MODIFICATION
69 -- United States Navy MH-53E Cockpit Procedures Trainer
- Notice Date
- 11/4/2010
- Notice Type
- Modification/Amendment
- NAICS
- 333319
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway, Code 253, Orlando, Florida, 32826-3224, United States
- ZIP Code
- 32826-3224
- Solicitation Number
- N61340-11-R-0026
- Archive Date
- 12/4/2010
- Point of Contact
- Winward Truitt, Phone: 407-380-8172, Gregory Joseph Dougherty, Phone: (407) 380-8419
- E-Mail Address
-
winward.truitt@navy.mil, Gregory.Dougherty@navy.mil
(winward.truitt@navy.mil, Gregory.Dougherty@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Air Warfare Center Training Systems Division (NAWCTSD) is defining its acquisition strategy for the solicitation and award of United States Navy (USN) MH-53E Cockpit Procedures Trainer (CPT). Of the available strategies, NAWCTSD is considering the viability of the following socio-economic approaches: Historically Underutilized Business Zone (HUBZone) set-aside, Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, Section 8(a) suitability, and Total Small Business set-aside. The Contracting Officer must establish a reasonable expectation that offers would be obtained from two or more HUBZone, SDVOSB, or Small Business entities that are competitive in terms of market prices, quality, and delivery. As the anticipated value of this procurement does not exceed the competitive 8(a) threshold at FAR 19.805-1(a)(2), the Contracting Officer is considering the Section 8(a) strategy from a non-competitive perspective. You are advised that the Government is seeking to define the applicability of the requirement with regard to the available socio-economic programs. From the responses to this market research, the Government will evaluate the viable options and select the final acquisition strategy. Therefore, your response to this research is instrumental in supporting your company's business interests. If the Contracting Officer is unable to determine that any of the above strategies would be viable, the requirement may be competed on an unrestricted basis. It is anticipated that any resulting contract would be accomplished under the provisions of a firm-fixed-price (FFP) contract. The NAICS Code for this solicitation is 333319 with a size standard of 500 Employees. If your company is interested in competing for this requirement, please provide a response to this request in accordance with the directions below. Please address each question as succinctly as possible and return the completed questionnaire via email To: winward.truitt@navy.mil Cc: lavenji.daniels@navy.mil; gregory.dougherty@navy.mil. Submittals are due no later than 1600 EST, 19 November 2010. Responses shall be limited to six pages. NOTE: THIS IS A REQUEST FOR INFORMATION ONLY AND SHOULD NOT BE CONSIDERED AS A COMMITMENT BY THE GOVERNMENT. NO REIMBURESEMNT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING A RESPONSE TO THIS REQUEST. ACQUISITION DESCRIPTION: PMA-261/PMA-205 and the H-53 IPT (Integrated Product Team) are currently seeking to assess interest for the potential procurement of one networkable Cockpit Procedures Trainer (CPT). The purpose of this CPT device will be to support the implementation of a training program for the Communications, Navigation and Surveillance Systems for Air Traffic Management (CNS/ATM) glass cockpit modification currently being introduced for the MH-53E aircraft fleet. The CPT will be a new build CNS/ATM CPT device to be delivered to Airborne-Mine-Countermeasures Weapon Systems Training School ( AWSTS) Norfolk, Va. The CPT will include a reasonable fidelity Pilot and Copilot station and computing packages and may include a visual system. The CPT will be design to be scalable / expandable for future upgrades and growth. The CPT will provide Pilots an environment in which to develop system familiarity and practice cockpit procedures utilizing the digital glass cockpit displays. This includes supporting pilot task performance related to: Normal cockpit procedures - e.g., prestart, start, shutdown, takeoff, cruise, landing, hover and checklist, etc., Basic Instruments - e.g., instrument flight checks, takeoff, patterns, partial panel flight, unusual attitude and recovery, task fixation, precision/non-precision approaches, etc., Emergency procedures - e.g., power malfunction, compressor stall, engine start emergencies, fires, engine malfunctions, gear box, power train, etc., and Navigation and Communications. The CPT will incorporate sufficient functionality to support effective training for the above described performance tasks. These capabilities should include: Basic cockpit structure/frame, Operational Software, In-Cockpit Communications System (ICS), Connectivity (to other simulators and/or training devices), Rudimentary Visual System (forward Image Generator (IG) and screens), Rudimentary Fight Controls (e.g., stick, collective, pedals, power levers, etc.), and Aural Cueing. In addition, the CPT effort will require: Program Management, Quality Assurance (QA), Information Assurance (IA), Tactical Environment Network (TEn), Documentation, Integration and Testing, Shipping, Interim Logistics Support. The Government does not intend to supply GFE with this procurement. If interested contractors are considering simulating or emulating the multifunctional displays then a relationship with Rockwell Collins, the original equipment manufacturer of the displays, may be necessary in order to obtain the operating software. This device will be used to augment Instructor Led Training (ILT) and Computer Based Training (CBT) to reinforce the operation of individual sub-systems as well as their integration into the overall system. The device will be non-motion and networkable to other training devices and systems. There is currently no existing build-to-print Technical Data Package available. The CPT will utilize existing operational software where available from other MH-53E training devices currently located at AWSTS Norfolk as Government Furnished Information (GFI) to ensure maximum compatibility and interoperability. Interoperability will be via the United States Marine Corps (USMC) Tactical Environment (TEn) Version 4.0 or newer also provided as GFI. The Technical Data Package Requirement to be delivered shall be non-proprietary in content with information for unlimited rights for use in future competitive procurements. The Technical Data Package shall contain all relevant specifications, standards, and dimensioned/scaled manufacturing drawings along with processes and materials in sufficient detail to allow for the fabrication of assemblies, sub-assemblies, and components. The Period of performance is expected to be between 12 and 18 months and will consist of the following: One CH-53E networkable CPT, Technical Data Package, Instructor Training, Maintenance Training, Contractor Logistics Support (Three months on-site; six months telephone support), Provision Items Order. CONTRACTOR DEMONSTRATION OF CAPABILITY: The Government has not made a set-aside determination regarding this effort. This submission should demonstrate your firm's detailed capabilities to meet the requirements listed in the paragraphs above. Your response should include the following information: This submission should demonstrate your firm's detailed capabilities to meet the requirements listed in the paragraphs above. Your response should also include the following information: 1. Is your business interested in being the Prime contractor for the CH-53E CPT? What would be the percentage and type of effort your business would perform? What would be the percentage and type of effort your business would subcontract (limitations on subcontracting should be addressed)? Does your business currently have the resource capacity to produce the CH-53E CPT over the next two years. If your business does not have current resources, what will be your plan to form a team to successfully execute this contract? 2. Outline your firm's degree of familiarity over the past five years in the following areas: Design, development and production of a full-up trainer as described above with minimal technical data, experience with development and modification of aero models, experience with integration of a visual system, production of a cockpit procedures training device. Provide a brief description of the product(s) and whether it was delivered in accordance with the schedule accepted at the time of contract award. Provide the Government contract number or commercial item name, value, role your company played, point of contact and current telephone number: 3. Please explain what software packages, drawing packages, and documentation would be required for your company to successfully perform this effort. If the Government cannot provide the software, drawing packages, and documentation, explain how you would obtain the data necessary to fulfill the requirements, if possible.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N61340-11-R-0026/listing.html)
- Place of Performance
- Address: Airborne-Mine-Countermeasures Weapon Systems Training School, Norfolk, Virginia, United States
- Record
- SN02322564-W 20101106/101104234208-622d1099ab4429cae1f58d9b578ea2ef (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 |