DOCUMENT
69 -- Development and installation of a new Centrifuge-based Flight Environmental Trainer (CFET) - Attachment
- Notice Date
- 5/17/2012
- Notice Type
- Attachment
- NAICS
- 333319
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- N61340 NAVAL AIR WARFARE CENTER TRAINING SYSTEMS DIVISION 12350 Research Parkway Orlando, FL
- Solicitation Number
- N6134012M0504
- Response Due
- 6/18/2012
- Archive Date
- 6/18/2012
- Point of Contact
- Michael Lothrop
- Small Business Set-Aside
- N/A
- Description
- Naval Air Systems Command (NAVAIR) is defining its acquisition strategy for planning the development and installation of a new Centrifuge-based Flight Environmental Trainer (CFET). The Navy is interested in obtaining Rough Order of Magnitude (ROM) pricing information from industry for a replacement CFET device at NAS Lemoore, CA. The current CFET is the Navy s primary training device for providing Navy/Marine Corps tactical aircrew with simulated motion-based high-gravity (G) awareness and enhancement training. It consists of a single flight seat enclosed in a round gondola. The gondola is mounted to an arm which rotates at a high rate of speed to produce the effect of acceleration. The gondola can move on the roll and pitch axes in order to control the direction and magnitude of the acceleration on the student undergoing training. The CFET is capable of simulating up to 15g at an onset rate of 6g per second. The room that houses the CFET is circular with a 35 foot radius with the center shaft for the device in the center of the room. The Navy is interested in a new training system device that will allow for aircrew centrifuge training. Of the available strategies, NAVAIR 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, Women-Owned Small Business (WOSB), Section 8(a) suitability, and Total Small Business set-aside. The Contracting Officer shall establish a reasonable expectation that offers would be obtained from two or more HUBZone, SDVOSB, WOSB, or Small Business entities that are competitive in terms of market prices, quality, and delivery. 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. Therefore, information from both large and small businesses is requested. It is anticipated that any resulting contract would be accomplished under the provisions of a fixed price incentive fee (FPIF) contract. The NAICS Code for this solicitation is 333319 with a size standard of 500 employees. ACQUISITION DESCRIPTION: 1.The Naval Aviation Survival Training Program (NASTP) under mandates of OPNAVINST 3710.7 series requires training for Navy/Marine Corps tactical aircrew in the effects of High-G during in-flight aerial maneuvers in high performance aircraft. The CFET training system is intended to provide the Navy/Marine Corps personnel with specialized training to maintain a high state of proficiency and familiarization while developing instinctive performance skills to withstand effects of high G environments. 2.The CFET device shall meet the following operational requirements: a.The CFET gondola shall contain a single-place cockpit utilizing an adjustable ejection seat with functional G-suit connection capabilities. The seat should be able to adjust up and down to allow for proper body position. Simulated flight controls shall be comprised of a center stick, right-side stick, handheld control (each possessing an enable switch), left-side throttle and adjustable rudder pedals (fore and aft).. The device shall incorporate optional flight equipment (i.e., an operational oxygen regulator connection) which could be configured to multiple helmet designs. b.The CFET device shall have the capability of generating a minimum G-onset rate up to 6.0 +Gz/second, matching the highest G-onset capabilities of current aircrafts in the Navy s inventory. The device shall also have the capability of sustaining G-magnitudes up to 9 +Gz, for training profiles, reflecting maximum G-forces experienced by tactical aircrew in flight. In addition, the device shall have the capability of sustaining 15 +Gz for annual safety certification. c.The CFET device shall incorporate a standalone system with the ability to store, transfer and utilize data for training purposes. Minimum data stored on the CFET device server shall contain training run videos & audio with the following records: G-profiles, G-loads and G-durations. The device shall utilize digital video and audio recording equipment which would allow for software upgrades. The gondola shall utilize multiple cameras; ideal for debriefing students on proper techniques and informing them of incorrect procedures. In addition, cameras ensure the instructor has visual contact with the student at all times. d.Capability for a student to track and chase a target or bogey , which includes appropriate student controlled G loads applied though stick and throttle controls. e.The CFET device shall utilize a climate control system capable of maintaining a comfortable environmental temperature during training operations. f.The CFET gondola shall utilize a mechanism to recognize ambient vision loss by the student. The CFET gondola shall use an illumination system which the student can reference labeled in 10 percentage increments, which the student can read & verbally distinguish located at head/eye level correlating to ambient and focal vision loss experienced. g.The CFET device shall incorporate a failsafe mechanism to notify staff personnel automatically in the event of a Loss of Consciousness (LOC) episode. h.The CFET device shall