|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 22,1997 PSA#1829Naval Air Warfare Center TSD, Code 27, 12350 Research Parkway, Orlando
FL 32826-3275 69 -- DEVICE 9D5 MULTI-PLACE UNDERWATER EGREE TRAINER BLOCK UPGRADE OF
SEVEN TRAINING DEVICES DUE 050997 POC Mary Lu Valentine, 407-380-4155.
Contracting Officer, Ron Dillon, 407-380-8385 Information is sought
on: (1) sources capable of satisfying NAWCTSD's requirement for Device
9D5 Multi-place underwater egress trainer upgrade of seven training
devices located at NAS Lemoore, CA ((9D5B,, NAS Norfolk, VA/(9D5A), NAS
Miramar, CA/(9D5A), El Toro, CA/(9D5B), Cherry Point, NC/(9D5A),
Jacksonville, FL/(9D5A), and Pensacola, FL/(9D5A) and (2) if commercial
items or nondevelopmental items are available that meet NAWCTSD's needs
or could be modified to meet NAWCTSD's needs. No solicitation is
available at this time. Device Description: The 9D5 Multi Place
Underwater Egress Trainers provide underwater escape training by
employing an electro-mechanically driven submersible fiberglass shell
as a simulated aircraft frame. Each of seven fiberglass shells (one per
device) currently contain seats for pilot, copilot, and four to six
crewmembers. The devices are submersed frequently in a chlorinated pool
environment. Deliverables/Service with Description: The delivery of
simulated Crashworthy (stroking) seats for the front seats (cockpit) of
Device 9D5 is to include an initial mockup/prototype seat which is to
be tested in a trainer and modified as required as a result of the
testing. The fabrication and delivery effort shall include production
of kits for all trainers (five trainers denoted as 9D5A devices and two
trainers denoted as 9D5B devices, as described above) and may
incorporate the mockup/prototype. Modification of the front two seats
in the rear section of the 9D5A trainers is required to allow quick
repositioning using the existing design of the 9D5B trainers. The
fabrication shall include production of kits for all five Device 9D5A
trainers and the design/fabrication of an improved student entry
platform to prevent interference with the fuselage during lifting and
the fabrication (using existing design) of two seat pedestal supports.
Includes fabrication of a Helicopter Emergency Egress Lighting System
(HEELS) type of lighting system for the main exit of each 9D5 device.
Also the fabrication and installation of simulated window release
mechanisms/handles to generically represent those on the P-3, E-2,
C-130, T-39, H-53, H-46, and H-60. The two (2) Crashworthy Seats to be
installed in the front (cockpit) area of the fuselage shall
incorporate the following features: capability of stroking, changing
position, a maximum of 12" and a minimum of 10"; capability of being
locked in the full up position and in the bottom, lowered, position;
and the ability to be initiated automatically yet capable of being
disabled by the instructor. Provisions shall be made to: prevent the
students feet from being placed beneath the seat prior to stroking;
lock the seat in the lowered position after stroking; allow the divers
to release the seat during the exercise should an emergency occur;
allow the seat to be returned to its original position and locked in
place in less than two minutes; ensure a safe decent; allow attachment
of the Single Point Restraint System, Pacific Scientific P.N. 1111136
which will be provided by NAWCTSD; and ensure that the components used
shall be reliable for purposes of trainee underwater escape over
numerous training cycles (up to 80 cycles per week) in a chlorinated
pool environment. All hardware shall be non-ferrous or plated to
prevent corrosion. The design shall incorporate physical elements of
the existing design where practical. NAWCTSD is seeking those sources
which have the experience and required capabilities to qualify them for
a possible award. Those firms possessing such experience and
capabilities are requested to submit the following information in
original and one copy to the Contracting Officer at the address
indicated above not later than 09 May 1997. No facsimile or electronic
mail copies of information please. In addition to the information
required by CDB Note 25, organizations are requested to submit complete
documentation discussing the following. (1) All respondents must state
whether their company is a large, small, small disadvantaged, or woman
owned business. The applicable SIC is 3699. The maximum number of
employees for a company to be considered small is 750. If the company
is a small, small and disadvantaged or certified 8(a), or woman owned
business, respondents must indicate their intent to pursue this
requirement as either a prime contractor or a subcontractor. . (2) All
respondents must identify if their firm can provide commercial or
nondevelopmental items that meet NAWCTSD's needs or if they could
provide commercial or nondevelopmental items which could be modified to
meet NAWCTSD's needs. If you can provide a commercial product capable
of meeting this requirement, also submit applicable commercial contract
terms and conditions, including financial terms and procedures. Cost or
pricing data is NOT required nor desired with this submission.
Information received will be considered for the purpose of whether to
procure these supplies under commercial acquisition procedures. The
information provided should pertain to this synopsis only. Any
information received as a result of this notice will NOT be provided to
other contractors. Organizations judged to have the required competence
will be issued a copy of the resulting request for proposal. Address
correspondence to Ms. Mary Lu Valentine. The Government will NOT pay
for any information received in response to this announcement nor will
the Government compensate any respondent for any costs incurred in the
development of information provided to the Government. (0108) Loren Data Corp. http://www.ld.com (SYN# 0285 19970422\69-0001.SOL)
69 - Training Aids and Devices Index Page
|
|