Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 28, 2020 SAM #6694
SPECIAL NOTICE

69 -- Sources Sought Notice for AV8B Maintenance Trainer Devices BCU

Notice Date
3/26/2020 10:53:25 AM
 
Notice Type
Special Notice
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
NAWC TRAINING SYSTEMS DIV ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Response Due
4/15/2020 12:00:00 PM
 
Archive Date
06/15/2020
 
Point of Contact
Sara Robinson, Phone: 4073804027, Alana Nunez-Bennett, Phone: 4073808741
 
E-Mail Address
sara.robinson@navy.mil, alana.nunez-bennett@navy.mil
(sara.robinson@navy.mil, alana.nunez-bennett@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
DISCLAIMER This Sources Sought is for Informational Purposes Only and is issued in accordance with (IAW) FAR 5.205(c). The sources sought serves as a market research tool used to determine potential and eligible vendors capable of providing the products described herein.� It is the Government�s intent to solicit this effort utilizing full and open competitive procedures under Training System Contract (TSC) IV Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC), however all responses resulting from this special notice will be assessed and considered in the Government�s acquisition strategy and set-aside determination.� Any respondents who are also small business awardees under the (TSC) IV IDIQ MAC must complete Enclosure (1) � TSC IV Request for Information (RFI).�� This is not a Request for Proposal.� It does not constitute a solicitation or construe 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.� Any information submitted by respondents to this technical description is strictly voluntary.� Verbal submissions via phone will not be honored.� Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted.� INTRODUCTION The Naval Air Warfare Center � Training Systems Division (NAWC-TSD) Procurement Department (GT24000) announces its intention to procure, on behalf of Naval Air Systems Command (NAVAIR) PMA-205, the Baseline Configuration Upgrade (BCU) of eight (8) 11HXX series, United States Marine Corps (USMC) AV-8B Maintenance Trainer Devices (MTD), device numbers 11H93 � 11H100.� The BCU is a technical upgrade of MTD hardware and software to improve trainer functionality, eliminate equipment obsolescence, and utilize current trainer technology to maximize performance in the MTDs. PLACE OF PERFORMANCE All Maintenance Trainer Devices (11H93, 11H94, 11H95, 11H96, 11H97, 11H98, 11H99 and 11H100) are located at Marine Corps Air Station (MCAS) Cherry Point, North Carolina (NC). PROGRAM BACKGROUND The AV-8B MTDs are utilized to train specific aviation Military Occupation Specialties (MOS) on the maintenance and repair of AV-8B aircraft systems. The trainers use a combination of hardware and software to replicate specific functionalities associated with each MOS. Each MTD is a stand-alone device that provides simulation-based training on the introductory core skills required to maintain AV-8B aircraft components. A description of each device included in this upgrade is provided below: Device 11H93 Power Plant System: The Power Plant Trainer consists of an AV-8B cockpit and partial fuselage encompassing the engine bay and left side nozzles in the radar aircraft configuration and 408B engine model. The Power Plant Trainer is designed to train aircraft mechanics how to safely operate, test and troubleshoot the AV-8B aircraft engine, nozzles and other related Power Plan systems. Device 11H94 Avionics: The Avionics Trainer consists of an AV-8B cockpit, fuselage and tail section in the radar aircraft configuration. The Avionics Trainer is designed to train aircraft mechanics and avionics technicians how to safely operate, test and troubleshoot AV-8B radar, Identification Friend or Foe (IFF), Communication Navigation and Instrumentation (CNI), Countermeasure Dispensing System (CMDS), Radar Warning Receiver (RWR) and ancillary test equipment. Device 11H95 Night Attack /Electrical System: The Electrical Trainer consists of an AV-8B cockpit and fuselage in night-attack aircraft configuration. The Electrical Trainer is designed to train aircraft electricians and avionics technicians how to safely operate, test and troubleshoot AV-8B electrical systems, lighting systems, Heads Up Display (HUD), Auxiliary Memory Unit (AMU), Forward Looking Infrared (FLIR) system, Angle Rate Bombing System (ARBS) and related subsystems. �Device 11H96 Egress/Environmental System: The Egress and Environmental Controls Trainer consists of an AV-8B cockpit, inert ejection seat and canopy in