Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 01, 2020 SAM #6789
SOLICITATION NOTICE

R -- F/A-18 and EA-18G Fleet Support Team Engineering Stress Analysis and Design Support Services

Notice Date
6/29/2020 4:14:04 PM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVAL AIR WARFARE CENTER CHINA LAKE CA 93555-6018 USA
 
ZIP Code
93555-6018
 
Solicitation Number
N6893620R0077
 
Response Due
7/13/2020 12:00:00 PM
 
Archive Date
07/13/2021
 
Point of Contact
Michael VanDeMark, Phone: 7609772150, Debra A. Zamarron, Phone: 7609399658, Fax: 7609398107
 
E-Mail Address
michael.vandemark@navy.mil, debra.zamarron@navy.mil
(michael.vandemark@navy.mil, debra.zamarron@navy.mil)
 
Description
The Naval Air Warfare Center Weapons Division (NAWCWD), China Lake, CA. intends to procure, on a full and open competition basis, a five year Cost Plus Fixed Fee (CPFF), Indefinite Delivery - Indefinite Quantity (IDIQ) Task Order contract with an estimated maximum level of effort of� 46,080 hours per year for a total of 230,400� hours for the five year period to provide on and off-site� contractor engineering stress analysis and design services for Fleet Readiness Centers (FRC), which include: FRCSW at Naval Air Station North Island, CA; FRCSE at Naval Air Station Jacksonville, FL; FRCMA at Naval Air Station Oceana, VA; FRCW at Naval Air Station Lemoore, CA; FRCNW at Naval Air Station Whidbey Island, WA;� FRCWP at NAF Atsugi, Japan; Marine Corps Air Station (MCAS) Miramar, CA; MCAS Yuma, AZ; MCAS Beaufort, South Carolina; and any other Naval and Military installations. The Contractor Services shall include Structures Engineering Stress Analysis Support, Structures Design and Solid Modeling Support, and Advanced Composite Designing and Analysis Support. NAVAIR requires these engineering services in support of the F/A-18 and EA-18G series aircraft systems and subsystems.� All responsible sources may submit a proposal, which will be considered by the agency. Vendors must be registered in the System for Award Management (SAM) database, at the following website: https://www.sam.gov/, to be considered a responsible source.� The applicable NAICS code for this requirement is 541330. Offerors will be evaluated on the basis of best value to the Government via the trade-off method.� It is anticipated that the solicitation or Request for Proposal (RFP) will be posted at https://beta.sam.gov/ on or about 13 July 2020 and will run a minimum of 31 days. Offerors wishing to submit a proposal are responsible for downloading their own copy of the RFP from the website and to frequently monitor the site for any amendments to the RFP. A bidders list will not be maintained by this office, no telephone or fax requests for the RFP package will be accepted. Failure to respond to the electronically posted RFP and any associated amendments prior to the date and time set for receipt of proposals, may render an offer non-responsive and result in rejection of the same. Any questions must be submitted in writing via e-mail to michael.vandemark@navy.mil. Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access Controlled Unclassified Information within FBO.� See the DLIS website for registration details: http://www.dlis.dla.mil/jcp/.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d755f71ee20e4fea89b896480c8bcef9/view)
 
Record
SN05706194-F 20200701/200629230154 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.