MODIFICATION
H -- Simulator Consolidation Phase III
- Notice Date
- 8/31/2020 1:03:16 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- ME ARLINGTON VA 20598 USA
- ZIP Code
- 20598
- Solicitation Number
- 70T05020Q7NOTD342
- Response Due
- 9/9/2020 12:00:00 PM
- Archive Date
- 09/24/2020
- Point of Contact
- Delisa Y Corbett, Phone: 5712274025
- E-Mail Address
-
delisa.corbett@tsa.dhs.gov
(delisa.corbett@tsa.dhs.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- �(i) This acquisition is being conducted as a simplified acquisition pursuant to the authority of Federal Acquisition Regulation (FAR) Subpart 13.5. (ii) In accordance with FAR 4.1102, quoters are required to be registered in SAM at the time a quotation is submitted. (iii) The solicitation number is 70T05020Q7NOTD342 The solicitation is issued as a request for quotation (RFQ). (iv) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-08. (v) The associated NAICS code is 336413 with a small business size standard of $1,250 employees (vi) Description of requirements for the items to be acquired: Dismantle, transport and re-install Aircraft Cabin Training Simulators (ACTS). See attached Statement of Work for specific. (vii) Delivery, acceptance, and FOB point is at the TSA Training Center in Atlantic City, NJ. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial (JUN 2020) applies to this acquisition. There are no addenda to the provision. (ix) Contact Delisa Corbett for information regarding the solicitation. All quotes must be submitted via email to Ms. Delisa Corbett at Delisa.Corbett@tsa.dhs.gov no later than September 9, 2020 at 3:00 pm Eastern Standard Time. SECTION B �SERVICES AND PRICES The contractor shall provide relocating and redesigning the existing Aircraft Cabin Training Simulators (ACTS) to accommodate a new Aircraft Cabin Training Simulator (ACTS) configuration. Work to include all parts, labor and material for a turn-key installation. The contractor shall complete the pricing table based on anticipated invoice milestones. CLIN ITEM DESCRIPTION UNIT QUANTITY TOTAL 00001 Design, manufacture, and install new ACTS Platform- Phase III JB 1 00002 Remove and transport Platform V ACTS from TSA Field Office located in Miami, Florida JB 1 00003 Remove and transport Platform V ACTS from TSA Field Offices located in� Houston Texas JB 1 00004 Installation of CCTV system- Phase III JB 1 00005 Installation of Rubber Flooring- Phase III JB 1 Optional CLIN 00006 Remove and transport Platform V ACTS from TSA Field Offices located in� Las Vegas Nevada- Phase IV JB 1 Optional CLIN 00007 Design, manufacture, and install new ACTS Platform- Phase IV JB 1 Optional CLIN 00008 Installation of CCTV SYSTEM- Phase IV JB 1 Optional CLIN 00009 Installation of Rubber Flooring- Phase IV JB 1 Total SECTION C- STATEMENT OF WORK AIRCRAFT CABIN TRAINING SIMULATOR RELOCATION PHASE III PART 1 � SCOPE OF WORK: GENERAL: The work to be performed under this contract and in accordance with this Statement of Work shall consist of redesigning, relocating, and modifying the existing Aircraft Cabin Training Simulators (ACTS) to accommodate a new Aircraft Cabin Training Simulator (ACTS) configuration. Work to include all parts, labor and material for a turn-key installation. ATTACHMENTS: Concept Plans HOURS OF WORK: All work shall be completed during normal working hours. Normal working hours are defined as Monday through Friday, 8:00 A.M. to 5:30 P.M., except Federal Holidays. Before starting the project, the Contractor shall submit an installation schedule for the Contracting Officer�s Representative (COR) for approval. Prior to, or during, the project the COR reserves the right to adjust the installation schedule for the convenience of the government. �� LOCATION: Services shall be rendered at the Transportation Security Administration Training Center, located on the William J. Hughes FAA Technical Center complex, Building 360. SUPPLIES: Supplies can be stored prior to installation in the immediate area around the project site, location set by COTR. QUALITY ASSURANCE: Installer Qualifications: At least 5 years� successful experience in commercial aircraft simulator installations similar in size and type to the requirements of the project. WORK MANAGEMENT PLAN: The Contractor shall submit a Work Management Plan, prior to beginning any work, for approval. Plan to detail how the Contractor intends to perform the work required in the contract, including but not limited to area protection, area security, safety and application schedule. WORK AREA ACCESS: Government escorts are required while within the confines of the William J. Hughes Technical Center and all other TSA offices. Each morning of scheduled work, a government representative will meet you at the main entrance, or in the case of work performed at the TSATC, in the parking lot of the WJHTC Security Operations Center. Temporary badges and vehicle passes will be provided i/a/w local security regulations and the Contractor and his\her vehicles will be escorted to the work site as required. SAFETY: All Contractor operations shall be conducted and performed in accordance with Department of Labor, OSHA requirements found in 29 CFR 1910 (1910.146 and 1910.147) and 29 CFR 1926. The Contractor shall ensure that all work is performed in accordance with project identified national standards, instructions, pamphlets, and handbooks, and with the