Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 19, 2014 FBO #4590
SOLICITATION NOTICE

D -- Rotorcraft Engineering Simulation Software, training, maintenance and support. - Package #1

Notice Date
6/17/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
National Transportation Safety Board, National Transportation Safety Board, Acquisition Division, 490 L'Enfant Plaza East, SW, Washington, District of Columbia, 20594, United States
 
ZIP Code
20594
 
Solicitation Number
NTSB-PUR-14-0262
 
Archive Date
7/26/2014
 
Point of Contact
Kathleen A Kern, Phone: 202-314-6104, BRYAN J. MOY, Phone: 202-314-6282
 
E-Mail Address
kathleen.kern@NTSB.gov, bryan.moy@ntsb.gov
(kathleen.kern@NTSB.gov, bryan.moy@ntsb.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment 1 Past Performance Information Line Item Spreadsheet (1) Action Code. Synopsis/Solicitation (2) Date: Tuesday, 17 June (3) Year. 2014 (4) Contracting Office Zip Code. 20594 (5) Classification Code. 511210 Applications software, computer, packaged (6) Contracting Office Address.. National Transportation Safety Board (NTSB) Office of Administration, Acquisition & Lease Management Division, AD-20, 490 L'Enfant Plaza, SW Washington, DC 20594 (7) Subject: Rotorcraft Engineering Simulation Software, training, maintenance and support. (8) Proposed Solicitation Number. NTSB-PUR-14-0262 (9) Closing Response Date. 11 July 2014 at 2:30PM EST (DST), Questions with regard to this solicitation shall be submitted on or before 25 June 2014 at 1:30PM. (10) Contact Point or Contracting Officer. Ms. Kathleen A. Kern; Mr. Bryan Moy (11) Place of Contract Performance. National Transportation Safety Board (NTSB) 490 L'Enfant Plaza, SW Washington, DC 20594 (12) Set-aside Status: full and open competition. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation numbered NTSB-PUR-14-0262 is issued as a request for proposal (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-74 May 30, 2014. (iv) Set-aside Status. Full and Open Competition, the associated NAICS code is 511210 Applications software, computer, package, and small business size standard is $35.5M. (v) Line Items, options: CLIN Description Qty Unit of Issue 0001 Rotorcraft Engineering Simulation Software 1 LOT Description: Software, licensing, maintenance, support and documentation in accordance with the Statement of Work. Delivery Date: within six (6) weeks of contract award 0002a OPTION: Training 1 LOT Description: Training in the installation, operation, and use of the software for up to five (5) people, at the developer's location. Period of Performance: within 90 days from contract award. OR 0002b OPTION: Training 1 LOT Description: Training in the installation, operation, and use of the software for up to five (5) people, at the NTSB's HQ location. Period of Performance: within 90 days from contract award. 1001 Option Year One (1) Maintenance and Support 1 LOT Description: maintenance and support as offered and defined by the firm. Period of Performance: 9/1/2015 - 8/31/2016 2001 Option Year Two (2) Maintenance and Support 1 LOT Description: maintenance and support as offered and defined by the firm. Period of Performance: 9/1/2016 - 8/31/2017 3001 Option Tear Three (3) Maintenance and Support 1 LOT Description: maintenance and support as offered and defined by the firm. Period of Performance: 9/1/2017 - 8/31/2018 (vi) Description of requirements for the items to be acquired. BACKGROUND The National Transportation Safety Board (NTSB) is an independent Federal agency charged by Congress with investigating every civil aviation accident in the United States and significant accidents in the other modes of transportation -- railroad, highway, marine, hazardous materials and pipeline -- and issuing safety recommendations aimed at preventing future accidents. The Office of Research and Engineering supports accident investigations in all modes. The Vehicle Performance Division in the Office of Research and Engineering (RE-60) determines the motion of vehicles in transportation accidents, and analyzes the physical causes of that motion. The Division also compares the computed performance of these vehicles to their expected or design performance, in order to identify unexpected or anomalous behavior. Engineering simulations, in which the response of vehicles to physical forces is calculated in detail using computers, is an important tool used in accomplishing these tasks. Rotorcraft have many more degrees of freedom than fixed-wing aircraft, so that simulating their behavior is much more complicated. To more effectively analyze and understand the physics underlying the motion of rotorcraft (e.g., helicopters) involved in accidents, the Division requires a comprehensive, physics-based rotorcraft engineering simulation software capability. SCOPE OF WORK To accomplish the Division's objectives in this area, the rotorcraft engineering simulation software must have the following attributes: 1. Be physics-based. That is, the modeling of the rotorcraft components and systems that produce forces and moments that drive the motion of the rotorcraft and its subsystems (rotors, etc.) must reflect or be based on, and traceable to, fundamental physical laws and relationships, and the mathematics describing those laws. 2. Be capable of modeling all the degrees of freedom of significance to the motion of a rotorcraft and its subsystems, including: a. The six degrees of freedom of the fuselage (3 translational and 3 rotational degrees of freedom). b. Additional degrees of freedom to capture the motion of each blade of each rotor, including flapping, lead-lag, and feathering. c. Additional degrees of freedom required to model significant aerodynamic, aero elastic, structural, and dynamic phenomena of relevance (e.g., aero elastic response of rotor blades, motion of sling loads and the forces and moments on the rotorcraft resulting from this motion). 3. The software must include physics-based modeling of rotorcraft power plants and drivetrain systems. 4. The software must be able to build and edit models of aircraft control systems, and interface with existing models of these systems built in other software (e.g., Simulink). 5. Model physical phenomena of particular relevance to rotorcraft, including: a. Unsteady aerodynamics. b. Transonic flow and shock waves. c. Noise. d. Wake vortices shed from blade tips. e. Dynamic stall. f. Aerodynamic interference effects. 6. The simulation software shall allow user control and editing of models, and the ability to insert user-defined modules and subroutines. In particular, the software should allow the user to edit an existing model of a particular aircraft to make it representative of a different aircraft. 7. The availability of existing and available rotorcraft models for the software will be a factor in the selection of the software (the more models available, the better rated the evaluation factor). It is understood that these models may be separate products from the software itself. 8. The software should allow access for querying, plotting, and recording of all simulation variables. 