SOURCES SOUGHT
69 -- USMC MH-53E Configuration and Loads Trainer
- Notice Date
- 1/10/2012
- Notice Type
- Sources Sought
- NAICS
- 333319
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- N61340 NAVAL AIR WARFARE CENTER TRAINING SYSTEMS DIVISION 12350 Research Parkway Orlando, FL
- ZIP Code
- 00000
- Solicitation Number
- N6134012R0034
- Response Due
- 1/24/2012
- Archive Date
- 2/8/2012
- Point of Contact
- LaVenji Daniels
- E-Mail Address
-
<!--
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Synopsis United States Marine Corps (USMC) MH-53E Configuration and Loads Trainer THIS IS A SOURCES SOUGHT FOR THE USMC MH-53E CONFIGURATION AND LOADS TRAINER (CLT). The Department of the Navy, Naval Air Warfare Center Training Systems Division (NAWCTSD), Orlando, FL, seeks potential sources with the ability to produce training solutions that satisfy the MH-53E Configuration and Loads Trainer requirements. This advertisement serves to aid in determining market interest and capabilities for this prospective procurement. 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 8(a) certified, 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. >>> REQUIREMENT DESCRIPTION This effort includes the procurement of an MH-53E CLT for the Navy Airborne Mine Countermeasure Weapons Systems Training school at NS Norfolk, VA. The key focus of this acquisition is to provide a training device to support hands-on training for select configuration and cargo load/offload concepts and procedures. As such, it is critical that this trainer provide sufficient fidelity in simulating the MH-53 cabin environment. This includes accurately reproducing the dimensions and features of the MH-53 cabin as well as incorporating and simulating appropriate operational functionality for specific MH-53E systems to include operating ramp, intercommunications system (ICS), winch, tow boom, and functionality for rigging and certifying AMCM systems and cargo equipment (fittings, loads, pallets, rings, litters, rails, wraps, forklifts, etc.). A spare Configuration and Loads cabin, located at NS Norfolk, will be provided after contract award as Government Furnished Equipment (GFE) in its current condition. The impending acquisition of the MH-53E CLT will include, but is not limited to, the items listed below: >> TRAINING MISSIONS AND OBJECTIVES (1) The MH-53 CLT shall (A) Perform aircraft configuration to accommodate specialized AMCM mine sweeping and other related devices and equipment while performing the following missions: (i)MK-103 (ii)MK-104 (iii)MK-105 (iv)AN/SPU-1W MOP (Magnetic Orange Pipe) (v)AN/AQS-24A (B) Perform rig and gear certifications and checks (C) Perform cargo loading and offloading procedures for various cargo types, shapes and weights (e.g., palletized cargo, rolling stock cargo, water loads) (D) Demonstrate load/offload safety procedures (E) Demonstrate cargo winch and other loading equipment/systems operation (e.g., snatch blocks, forklifts) (F) Demonstrate load planning and cargo preparation procedures (G) Demonstrate proper load distribution and positioning within the cabin (H) Identify / execute proper cargo securing procedures according to prescribed safety standards and practices (e.g., positioning buckles on an accessible side) (I) Demonstrate cargo tie-down fittings/cargo straps/chains utilization (J) Demonstrate cargo ramp and door operation (K) Perform load/offload procedures for select hazardous and/or volatile cargo (e.g., Liquid Oxygen, petroleum, oxygen, lubricants, pyrotechnics, class V cargo (ammunition) and other hazardous material loading (L) Perform seat rigging, litter rigging, rollers conveyors rigging/configuration and load/offload procedures (M) Perform procedures for loading and offloading vehicles (N) Demonstrate passenger/personnel load/offload procedures (O) Demonstrate post-loading procedures (P) Perform cabin preparation and procedures for conducting para-drop operations (Q) Perform Weight and Balance/Center of Gravity (CG) computations (R) Demonstrate emergency procedures (S) Demonstrate emergency egress procedures (T) Demonstrate crash, fire and rescue procedures (2) Performance requirements (A) The MH-53E CLT shall consist of the following device subsystems, and software: (i)Functioning ICS system (and ICS cords) (a)Minimum of 5 intercommunications stations commensurate with aircraft configuration (ii)Functioning ramps (including both short ramp for AMCM operations; and long ramp for load/offload operations) (a)Ramp raise and lower speed should reflect operational aircraft ramp speed (b)Manual override valve simulation to control ramp proportionally (c)Control panel with the defined ramp positions (7 second cycle from open to closed) (iii)Operational variable-speed winch (hydraulic or electric) with rotating capability and ability to lock in two positions (iv)Snatch Box Fitting (must be installed) (v)Tow Boom capable of being used for AMCM operations and also