edition in effect on the date of this solicitation of the US Armory Corps of Engineers (USACE) Safety Manual 385-1-1. Contractor to utilize all safety barricades, cones, caution tape, etc. Job sites are subject to inspections by the Department of Labor, FAMS Inspector and the Federal Aviation Administration. In the event of conflicts between the OSHA standards and these requirements, the most stringent shall apply. Resolution of Department of Labor citations for violations of OSHA standards is a Contractor responsibility and shall provide for no basis of a claim against the Government. All installations shall meet the requirements of the International Building Code (IBC), as a minimum. GOVERNMENT PROPERTY: The Contractor shall use reasonable care to avoid damaging existing buildings, equipment, and vegetation on the Government installation. If the Contractor fails to use reasonable care and causes damage to any of the property, the Contractor shall replace or repair the damage at no expense to the Government. If the Contractor fails or refuses to make such repair or replacement, the Contractor shall be liable for the cost, which may be deducted from the contract price. SITE MAINTENANCE & CLEANUP: Work area shall be maintained in a neat, clean, and safe condition and shall, at a minimum, be cleaned at the end of each shift. All areas in or adjacent to the site shall remain free of project generated trash and debris at all times. Disposal shall be outside the limits of Government property. Disposal shall be by sanitary landfill or other approved methods and shall conform to all local, state, and federal guidelines, criteria, and regulations. Upon completion of the work, the Contractor shall leave the work site in a clean, neat condition satisfactory to the COR. Contractor to provide own dumpsters. Coordinate delivery with COR. The contractor shall install and maintain a time lapse surveillance camera capable recording high resolution (10mp or better) images every 15 minutes from 0600 � 1800 Monday through Friday to record the modifications and construction of the simulators. The camera, media, and the footage recorded shall remain in place and become Government property at the conclusion of the project. WARRANTY: The Contractor shall identify all items being installed that are guaranteed or under warranty for more than a one-year period, and provide validated copies of the manufacturer�s warranty. All warranty information shall be filed by the Contractor in the Government�s name. All warranties shall be identified by product with a listing of the name and address of the company and the expiration date of the guarantee or warranty. DELIVERY, STORAGE & PARKING: All equipment and material delivered and stored shall be protected from the weather, humidity and temperature variation, dirt, dust, and any other contaminants. The Contractor may store equipment and material only in areas designated by the Contracting Officer�s Representative. All project storage areas shall be kept free of debris and kept in a neat, clean, and safe condition. Contractor shall not be required to provide their own portable toilets and shall be allowed to use Government lavatory facilities, if desired. SUBMITTALS: The Contractor shall provide submittals in the form of concept layout sketches, a work management plan describing the sequence of operations, a project schedule for major milestones, and a safety management statement to be provided with proposal. No proposals will be technically evaluated without the required submittals. Concept Layout Sketches � concept sketches shall show the interior seating configuration of all new ACTS contemplated under this contract, as well as exterior views of the ACTS (isometric and elevations). Sufficient drawings and views within the drawings will be provided to give the Government a clear understanding of what the finished product shall look like, inclusive of cabin configuration, modifications surrounding the ACTS and any branding changes. Work Management Plan � A work management plan shall describe in sufficient detail the flow of work including the number of personnel working, their location and any activities or responsibilities the Government has which are necessary for the Contractor to perform the associated tasks under this contract. Sample Project Schedule � A sample project schedule shall be included that illustrates major milestones and ties them to the �Notice to Proceed� (NTP) date as given by the Contracting Officer (CO). The dates given can be relative to the NTP date or the Contractor may select an arbitrary date in the future and build a schedule on that date. For example, the Contractor may produce a schedule illustrating that a kickoff meeting shall be held 5 days� post NTP, or it may illustrate that the NTP was given on an arbitrary date like 1/1/2020 and that a kickoff meeting shall be held on 1/5/2020. The sample project schedule is a rough order of magnitude for the timing of major deliverables and their relationship to the NTP and any schedule is arbitrary until a contract is awarded, therefore the Contractor is not expected to spend excess time deconflicting arbitrary schedule dates that fall on weekends or holidays for this deliverable. Safety Management Statement � a general acknowledgement of the requirement to work safely and follow the safety guidelines referenced in the documents mentioned