|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 10,1998 PSA#2071Fleet Industrial Supply Center Norfolk, Detachment Philadelphia, 700
Robbins Ave., Bldg. 2B, Philadelphia, PA 19111-5084 L -- CONTRACTOR ENGINEERING TECHNICAL SERVICES (CFS) SOURCES SOUGHT
SOL NAESUSRCSGT98-014 DUE 042998 POC F. Angelo, PRG MGR, (215)
697-0116; H. Lund,(215) 697-0131-NAESU. E-MAIL: CLICK HERE TO CONTACT
THE BID OFFICER, SYNOPSIS@PHIL.FISC.NAVY.MIL. This is a SOURCE SEEKING
SYNOPSIS for Contractor Engineering Technical Services (CETS) in
support of EA6B, E2C, F14, C2A and CATE program. This synopsis is being
issued in an attempt to develop a full and open competitive environment
for the acquisition of CETS for the specific programs listed herein
should they become an official procurement. NOTE: THESE ARE NOT
REQUESTS FOR PROPOSALS. THIS IS NOT A FORMAL PROCUREMENT AND THEREFORE
THERE IS NO SOLICITATION. The sources sought/market survey is
published in order that potential sources may learn of future CETS
requirements. This synopsis is seeking COMPANIES with Contractor Field
Service (CFS) personnel and their primary purpose is to provide to
Navy and Marine maintenance technicians, on-site proficiency training,
technical guidance and information in the evaluation of unusual field
problems and render technical guidance related specifically to the
programs cited below. The object of CFS is to elevate the technical
skills and abilities of Military and Civilian personnel of the
Department of Defense responsible for the operation and maintenance of
the system/equipment to the level of self-sufficiency. CFS personnel
must be "experts" on the specific programs/equipment listed herein and
must be able to provide and teach formal on-site classroom courses and
on-the-job training for these programs and must be able to do so their
first day on the job. They must be able to provide a liaison through
which technical information related to maintenance and operational
problems available in the plant can quickly be disseminated to Military
and Civilian personnel of the Department of Defense. Firms having the
engineering and technical field service capabilities described above
are invited to submit complete information to the office listed.
Information should include: the total number of employees and
professional qualifications of personnel specially qualified in the
CETS area as outlined; an outline of previous CETS efforts including
specific services previously performed or being performed in the listed
CETS area; specific resumes of representatives detailing their
qualifications and any other available descriptive literature.
Respondents will not be notified of the results of the evaluation of
the information submitted, however, sources deemed fully qualified will
be included on the recommended source list if this becomes a formal
procurement. This effort may include up to 908 work months of support
during the period 1 October 1999 through 30 September 2001 at a single
or multiple locations (world-wide or aboard ship). The CFS personnel
shall provide instruction, information and training to DOD personnel in
the installation, operation and maintenance of: 1.Program: EA6B;
Equipment: Airframe, Flight Controls, Engine; Billet: Airframes;
Program: EA6B; Equipment: A/C Electrical System; Billet: Electrical;
Program: EA6B; Equipment: ICAP2/Block 86/89 Aircraft Integrated Weapon
Systems; Billet: Weapon Systems Integrator; Program: EA6B; Equipment:
USM-484, USM-429, USM-467 and assoc. WRAs and SRAs; Billet: Automatic
Test Equipment Common; Program: EA6B; Equipment: ALQ-99 system and
assoc. components and test equipment; Billet: Automatic Test Equipment
Peculiar; Program: EA6B; Equipment: EA6B airframe/engine/avionics
logistics support; Billet: Logistic Support Rep; Program: EA6B;
Equipment: Mini-SACE consoles and assoc. WRAs/SRAs; Billet:
Semi-Automatic Checkout Equipment. 2. Program: E2C; Equipment:
Airframe, flight controls, engine interface; Billet: Airframes;
Program: E2C; Equipment: A/C electrical system; Billet: Electrical;
Program: E2C; Equipment: Group 0/I/II aircraft integrated weapon
systems; Billet: Weapon Systems Integrator; Program: E2C; Equipment:
E2C airframe/engine/avionics logistics support; Billet: Logistic
Support Rep.; Program: E2C; Equipment: Active and passive
countermeasures and communication systems; Billet: Electronic
Warfare/Communications; Program: E2C; Equipment: Radar test bench,
APS-138/139/145; Billet: Radar; Program: E2C; Equipment: IFPM test
bench group, EMTC and assoc. Equipment; Billet: Avionics Support
Equipment. 3. Program: F14; Equipment: Airframe, flight controls,
engine interface; Billet: Airframes; Program: F14; Equipment: A/C
electrical system and flight controls; Billet: Electrical/Flight
Controls; Program: F14; Equipment: F14 A/B/D aircraft integrated weapon
system; Billet: Weapon Systems Integrator; Program: F14, Equipment: F14
Airframe/engine/avionics logistic support; Billet: Logistic Support
Rep.; Program: F14, Equipment: Test program sets for various test
equipment including USM-467, USM-470 and GACT/GRAD; Billet: Test
Program Sets; Program: F14, Equipment: Maintenance data processing
system and structural data recording system; Billet: Maintenance Data
Processing System. 4. Program: C2A; Equipment: Airframe, flight
controls, engine interface; Billet: Airframes; Program: C2A; Equipment:
Electrical/electronic systems, auxiliary power system and assoc.
support equipment; Billet: General Electronic Systems. 5. Program:
CATE; Equipment: USM-467, radar communications tester supporting CAT
IIID USM-429; Billet: RADCOM. These services will also be in connection
with diagnosing and correcting problems which keep equipment in a
"down" status. CFS personnel must be capable of handling the most
complex and intricate equipment problems. Access to and understanding
of the technical data based for the equipment listed herein is
essential. Responses should be submitted in writing to Commanding
Officer, NAESU, 700 Robbins Avenue, Building 2A, Philadelphia, PA
19111-5084, Attn: Code 3.7.1B3 within 20 calendar days from publication
of this notice. Your reply should cite NAESU Reference No. 98-014,
Attn: H. Lund, code 3.7.1B3 and the date/issue of the CBD synopsis to
which you are replying. Address the specific systems/equipment
referenced in the synopsis for which you possess the requisite
technical capability. The NAESU point of contact for technical matters
is Frank Angelo at (215) 697-0116. (0098) Loren Data Corp. http://www.ld.com (SYN# 0048 19980410\L-0004.SOL)
L - Technical Representative Services Index Page
|
|