capable of being stowed (or removed) for cargo load/offload operations (vi)Cabin Floor Fittings (rollers, tie-downs, etc.) (vii)Seating Rail and Troop seats with functioning 5-point harness (Note: Seats DO NOT need to be crash-worthy for this training) (3) Training Environment Support Requirements (A) The training device shall have the following: (i)Shelter An enclosed shelter for the Trainer is preferred to reduce the likelihood of damage and reduce maintenance due to the elements (ii)Lighting The Trainer must include inside lighting to support the instruction of select tasks when necessary (iii)Power The Trainer must have access to essential auxiliary power to run electrical/hydraulic systems where required and satisfy grounding requirements (iv)Space The Trainer will require sufficient space to accommodate the device as well as provide sufficient area external to the device to allow for maneuvering loads and equipment, etc. (v)Broadcast Capability The Trainer must incorporate sufficient broadcast capability (via loudspeaker and/or the ICS) in order to support the instructor in communicating with students to instruct and to provide feedback when appropriate >>> CONTRACTOR DEMONSTRATION OF CAPABILITY The target award date is January 11, 2013. Final delivery of the completed MH-53E CLT at NS Norfolk, Virginia, is expected to take no more than 12 months from the contract award date. A Firm-Fixed-Price award is anticipated. The NAICS Code for this acquisition is 333319 with a size standard of 500 employees. Written responses to this announcement should specifically address the following: (1) Information about your firm: (A) Name and address of the firm (B) Cage code (C) Size of business and, if applicable, any small business classification (D) Ownership (E) Names of two principals to contact, including title and telephone number (F) Statement of intent to propose (2) A submission of your firm s detailed capabilities to meet the requirements listed within this synopsis. (3) Your firm s specific experience with (A) Design, development and production of a full-up trainer as described above with minimal technical data and Networking training devices with other training devices (B) Integration and delivery of simulated aircraft systems (C) Addressing supportability maintainability issues such as delivering hardware and software documentation and engineering drawings (D) Determining initial provisioning requirements of spares to support a required readiness rate NOTE: Where applicable, provide references that include-- i.government contract number, ii.contract value, iii.role your company played, and iv.point of contact and current telephone number. (4) A discussion of any customary business practices that might affect the firm's fulfillment of the requirement or its relationship with the Marine Corps customer (5) A statement as to whether the firm has the resource capacity to produce and deliver the MH-53E CLT over the next 12 months; (6) A statement of your firm s intent (1) to participate as the prime contractor and (2) to utilize subcontractors; (A) If planning to use a subcontractor, detail the type and percentage of the effort planned for each firm. THIS ANNOUNCEMENT IS PUBLISHED FOR INFORMATIONAL PURPOSES ONLY. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. Responses in any form are not offers, and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. No site visit will be permitted during the period of response to this announcement. It is requested that written responses be submitted as an attached Microsoft Word document, limited to 6 pages (8.5 x11 ), single-sided, and 10 point font size, via e-mail in time to be received by 11:00 A.M. Eastern Standard Time on January 24, 2012. Address e-mails to the following individual(s): (1) LaVenji Daniels Naval Air Warfare Center Training Systems Division Attn: LaVenji Daniels, Code 25341 12350 Research Parkway Orlando, Florida 32826-3224 Phone: (407) 380-4762 E-mail: lavenji.daniels@navy.mil There are no other prescribed format requirements for the response to this announcement, but all firms are requested to follow the outline above. All firms responding to this announcement will be notified if the requirement is solicited. The results of this sources sought will be utilized to determine set-aside opportunities. A small business set-aside will be considered. The Department of the Navy will use the responses to the announcement to make an informed decision concerning the strategy it will pursue to meet its objectives and, if the Department of the Navy elects to proceed with a procurement, to structure the solicitation to maximize commercial sector interest and encourage truly innovative and imaginative proposals.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134012R0034/listing.html)
- Record
- SN02652238-W 20120112/120110235014-b89955fdd0ef1f706f367ab62c1f1469 (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 |