herein along with acknowledgement of the Contractor�s responsibility to make all of their employees and subcontractors aware of the safety guidelines referenced herein and instruct all personnel working on this contract that safety is paramount and everyone�s responsibility. PART 2. - DELIVERABLES The Contractor shall not be permitted to perform any work on site without approved submittals. In addition to the submittals above, once a contract has been awarded and a period of performance has been agreed upon, the Contractor shall produce the following deliverables: Project Schedule � The sample project schedule generated in the aforementioned section shall be modified to include any additional information requested by the Government or information that the Contractor thinks has value and the schedule shall be modified to include the period of performance dates as agreed upon during contract negotiations with the Contract Officer. The Contractor and the Government shall use this schedule to take a multitude of actions related to this contract and not related to this contract, so accuracy of the schedule is important. Therefore, care should be taken to ensure the schedule is as accurate as possible and to incorporate holidays, weekends, labor burdens from other contracts when constructing the schedule. The Contractor shall submit the updated project schedule as a deliverable to the CO and the COTR electronically by email in PDF format no later than 10 business days after the NTP is given. VERIFICATION OF DIMENSIONS & CONDITIONS: It is the Contractor�s responsibility to visit all premises where work is being performed to become thoroughly familiar with the details of the work and the working conditions. The Contractor shall field verify all dimensions and quantities and advise the COR of any discrepancies within 20 workings days after the NTP is given. CONTRACTOR PROVIDED MATERIALS: The Contractor shall provide all equipment, materials and labor necessary to complete a turn-key installation. PART 3. - EXECUTION GENERAL: All work shall be provided as stated in this STATEMENT OF WORK, and as shown on project documents, in accordance with manufacturer�s recommendation, unless otherwise specified. All dimensions and quantities shown are for information only, as previously mentioned, the Contractor shall field verify all dimensions, quantities and site conditions. This project entails the modification to the existing Aircraft Cabin Training Simulator (ACTS) in Building 360 and the relocation and modification of other ACTS throughout the Country. All work shall be prepared and installed according to manufacturer�s recommendations and in accordance with industry best practices and all safety guidelines. Definitions: TSATC - Transportation Security Administration Training Center located on the Federal Aviation Administration�s William J. Hughes Technical Center in Egg Harbor Township, New Jersey. The TSATC is comprised of 13 buildings, however only the Multipurpose Training Building, commonly known as Building 360, has Aircraft Cabin Training Simulators (ACTS) in it. Building 360 � this is the Building number assigned by the FAA to the Transportation Security Administration Training Center (TSATC) Multipurpose Training Building, which houses all of the aircraft simulators. This is also the common name of the building amongst staff and Contractors. The building is a clear-span-purlin-type pre-engineered 30,000sqft building, approximately half of which is completely open. This open area referred is commonly referred to as the �High Bay Area� which houses all of the Aircraft Cabin Training simulators. High Bay Area � Common name for a 15,000sqft room within Building 360 which houses all of the Aircraft Cabin Training Simulators (ACTS). ACTS � Aircraft Cabin Training Simulator, general term for aircraft simulator Platform I � an ACTS that simulates a 767 aircraft with the addition of a staircase mid-ship that leads to an upper deck. Although the staircase and upper deck was not typical on real 767 aircraft, this ACTS design allowed TSA to simulate both 767 and 747 configurations within the same footprint. The design of Platform I used substantial structure steel members to support the Platform II ACTS above it. This ACTS is approximately 99ft in length. Platform II � an ACTS that simulates a 747 upper deck. The Platform II was originally installed on top of the Platform I to form a single ACTS that could be used as a 747 trainer, a 767 trainer, or both simultaneously. This ACTS is approximately 70ft in length. Platform V - an ACTS that simulates a 767 aircraft cabin only. There is no flight deck in this simulator. This ACTS did not have the robust features that other ACTS at the TSATC have and was designed and constructed for field use throughout the country. There are roughly 14 Platform V ACTS in use throughout the country and all were designed and built similarly. This ACTS is approximately 51ft in length. ACY � is the airport identifier for the Atlantic City International Airport. The TSATC is located adjacent to the Atlantic City International Airport and therefor the term ACY is sometimes used to describe the TSATC as other TSA locations are often described by the airport identifier they are located closest to. Instructor Operating Station (IOS) � This is the console where the simulators are controlled from. Each IOS contains a touchscreen