day-attack aircraft configuration. The Egress and Environmental Control Trainer is designed to train aircraft mechanics how to safely operate, test and troubleshoot AV-8B ejection seat and related subsystems, anti-G system, Environmental Control Systems (ECS) and ancillary test equipment. Device 11H97 Fuel System: The Fuel Trainer consists of an AV-8B cockpit and one-tenth scale mockup of thirteen fuel tanks with simulated fuel in day-attack aircraft configuration. The Fuel Trainer is designed to train aircraft mechanics how to safely operate, test and troubleshoot the AV-8B fuel system including fuel transfer, fueling/defueling, in-flight refueling, fuel pressurization and venting, fuel jettison, fuel quantity and level indications and ancillary test equipment. � Device 11H98 Armament System: The Armament Trainer consists of an AV-8B cockpit, fuselage, gun pack, and left-side wing including armament pylons in radar aircraft configuration. The Armament Trainer is designed to train aircraft ordnance technicians, aircraft electricians and avionics technicians how to safely operate, test and troubleshoot the AV-8B radar system, armament systems, stores management system, stores stations controllers, electrical power and bus logic, and ancillary test equipment. Device 11H99 Flight Control System: The Flight Controls Trainer consists of an AV-8B cockpit, fuselage with complete tail and left-side wing in radar aircraft configuration. The Flight Controls Trainer is designed to train aircraft mechanics how to safely operate, test and troubleshoot the AV-8B flight control systems, Stability Augmentation and Altitude Hold System (SAAHS), On-Board Oxygen Generation System (OBOGS), rear Environmental Cooling System (ECS), flaps system, hydraulics system and ancillary test equipment. Device - 11H100 Landing Gear System: The Landing Gear Trainer consists of an AV-8B cockpit, fuselage and left-side landing gear outrigger in radar aircraft configuration. The Landing Gear Trainer is designed to train aircraft mechanics how to safely operate, test and troubleshoot the AV-8B landing gear system, brake system, steering system, hydraulics system and emergency landing gear blowdown system. REQUIREMENTS The following paragraphs detail the BCU specific systems and components by trainer: 11H93 XMTR: Replace the Wireless Infrared Transmitter (XMTR) remote with a ruggedized tablet. Alarm Annunciator Panel: Replace the infrared panel and interface it to the new ruggedized tablet. IOS Console Panel: Remove the Instructor Operator Station (IOS) Console Panel located at IOS table. Migrate the IOS Console Panel functionality into the IOS graphical user interface. Rack Mounted UPS: Replace the rack mounted UPS system with new, supportable technology. GSE Panel Refresh: Replace and update simulated Ground Support Equipment (GSE) cart hardware and software. Fuel DDI refresh: Replace the Digital Data Indicator (DDI) Driver Card with new, supportable technology. 11H94 XMTR: Replace the Wireless Infrared Transmitter (XMTR) remote with a ruggedized tablet. Alarm Annunciator Panel: Replace the infrared panel and interface it to the new ruggedized tablet. IOS Console Panel: Remove the Instructor Operator Station (IOS) Console Panel located at IOS table. Migrate the IOS Console Panel functionality into the IOS graphical user interface. Rack Mounted UPS: Replace the rack mounted UPS system with new, supportable technology. GSE Panel Refresh: Replace and update simulated Ground Support Equipment (GSE) cart hardware and software. 400 Hz Converter: Replace the 400 Hz converter with new, supportable technology. Satellite PC: Replace the rack mounted satellite PC and video card with new, supportable technology. 11H95 XMTR: Replace the Wireless Infrared Transmitter (XMTR) remote with a ruggedized tablet. Alarm Annunciator Panel: Replace the Infrared panel and interface it to the new ruggedized tablet. IOS Console Panel: Remove the Instructor Operator Station (IOS) Console Panel located at IOS table. Migrate the IOS Console Panel functionality into the IOS graphical user interface. Rack Mounted UPS: Replace the rack mounted UPS system with new, supportable technology. GSE Panel Refresh: Replace and update simulated Ground Support Equipment (GSE) cart hardware and software. 400 Hz Converter: Replace the 400 Hz converter with new, supportable technology. Satellite PC: Replace the rack mounted satellite PC and video card with new, supportable technology. EPI Driver Card: Replace the Custom Engine Performance Indicator (EPI) Driver Card with new, supportable technology. 