at the time of the Request for Proposal (RFP). A BOA is a written instrument of understanding, negotiated between an agency, contracting activity, or contracting office and a contractor that contains: (1) terms and clauses applying to future contracts (orders) between the parties during its term; (2) a description, as specific as practicable, of supplies or services to be provided; (3) methods for pricing, issuing, and delivering future orders under the BOA. A BOA is not a contract. Orders issued under BOAs are the binding contractual actions, and each order issued shall be subject to the contract clauses, provisions, certifications, terms, and conditions of the BOA. The BOA template to be utilized is attached to this notice. See Attachment 1. The Contracting Officer will advertise the BOA through the Federal Business Opportunities website annually, to maximize competition for the duration of the effort. Contractors issued a BOA may receive requests for technical and/or price/cost proposals leading to the award of orders. Future orders may be competed based on a Low Price Technically Acceptable (LPTA) or Best Value basis. Specific firm-fixed price and cost reimbursement orders will be competed among the BOA holders. In order to receive a cost-type order, a contractor must have a Government approved accounting system prior to issuance of RFP. Issuance of BOA's will be based on the government's evaluation of qualifications in accordance with the criteria as set forth in this notice. The Government reserves the right to set-aside future BOA orders for small businesses contractors when practicable. The Government reserves the right not to issue a BOA to a contractor who fails to meet the above stated criteria. BOAs will be issued for a period of five years. There is no guaranteed minimum dollar amount or volume of work that will be ordered under the BOAs. Government funds are obligated only to the extent that a duly issued order creates such an obligation. The BOA can only be changed by modification of the agreement itself and not by individual orders issued under the BOA. Modification of the BOA shall not retroactively affect orders issued prior to the time of the modification. A BOA may be cancelled by either party by mailing or otherwise transmitting 30 days prior written notice to the other party. Any such cancellation shall have no effect on any orders issued prior to the effective date of the cancellation, which shall be 30 days from the date of mailing or otherwise transmitting the written notice of cancellation. Prior to the effective date of cancellation, NAVAIR may continue to place orders under the BOA. Contractors must have representations and certifications registered on the System for Award Management (SAM) at https://www.sam.gov. All questions and submissions in reference to this notice will be sent to the Point of Contact for this requirement, Hank Bell, Phone: (732) 323-1613, E-mail: hank.bell@navy.mil. Attachment (1) Sample BOA Template
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-17-R-0022/listing.html)
 
Record
SN04304753-W 20161016/161014233902-c9b8904feda8c5621e0b060ff4152c9b (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.