device where the functions of the simulator can be operated, as well as control buttons, a master key-switch and a DVR. DVR � Digital Video Recorder, a device that records video from camera inputs and saves the video to a hard drive in a format that can be searched by time, date, or motion and exported in standardized video formats if necessary. CO- Contracting Officer. An individual warranted and authorized by the head of a Federal agency to enter into a contract with an entity. COR - Contracting Officer�s Representative. Ensure that Contractors meet the commitment of their contracts. They ensure proper development of requirements and assist Contracting Officers in managing their contracts Execution of Work: Phase III The Contractor shall be responsible for all labor, material and equipment necessary to relocate two (2) existing Boeing 767 Cabin Trainers (Platform V) located at separate Transportation Security Administration Field Offices to the Transportation Security Administration Training Center (TASTC) and reassemble these ACTS as one continuous unit underneath an existing mezzanine.� The two Transportation Security Administration Field Offices where the Platform V ACTS shall be harvested from are Houston, TX and Las Vegas, NV. This work shall include, amongst others; The Contractor shall remove two (2) Platform V ACTS from TSA Field Offices located in Houston, TX and Miami, Florida and transport them back to the TSATC at the Atlantic City International Airport. (CLIN 00002 AND CLIN 00003 Prior to the commencement of the decommissioning of any ACTS, the Contractor shall document the pre-work condition of the ACTS. The Contractor shall utilize the existing maintenance checklist to confirm the operation of all major components and systems and document any issues with components and forward that list to the COTR for action no later than 5 business days after inspection. In addition to completing the maintenance checklist, the Contractor shall take high quality digital pictures (10mb or better) of the ACTS using care to document every visible exterior side of the ACTS, the interior of the ACTS as viewed from every corner of every passenger class cabin, the interior of every lavatory, the interior of the electrical cabinet and the Instructor Operating Station (IOS). The Contractor shall also document by picture any item that is noted on the maintenance checklist as an issue of concern and also any visible blemishes or other areas of damage or concern within the ACTS. The purpose of the documentation shall be to protect the Government and the Contractor�s interests. Any damage not documented by BOTH the maintenance inspections sheet AND by picture prior to ACTS disassembly and transport shall be assumed to have been caused by the Contractors willful actions or negligence and be repaired or replaced at the government�s discretion. No restorative services are required in the area where the current ACTS are installed. For instance, when the ACTS is removed by the Contractor if there is a wall that is not painted behind the ACTS or the ceiling grid stops where the ACTS was installed, the Contractor is not required to finish the space. However, any areas willfully or unintentionally damaged by the Contractor must be restored by the Contractor at no additional expense to the Government. The Contractor is required to clean the space where the ACTS was installed to broom- swept condition. For the purposes of this contract, broom swept condition shall be defined as: Removal of all material, tool, equipment, debris, trash, supplies, etc. Broom or Vacuum the floors Wipe down all surfaces which may have gotten dusty or dirty in the work area Clean any sinks, tubs & toilets used to dispose of material or clean tools Dispose of all trash and personal property not contractually stipulated to be left behind or expressly allowed by the COTR Repair any move-out damage (marks, scratches or holes) on the walls, floors, doors, and ceilings The Contractor is responsible for all labor and equipment to remove the ACTS from the Field Office inclusive of any specialty labor and equipment such as cranes, forklifts, window removal and reinstallation, etc. The Contractor is responsible to crate, pack, and protect all materials disassembled for shipping via the Contractor�s shipping method. The Contractor shall transport the Platform V ACTS to the TSATC. There are no forklifts available for use at any TSA facility. The Contractor shall provide all load handling equipment. The Contractor shall be responsible for any damages, including loss, during transportation and shall repair or replace at the COTR�s discretion any components that are necessary to complete the installation in a turn-key manner. The Contractor shall take the necessary step to ensure that all materials and components are stored safely, securely and in weather-tight containers until needed. There is only so much storage space inside Building 360 for this project and the management of that space and the usage of temporary exterior storage or trailer leasing is the responsibility of the Contractor. The Contractor shall design and install a new aircraft simulator layout using the largest amount of components possible from the two (2) Platform V ACTS that were removed from the field offices. The new configuration shall be referred to as a �Platform X� (CLIN 00001) The new configuration shall