Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 22,1997 PSA#1829

Naval 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