36 VDC Power Supplies (2 units): Replace the power supplies with new, supportable technology. 11H96 XMTR: Replace the existing Wireless Infrared Transmitter (XMTR) remote with a ruggedized tablet. Alarm Annunciator Panel: Replace the Infrared panel and interface it to the new ruggedized tablet. IOS Console Panel: Remove the Instructor Operator Station (IOS) Console Panel located at IOS table. Migrate the IOS Console Panel functionality into the IOS graphical user interface. Rack Mounted UPS: Replace the rack mounted UPS system with new, supportable technology. GSE Panel Refresh: Replace and update simulated Ground Support Equipment (GSE) cart hardware and software. 400 Hz Converter: Install a rack mounted 400 Hz converter. (Note: The existing configuration of this trainer utilizes facility power from a source that is not located with the trainer.) Cabin Pressure Test Set: Replace the cabin pressure test set. 11H97 XMTR: Replace the existing Wireless Infrared Transmitter (XMTR) remote with a ruggedized tablet. � Alarm Annunciator Panel: Replace the Infrared panel and interface it to the new ruggedized tablet. IOS Console Panel: Remove the Instructor Operator Station (IOS) Console Panel located at IOS table. Migrate the IOS Console Panel functionality into the IOS graphical user interface. Rack Mounted UPS: Replace the rack mounted UPS system with new, supportable technology. GSE Panel Refresh: Replace and update simulated Ground Support Equipment (GSE) cart hardware and software. Pumps, valves and control equipment: Remove existing pumps, valves, tanks and simulated fuel (colored non-flammable fluid) and replace with a digital solution to simulate the components. Fuel DDI refresh: Replace the Digital Data Indicator (DDI) Driver Card with new, supportable technology. System Module Board: Replace the system module board with new, supportable technology. 11H98 XMTR: Replace the existing Wireless Infrared Transmitter (XMTR) remote with a ruggedized tablet. Alarm Annunciator Panel: Replace the Infrared panel and interface it to the new ruggedized tablet. IOS Console Panel: Remove existing Instructor Operator Station (IOS) Console Panel located at IOS table. Migrate the IOS Console Panel functionality into the IOS graphical user interface. Rack Mounted UPS: Replace the rack mounted UPS system with new, supportable technology. GSE Panel Refresh: Replace and update simulated Ground Support Equipment (GSE) cart hardware and software. 400 Hz Converter: Replace the 400 Hz converter with new, supportable technology. Satellite PC: Replace the rack mounted satellite PC and video card with new, supportable technology. 11H99 XMTR: Replace the existing Wireless Infrared Transmitter (XMTR) remote with a ruggedized tablet. � Alarm Annunciator Panel: Replace the Infrared panel and interface it to the new ruggedized tablet. IOS Console Panel: Remove the existing Instructor Operator Station (IOS) Console Panel located at IOS table. Migrate the IOS Console Panel functionality into the IOS graphical user interface. Rack Mounted UPS: Replace the rack mounted UPS system with new, supportable technology. GSE Panel Refresh: Replace and update simulated Ground Support Equipment (GSE) cart hardware and software. 400 Hz Converter: Replace the 400 Hz converter with new, supportable technology. 11H100 XMTR: Replace the Wireless Infrared Transmitter (XMTR) remote with a ruggedized tablet. � Alarm Annunciator Panel: Replace the Infrared panel and interface it to the new ruggedized tablet. IOS Console Panel: Remove the Instructor Operator Station (IOS) Console Panel located at IOS table. Migrate the IOS Console Panel functionality into the IOS graphical user interface. Rack Mounted UPS: Replace the rack mounted UPS system with new, supportable technology. GSE Panel Refresh: Replace and update simulated Ground Support Equipment (GSE) cart hardware and software. ANTICIPATED DELIVERY DATE The anticipated delivery date for eight (8) MTDs is 24 months after contract award, with 3-additional months allotted for the final delivery of technical data and information for a total of 27 months.� The anticipated contract award (CA) date is November 2020. ANTICIPATED CONTRACT TYPE The anticipated contract type is Firm Fix Price (FFP). ELIGIBILITY The applicable NAICS code for this requirement is 333318 (Other Commercial and Service Industry Machinery Manufacturing). The Product Service Code (PSC) is 6910. All contractors are requested to answer #1 through #7 under submission details, when responding to this notice. Any interested TSC IV small business prime contract holders must also answer #8 under submission details and provide Enclosure (1) entitled, �Attachment 2, TSC IV Request for Information (RFI).