utilize the two 51ft simulators to make a single new 100ft long simulator. The Contractor shall eliminate door sections and galley furniture from the new ACTS as necessary to replicate an actual aircraft configuration as closely as possible. Any surplus material shall be shown to the COTR and the Contractor must obtain COTR approval prior to disposal. The Contractor shall ensure that the systems present in the Platform V simulators work seamlessly in the new Platform VII. All smoke machines, lighting, doors, flight attendant stations, speakers, etc shall operate as one system in the new configuration from one Instructor Operating Station (IOS). The new design shall include two passenger classes or cabins, a coach cabin and a business class cabin. The Business class cabin shall be the same size as the Business class cabin in the current Platform V ACTS utilizing the same seats from the existing Platform V ACTS in the same pitch as they are currently installed. The remaining space shall be dedicated to the coach cabin, utilizing as many of the existing coach seats as necessary to fill in the remaining space while maintaining the current seat pitch in Platform V ACTS. The Contractor is required to complete a turn-key installation in the configuration desired. If the contractor requires more business class or economy class seats that what was harvested form the two Platform V simulators removed from the Field Offices, additional seats may be obtained from the Transportation Security Administration Field Office in Boston, MA. The Contractor shall include in their price the cost for all labor, material, and transportation fees required to relocate the seats to the TSATC, including but not limited to, the seats, crating, and package additional seats along with the transportation costs are the sole cost of the Contractor. The Contractor shall upgrade all lighting throughout ALL ACTS Platforms to LED lighting. The Contractor shall replace the Closed Circuit Television (CCTV) System and the Digital Video Recorder (DVR) to a high definition unit utilizing Power Over Ethernet (POE) RJ45 cameras and a recorder capable of recording in real-time on all cameras for 30 days continuously without running out of hard drive space or recording over previously recorded video. (CLIN 00004) The Contractor shall install new rolled rubber flooring throughout the new Platform VX2 Trainer to match the old product. The color shall be flat solid black in color and have no speckles or color flakes in the rubber floor. (CLIN 00005) The contractor shall procure and install sea box shipping container(s) and install them exterior to the building and place all excess material in them until a future requirement. Coordinate the location of the sea box with the COR. The Contractor shall ensure that the building fire suppression system is modified in accordance with all codes so that the resulting structures (ACTS, jet bridges, mezzanines) are adequately protected by the existing wet pipe sprinkler system. The Contractor shall coordinate all work on the sprinkler system with the COTR and provide at least 10 working day notice of an intent to modify, drain, or test the wet pipe sprinkler system. The Contractor is required to obtain a burn permit for all welding or hot work operations engaged under this, or any other section. Burn permits can be obtained from the COTR by notifying the COTR of the need no less than 3 days in advance of their need. The Contractor shall have to modify the existing electrical system to accommodate the new load added under this section of the Statement of Work. Electrical work can only be performed by a licensed electrician. Prior to the execution of any electrical work, the Government requires a submittal illustrating what changes shall be made along with the load calculations of the new equipment. It is noted that some of the work contemplated specifically in this section shall require use of a Mobile Elevated Work Platforms (MEWPs). The Contractor shall ensure that MEWPs are used properly by trained professionals and the Contractor shall ensure the proper usage of the associated fall protection items by all employees in accordance with OSHA and ANSI. Phase IV As an optional CLIN the Government may execute the following Phase IV upon the availability of funding. The Contractor shall be responsible for all labor, material and equipment necessary to relocate one (1) existing Boeing 767 Cabin Trainers (Platform V) located at the Transportation Security Administration Field Office in Las Vegas, Nevada to the Transportation Security Administration Training Center (TASTC) and reassemble this ACTS, and one previously transferred to the TSATC as one continuous unit underneath an existing mezzanine. This work shall include, amongst others; The Contractor shall remove a Platform V ACTS from TSA Field Offices located in Las Vegas, Nevada and transport it back to the TSATC at the Atlantic City International Airport. CLIN 00006 Prior to the commencement of the decommissioning of any ACTS, the Contractor shall document the pre-work condition of the ACTS. The Contractor shall utilize the existing maintenance checklist to confirm the operation of all major components and systems and document any issues with components and forward that list to the COTR for action no later than 5 business days after inspection. In addition to completing the maintenance checklist, the