SOLICITATION NOTICE
U -- Indefinite Delivery Indefinite Quantity (IDIQ) Contract for Advanced Arresting Gear (AAG) CVN 78 Interim Training
- Notice Date
- 3/1/2018
- Notice Type
- Presolicitation
- NAICS
- 611519
— Other Technical and Trade Schools
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00019-18-RFPREQ-PMA-251-0135
- Archive Date
- 3/31/2018
- Point of Contact
- Hayley Graham, Phone: 3017576584, Blake Strickland, Phone: 301-757-7065
- E-Mail Address
-
hayley.graham@navy.mil, blake.strickland@navy.mil
(hayley.graham@navy.mil, blake.strickland@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION The Naval Air Systems Command (NAVAIR) intends on entering into a sole source procurement with General Atomics (GA), San Diego, California for Advanced Arresting Gear (AAG) Interim Training effort under the authority of Title 10, U.S. Code 2304 (c)(1), as implemented by FAR 6.302-1. GA is the sole designer, developer and manufacturer of AAG and the only supplier with the requisite AAG specific knowledge, experience, and technical expertise to provide the required training services. NAVAIR anticipates the use of an Indefinite Delivery Indefinite Quantity contract, with an estimated period of performance commencing in 4 th Quarter of FY18 and concluding in FY23. PLACE OF PERFORMANCE Runway Arrested Landing Site (RALS) and/or Jet Car Track Site (JCTS) test facilities at Joint Base McGuire-Dix-Lakehurst. PROGRAM BACKGROUND The AAG system provides for fixed wing aircraft recoveries during carrier flight operations. Interim Training is required to prepare newly assigned Sailors, Navy senior leadership personnel and other individuals deemed essential by the Government on the operation and maintenance of the AAG System and subcomponents. Interim Training courses will consist of classroom lectures and hands-on practical laboratory experience for operators and maintainers. REQUIRED CAPABILITIES The contractor shall be able to accurately update existing AAG training materials to reflect the AAG System's latest configuration and software changes and to adequately address student feedback from previously conducted training courses. Due to the critical nature of the AAG System hardware and software and the associated implications to NAVAIR's Flight-Safe Program, Fleet readiness, and manned aircraft operational safety, it is imperative that the contractor's instructors be able to teach the course material in an extremely accurate manner with little room for deviation from content. Instructors must have a working knowledge of operating and utilizing the AAG Integrated Electronic Technical Manual (IETM) and be able to interpret AAG technical drawings, wiring diagrams and documentation. The contractor shall be able to provide thoroughly trained and technically knowledgeable instructors who must be fluent in all facets of the AAG System design and functional limits, maintenance procedures, specification requirements, operating procedures, and associated safety requirements and precautions. The contractor's instructors will instruct Sailors and other personnel deemed essential by the Government on the operation and maintenance of AAG in a classroom and laboratory type class for the Senior Leadership Course and classroom and practical hands-on laboratories for the Operator &Maintainer Course. Due to the complexity of the AAG system, the instructors must possess extensive knowledge of the AAG system and design in order for them to be able to clarify system technical information, provide realistic operational examples, and be able to amplify the course material in order to improve on the student participant's opportunity to learn and understand the AAG System. Contractor instructors shall be able to answer student questions in real-time, and involve the participants in exercises and hands-on laboratories to practice with the subject matter and reinforce the understanding and recall of information. THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. This contract is being pursued on a sole source basis under the statutory authority of 10 U.S.C. 2304 (c)(1) as implemented by Federal Acquisition Regulation (FAR) Subpart 6.302-1, only one responsible source and no other services will satisfy agency requirements. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Unless stated herein, no additional information is available. Requests for the same will be disregarded. A determination by the Government not to compete this effort is solely within the discretion of the Government. Unless stated herein, no additional information is available. Requests for the same will be disregarded. There is no commitment by the Government to issue a solicitation, make an award, or be responsible for any money expended by interested parties before award of a contract for efforts described above. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. Subcontracting opportunities may be available and should be sought directly from General Atomics Small Business Liaison Officer, Andres Lara, phone 858-455-3076, Andres.Lara@ga.com.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00019-18-RFPREQ-PMA-251-0135/listing.html)
- Place of Performance
- Address: 3550 General Atomics Court, San Diego, California, 92121, United States
- Zip Code: 92121
- Zip Code: 92121
- Record
- SN04839683-W 20180303/180301231409-500d6cd598f46451ccd00f6be4cb9d32 (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 |