9. The simulations should be able to be run or driven by all of the following: a. A graphical user interface. b. An interactive command-line mode. c. User-written scripts in a programming language that supports the main features of common languages, such as looping, conditional branching (if.. else constructs), mathematical functions and operators, and input/output of data. 10. The software must have the ability to be driven with user-defined atmospheric data (winds, temperatures, pressures) and flight-control inputs (such as those recorded on a flight data recorder). 11. The software should include the ability, or support extensions to the software, that allow "inverse simulation," that is, the ability to determine the pilot control inputs required to duplicate a given rotorcraft trajectory through space. 12. The software should be capable of supporting pilot-in-the-loop simulations, including real-time support of simulator cabs including pilot controls with force feedback, instrument displays, a visual system, and platform motion. 13. The software should support interfacing and sharing data with Matlab and Simulink models and software. 14. For robustness, the software shall also be able to build models and run physics-based models of fixed-wing aircraft, in addition to rotorcraft models. 15. The software must have a proven track record of successful and productive application by government, military, industry, and academic users. Areas of demonstrated successful application include: a. Design and analysis of rotorcraft and systems. b. Test and evaluation. c. Education and research and development. d. Crew training. e. Incident / accident investigation. 16. The specific software shall include: 1. Model development and editing capability 2. Physics-based simulation capability 3. Inverse simulation capability 4. At least one generic model of a medium-weight helicopter 5. One specific model of a Eurocopter AS350 or equivalent helicopter 17. Documentation for the software shall be provided either as hardcopy or electronic formatted manuals. 18. The initial one (1) year of software maintenance and support shall be included in the proposal. Please define the software maintenance and support provided. 19. Training in the installation, operation, and use of the software for up to five (5) people shall also be quoted, with options included for training at the developer's location or at NTSB Headquarters in Washington, DC. 20. Extended maintenance and support shall be proposed as optional items to be exercised at the Government's discretion. Notice of intent to exercise the option(s), if exercised, will be provided 60 calendar days before the expiration of the current contract period. The exercise of the option, if exercised will occur within seven (7) calendar days of the end of the contract period. DELIVERABLES The software, licensing and documentation shall be delivered within six (6) weeks of contract award. Training shall be provided within 90 days of product delivery. QUALIFICATIONS The software must have a proven track record of successful and productive application by government, military, industry, and academic users. Areas of demonstrated successful application include: a. Design and analysis of rotorcraft and systems. b. Test and evaluation. c. Education and research and development. d. Crew training. e. Incident / accident investigation. POINTS OF CONTACT Technical Point of Contact: To be provided Contracting Point of Contact Ms. Kathleen A. Kern National Transportation Safety Board Office of Administration Acquisition & Lease Management Division, AD-20 Office: (202) 314-6104 FAX: (240) 752-6299 (vii) Date(s) and place(s) of delivery and acceptance and FOB point. See (vi) (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (ix) The provision at 52.212-2, Evaluation -- Commercial Items applies to this acquisition, and the specific evaluation criteria to be included in paragraph (a) of this provision are: 52.212-2 Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) past performance; (iii) price; Technical and past performance, when combined, are more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement, exclusive of Line Items 0002a and 0002b - the overall lower price of this training requirement will be included within the overall total price. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) Technical Capability: explain how the product being offered meets the requirement of the SOW. Cut sheets will be accepted but a narrative no longer than five (5) pages must explain the attainment of the requirement. Should the offeror's submission be found technically acceptable, the NTSB reserves the right to request a demonstration of the product and further explanation of the services proposed as requested. Past Performance: provide three (3) references - names, telephone numbers and email addresses in accordance with the past performance attachment (1) - of US government, military, industry, and/or academic users who will attest to the software's proven track record of successful and productive application by government, military, industry, and academic users. Areas of demonstrated successful application include: a. Design and analysis of rotorcraft and systems. b. Test and evaluation. c. Education and research and development. d. Crew training. e. Incident / accident investigation. Price: please complete the attached spreadsheet. (x) Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and FAR clauses cited in the clause are applicable to the acquisition are: (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note). (28) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (29) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). (30) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (31) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (33) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). (50) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). (xiii) At this time no additional contract requirement(s) or terms and conditions have been determined by the contracting officer to be necessary for this acquisition and/or consistent with customary commercial practices. (xiv) Defense Priorities and Allocations System (DPAS) is not applicable. (xv) The date, time and place offers are due: 11 July 2014 at 2:30pm EST (DST). (xvi) The individuals to contact for information regarding the solicitation: Ms. Kathleen A. Kern, kathleen.kern@ntsb.gov, 1-202-314-6104; Mr. Bryan Moy, bryan.moy@ntsb.gov, 202-314-6282. Questions with regard to this solicitation shall be submitted on or before 25 June 2014 at 1:30PM. Any amendment(s) to this solicitation will be issued in the same manner as the initial synopsis and solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NTSB/CMS/WashingtonDC/NTSB-PUR-14-0262/listing.html)
 
Place of Performance
Address: National Transportation Safety Board (NTSB), Research and Engineering, Vehicle Performance Division, 490 L'Enfant Plaza East, SW, Washington, District of Columbia, 20594, United States
Zip Code: 20594
 
Record
SN03397703-W 20140619/140617235519-8002c8843ac0838dae9a1a5fe7a99d55 (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.