� SUBMISSION DETAILS The capability statement package shall be sent by e-mail to NAWC-TSD Contract Specialist (CS), Ms. Sara Robinson, USMC Aviation Department Procurement Group at sara.robinson@navy.mil, and copied to Mrs. Alana Nu�ez-Bennett, Procuring Contracting Officer Team Lead at alana.nunez-bennett@navy.mil with the subject line �AV-8B Maintenance trainer Device (MTD) Baseline Configuration Upgrade RFI Response�.� Submissions must be received at the office cited, no later than 3:00 p.m. Eastern Standard Time on April 15th, 2020.� It is requested that written responses be submitted as a Microsoft Word Office 2010 applications (MS Word), document, limited to seven (7) pages, single-sided, and 12-point Times New Roman font size.� Questions or comments regarding this notice may be addressed to the CS. The seven (7) page count limit does not include Enclosure (1). The capability statement package shall consist of the following: Company profile; to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status; Describe the work your company has performed in the past that demonstrates your ability to upgrade Aviation Maintenance Trainers that support a formalized training curriculum for specific Military Occupational Specialties. Please provide details. Describe the specific technical skills your company possesses that demonstrate your ability to perform a baseline configuration upgrade on hardware and software for complex Maintenance Trainers to meet the requirements listed above. If you are a small business, provide an explanation of your company�s ability to perform at least 50% of the tasks necessary to meet the government�s requirements. If you are a small business interested in being the prime contractor for this effort, please be advised that the FAR 52.219-14 Limitations on subcontracting clause has changed. Deviation 2019-O0003 is now in effect which adds the definition of �Similarly Situated Entity� and changes the 50% calculation for compliance with the clause. Small business primes may now count �first tier subcontracted� work performed by similarly situated entities as if it were performed by the prime itself. Please read the full text of the clause deviation (52.219-14 Class Deviation 2019-O0003 dated 12/3/18 at https://www.acquisition.gov/browse/index/far ). To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business interested in priming this effort and plan to utilize �similarly situated entities� to meet the Limitations on Subcontracting, please identify the name & CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned similarly situated entity should be included in answering any questions outlined in the SSN in order to assist the Government�s capability determination. The TSC IV MAC does not contain the deviated clause referenced in paragraph (a) above. Therefore, if the final acquisition strategy is to solicit as a SBSA under TSC IV, the Prime awardee must meet the 50% calculation via its own performance. If you are a large business, please provide the percentage of work you believe could be reasonably subcontracted to small business, should this effort not be set-aside. Provide a detailed description of no more than two (2) previous relevant experience(s) within the last five (5) years from the date of this notice that demonstrates your firm�s ability to effectively and successfully perform this effort. Provide the following information for each example of relevant experience provided: Name of Effort Name of Prime Contractor if you were not the Prime Name of Contracting Activity Contracting Office name and telephone number Contract Number Total Contract Value Total dollar value under the contract for which your firm was responsible to perform Period of Performance Provide a statement regarding your company�s ability to meet Government requirements by the desired delivery date and include any feedback with respect to whether this delivery date requirement is achievable based on the information provided herein. For respondents that are awardees under the Training Services Contract (TSC) IV Multiple Award Contract (MAC), a completed copy of Enclosure (1) (small business prime contract holders ONLY).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ee7d4fea777a40e685fabcb1963c5381/view)
 
Place of Performance
Address: Cherry Point, NC, USA
Country: USA
 
Record
SN05601147-F 20200328/200326230143 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.