incorporate a load history recording mechanism to characterize the profile history, usage and magnitude of the device over the service life. i.The CFET device shall incorporate a Diagnostic/Prognostic Health Monitoring (PHM) subsystem that will facilitate reliability, maintainability and supportability 3.Additional program requirements: a.The installation of a replacement CFET shall include the removal and disposal of the existing CFET device at NAS Lemoore, CA. b.The installation of a replacement CFET shall include integrating to existing control room or replacing/upgrading existing control room components. Control room configuration shall address connection of replacement CFET control mechanisms and software/hardware to the existing control room. c.The installation of a replacement CFET shall include Government Purpose Rights in Data. d.The installation of a replacement CFET shall include a detailed schedule to include trainer downtime during replacement. e.The installation of a replacement CFET shall include at least one (1) year of on-site operations and maintenance support. f.The installation of a replacement CFET shall include Instructor and Maintainer training. g.The installation of a replacement CFET shall include appropriate spare parts. h.The installation of a replacement CFET may include any required facility building modifications and/or refurbishment necessary for the installation (For informational purposes only, cost estimate not required.). SUBMISSION DETAILS: As part of your response, submit the following: 1.Information about your firm: a.Company Name b.Company Address c.Company Business Size under NAICS code 333319 d.Applicable socio-economic categories (HUBZone; SDVOSB; WOSB; 8(a); etc.) e.Points-of-Contact (POC) including name, phone number, and e-mail address. 2.With respect to the requirements listed in items 2 (a through i) and 3 (a through h) under Acquisition Description above describe your firms capability and or/specific experience that demonstrates the ability of your firm to successfully satisfy the CFET requirements as they relate to: a.Designing, developing, producing, delivering, operating and maintaining interoperable end item training systems that include semi-automated forces capability and utilize a High Level Architecture (HLA) based interoperability standard for interoperability with other networked/linked systems; b.Implementing SAT and utilization of ISD processes and procedures to conduct requirements analysis, develop, and implement technical approaches to produce and deliver simulation-based end-item training system products; c.Delivering interoperable training systems with IA ATO/ATC documentation authorizing connectivity to operate over a network; d.Determining Mean-Time-between-Failure (MTBF) and Mean-Time-To-Repair (MTTR) metrics; e.A discussion of any customary business practices that might affect the firm's fulfillment of the requirement or its relationship with the Navy customer; f.A statement as to whether your firm has the resource capability and capacity to start production and deliver CFET within the next 24-58 months. g.Note: When specific experience is used to demonstrate capability, please provide: i.Government contract number; ii.Contract value; iii.Specific role your company performed; iv.Specific product your company delivered; v.Current point of contact, telephone number, and email. 3.A ROM (general estimate of costs) reflecting segregation of cost estimates, which will allow identification of cost related to the requirements listed under Acquisition Description above: a.Cost of removal and disposal of current device. (Item 3 a) b.Cost to develop and install the new device/training system (Items 2a-i and 3b-c) c.Cost for one (1) year of on-site operations and maintenance support of the new device/training system (Item 3 e) d.Cost for Instructor and Maintainer training (Item 3f) e.Cost for appropriate spare parts (Item 3g) f.The estimate shall include what areas and percentage of work your firm would expect to subcontract with other organizations, if any. DISCLAIMER: THIS IS A REQUEST FOR INFORMATION AND ROUGH ORDER OF MAGNITUDE (ROM) ONLY. THIS REQUEST SHALL NOT BE CONSIDERED AS A COMMITMENT BY THE GOVERNMENT. NO REIMBURESEMNT SHALL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING A RESPONSE TO THIS REQUEST FOR INFORMATION OR ROM. It is requested that written responses be submitted as an attached Microsoft Word document, limited to 20 pages (8.5 x11 ), single-sided, and 10 point font size, via email in time to be received by 4:00 P.M. Eastern Standard Time on June 18, 2012. The Government shall not provide a response to any submittals. Please submit your information via email to: michael.lothrop1@navy.mil Cc: rafael.soberal@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134012M0504/listing.html)
- Document(s)
- Attachment
- File Name: N6134012M0504_RFI_new_CFET_device_5-17-12.docx (https://www.neco.navy.mil/synopsis_file/N6134012M0504_RFI_new_CFET_device_5-17-12.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N6134012M0504_RFI_new_CFET_device_5-17-12.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N6134012M0504_RFI_new_CFET_device_5-17-12.docx (https://www.neco.navy.mil/synopsis_file/N6134012M0504_RFI_new_CFET_device_5-17-12.docx)
- Place of Performance
- Address: LEMOORE NAVAL AIR STATION,CA
- Zip Code: 700 AVENGER
- Zip Code: 700 AVENGER
- Record
- SN02751379-W 20120519/120518000933-d1202ba106583ddad87736ad8c06959e (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 |