Contractor shall take high quality digital pictures (10mb or better) of the ACTS using care to document every visible exterior side of the ACTS, the interior of the ACTS as viewed from every corner of every passenger class cabin, the interior of every lavatory, the interior of the electrical cabinet and the Instructor Operating Station (IOS). The Contractor shall also document by picture any item that is noted on the maintenance checklist as an issue of concern and also any visible blemishes or other areas of damage or concern within the ACTS. The purpose of the documentation shall be to protect the Government and the Contractor�s interests. Any damage not documented by BOTH the maintenance inspections sheet AND by picture prior to ACTS disassembly and transport shall be assumed to have been caused by the Contractors willful actions or negligence and be repaired or replaced at the government�s discretion. No restorative services are required in the area where the current ACTS are installed. For instance, when the ACTS is removed by the Contractor if there is a wall that is not painted behind the ACTS or the ceiling grid stops where the ACTS was installed, the Contractor is not required to finish the space. However, any areas willfully or unintentionally damaged by the Contractor must be restored by the Contractor at no additional expense to the Government. The Contractor is required to clean the space where the ACTS was installed to broom- swept condition. For the purposes of this contract, broom swept condition shall be defined as: Removal of all material, tool, equipment, debris, trash, supplies, etc. Broom or Vacuum the floors Wipe down all surfaces which may have gotten dusty or dirty in the work area Clean any sinks, tubs & toilets used to dispose of material or clean tools Dispose of all trash and personal property not contractually stipulated to be left behind or expressly allowed by the COTR Repair any move-out damage (marks, scratches or holes) on the walls, floors, doors, and ceilings The Contractor is responsible for all labor and equipment to remove the ACTS from the Field Office inclusive of any specialty labor and equipment such as cranes, forklifts, window removal and reinstallation, etc. The Contractor is responsible to crate, pack, and protect all materials disassembled for shipping via the Contractor�s shipping method. The Contractor shall transport the Platform V ACTS to the TSATC. There are no forklifts available for use at any TSA facility. The Contractor shall provide all load handling equipment. The Contractor shall be responsible for any damages, including loss, during transportation and shall repair or replace at the COTR�s discretion any components that are necessary to complete the installation in a turn-key manner. The Contractor shall take the necessary step to ensure that all materials and components are stored safely, securely and in weather-tight containers until needed. There is only so much storage space inside Building 360 for this project and the management of that space and the usage of temporary exterior storage or trailer leasing is the responsibility of the Contractor. The Contractor shall design and installa new aircraft simulator layout using the largest amount of components possible from the two (2) Platform V ACTS that were removed from the field offices. The new configuration shall be referred to as a �Platform X� (CLIN 00007) The new configuration shall utilize the two 51ft simulators to make a single new 100ft long simulator. The Contractor shall eliminate door sections and galley furniture from the new ACTS as necessary to replicate an actual aircraft configuration as closely as possible. Any surplus material shall be shown to the COTR and the Contractor must obtain COTR approval prior to disposal. The Contractor shall ensure that the systems present in the Platform V simulators work seamlessly in the new Platform VII. All smoke machines, lighting, doors, flight attendant stations, speakers, etc shall operate as one system in the new configuration from one Instructor Operating Station (IOS). The new design shall include two passenger classes or cabins, a coach cabin and a business class cabin. The Business class cabin shall be the same size as the Business class cabin in the current Platform V ACTS utilizing the same seats from the existing Platform V ACTS in the same pitch as they are currently installed. The remaining space shall be dedicated to the coach cabin, utilizing as many of the existing coach seats as necessary to fill in the remaining space while maintaining the current seat pitch in Platform V ACTS. The Contractor is required to complete a turn-key installation in the configuration desired. If the contractor requires more business class or economy class seats that what was harvested form the two Platform V simulators removed from the Field Offices, additional seats may be obtained from the Transportation Security Administration Field Office in Boston, MA. The Contractor shall include in their price the cost for all labor, material, and transportation fees required to relocate the seats to the TSATC, including but not limited to, the seats, crating, and package additio...
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/5e72beb5561243a7b05fc67a58bcc3e6/view)
- Record
- SN05779811-F 20200902/200831230145 (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 |