Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2011 FBO #3354
SOLICITATION NOTICE

69 -- Aviation Technical Training Product Development (ATTPD) - Draft Statement of Work (SOW)

Notice Date
1/28/2011
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
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
ATTPDN6134011R0007
 
Point of Contact
T'ann Perrault, Phone: 407-380-4723, Kari A. Schuett, Phone: 407-380-4078
 
E-Mail Address
tann.perrault@navy.mil, Kari.Schuett@navy.mil
(tann.perrault@navy.mil, Kari.Schuett@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a draft version of the ATTPD SOW. Additional info and firm initial requirement will be added in a later date. AVIATION TECHNICAL TRAINING PRODUCT (ATTP) DEVELOPMENT PRESOLICITATION NOTICE SOLICITATION No: N61340-11-R-0007 The Department of the Navy, Naval Air Warfare Center Training System Division (NAWCTSD), Orlando, Florida has a requirement for the production and delivery of Aviation Technical Training Products (ATTPs). These ATTPs not only address emerging platforms and system training product development requirements, but also allows for aviation technical training source media into existing platforms and system training products. This approach provides for integrated product development of aviation technical training related products, foreign military sales and domestic, for the DoD and associated Government Agency, aviation platforms and systems, ancillary systems, and support systems. The scope of the ATTP contract, including initial efforts and additional efforts, is to produce and deliver the following: 1) Task 1 - Interactive Multimedia Instruction (IMI) Development: The contractor shall develop, produce and deliver IMI products in support of Categories I through IV IMI, as defined in the MIL-PRF-29612B, and in accordance with the specific requirements of each effort. 2) Task 2 - Technical Review and Refresh (TR&R): The contractor shall review, revise, update, develop, produce, and deliver IMI products in support of Categories 1, 3, and 4, Levels 1 thought 4 IMI, as defined in the MIL-PRF-29612B, and in accordance with the specific requirements of each effort. 3) Task 3 - Airworthiness Technical Training Documentation and/or Training Source Materials/Publications: The contractor shall produce and deliver Airworthiness and Technical Training Documentation, to include revision to Naval Air Training and Operation Procedures Standardization (NATOPS), Naval Aviation Technical Information Product (NATIP), and Interim Flight Clearances (IFC), and in accordance with the specific requirements of each effort, and/or other training source documents/materials/publications relating to the ATTP programs in accordance with the specific requirements for each effort. 4) Task 4 - Part Task Trainers (PTT)/ Desk Top Trainers (DTT): The contractor shall design, develop and deliver a cost-effective PTT or DTT in accordance with the specific requirements of each effort. 5) Task 5 - Training Events: The contractor shall deliver training events that DoD and associated Government Agency requirements for operator and/or maintainer training. These events may include classroom presentations, IMI, and hands-on training using end-item equipment as the training devices in accordance with the specific requirements of each effort. 6) Task 6 - Electronic Learning Centers (ELC) and Electronic Classrooms (EC): The contractor shall produce and install ELC and EC for training programs at locations designated by the Government. Production and installation for each ELC/EC, to include hardware, software, burn-in, delivery, and testing, shall be in accordance with the specific requirements of each effort. This is a competitive procurement totally set aside for Small Businesses. The selected Small Business entity will need to demonstrate the capability to perform, as the prime firm, at least 50 percent of the work, and have current resource capacity to successfully develop and deliver approximately 60 or more training products simultaneously and lasting from 3 to 24 months. The Small Business entity must have Defense Contract Audit Agency (DCAA) approved accounting and purchasing systems for cost type contract and a Facility Clearance Capability and Safeguarding Level up to the Secret level. The applicable NAICS code for this effort is 541330 with a size standard of $27M. The period of performance for this anticipated contract will be sixty (60) months from the date of award. The resultant contract will be a stand-alone C-type contract with CPFF (Cost plus Fixed Fee) CLINS. Travel and Material will be under a separate CLIN and reimbursed under each effort based on cost expended. No fee is allowed under the Travel and Material CLIN. The total estimated cost for all products procured under this contract is $240M. A firm requirement will be awarded at time of contract award and additional efforts will be obligated as requirements materialize. The majority of the products may be developed at a location of the contractor's choosing, unless otherwise noted. The Government may require that a small percentage of the products be developed on-site at Patuxent River, Maryland (Government Installation). A draft version of the Statement of Work (SOW) is attached to this notice. Be advised these are DRAFTs and subject to revisions before the request for proposal (RFP) is issued. No firm requirement is currently included in the SOW. The first firm requirement will be posted at a later date with the draft RFP. This is a pre-solicitation notice and not a request for proposals (RFP) or sources sought notification. Please be advised that a secondary notice is released at the NAWCTSD Business Opportunities site at: http://nawctsd.navair.navy.mil/EBusiness/BusOps/Acquisitions/Index.cfm A draft RFP will be available to download at a later date at the above website and periodic access of this website is essential for obtaining updated documentation and the latest information regarding this procurement. Contracting Office Address: NAWCTSD 12350 Research Parkway Orlando, FL 32826 Point of Contact (s): - Contract Specialist: T'ann Perrault at 407-380-4723 or T'ann.Perrault@navy.mil - PCO: Kari Schuett at 407-380-4078 or Kari.Schuett@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/ATTPDN6134011R0007/listing.html)
 
Place of Performance
Address: Please see Description above, United States
 
Record
SN02369320-W 20110130/110128234526-e51d67133744b070257c56938a5911db (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.