Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 14,2000 PSA#2536

Commander, Naval Air Systems Command (Code 2.2), 47123 Buse Road, Bldg 2272, Patuxent River, MD 20670-1547

K -- MODIFICATION OF F/A18-C/D AIRCRAFT MOUNTED ACCESSORY DRIVE (AMAD) TEST STAND TO F/A18-E/F CAPABILITY SOL N00019-00-R-0283 DUE 041300 POC Contact, Lynne Lewin, Phone (301) 757-7109, Craig Fuesel, Phone (301) 757-7138 E-MAIL: Lewincl@NAVAIR.Navy.MIL, Lewincl@NAVAIR.Navy.MIL. The Naval Air Systems Command (NAVAIR) intends to release, on a competitive basis, a firm fixed price Request for Proposal (RFP) to procure manufacturing engineering effort to modify a Government Furnished (GFE) Aircraft Mounted Accessory Drive (AMAD) Test Stand. The GFE to be modified is an F/A-18 C/D AMAD Test Stand which is designed to run Acceptance Test Procedures (ATP) on the Repair and Overhaul (R&O) of F/A-18C/D AMADs. The contractor will be required to modify the existing AMAD Test Stand to be capable of running ATPs on R&O of F/A-18E/F AMAD. Salient characteristics include prime mover w/computer controller capable of 300 horsepower (HP), three separate load simulators and adapters with requirements of 0-30,000 RPM and 50-200 HP, an Air Turbine Starter (ATS) clutch capable of disengaging at 0-14,000 RPM, a mounting system that will allow quick installation and removal of the AMAD, and torque measuring devices capable of 0-20,000 in-lbs. The contractor will also be required to ship, install, test and support the modified AMAD Test Stand. Delivery and installation of the modified test stand is required within one year of contract award. Anticipated contract award time frame is June 2000. Installation site is Naval Air Station, North Island, CA. Contract award will be on a best value basis. Offerors will be evaluated on technical capability and cost. Technical Capability factors are (1) Experience in performing technical, engineering, and manufacturing tasks associated with the modification, installation, and testing of, and operator training for test stands or similar hardware, and Technical Approach for accomplishing the Statement of Work, (2) Past Performance History, (3) Personnel Resources, and (4) Facilities Capability/Schedule (a Plan of Action and Milestones [POA&M] is required to demonstrate offerors' ability to meet required delivery schedule). A site visit and pre-proposal conference will be conducted prior to the date for receipt of proposals. The solicitation will be made available to interested parties through electronic data interchange. Interested parties should provide information necessary to obtain and respond to the solicitation electronically by faxing their request to Lynne Lewin NAVAIR Code 2.2.3.3.5, at (703) 757-7070, or electronically to Lewincl@NAVAIR.Navy.MIL. Information should include company name, address, point of contact, phone number, fax number and electronic mail (e-mail) address, and whether or not the party is interested in attending the site visit and pre-proposal conference at NAS North Island, CA. Site visit registration will be required. Parties will be notified of registration procedures two weeks prior to the site visit date (tentatively scheduled for 21 March 2000). The World Wide Web (www) site address is http://www.NAVAIR.NAVY.MIL. See Note 26. NAVAIR Synopsis No. 20013-00. Posted 02/10/00 (W-SN424159). (0041)

Loren Data Corp. http://www.ld.com (SYN# 0067 20000214\K-0001.SOL)


K - Modification of Equipment Index Page