Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 22,1997 PSA#1935

Naval Air Warfare Center TSD, Code 27, 12350 Research Parkway, Orlando FL 32826-3275

69 -- E2C WEAPON SYSTEM TRAINER POC Derrick Jones, 407-380-8487. Contracting Officer: Ronald Dillon, 407-380-8385 NAWCTSD is projecting a contract award in FY99 to meet a requirement for an E-2C Weapon System Trainer (WST) currently designated the E-2C Hawkeye 2000 WST. The Navy is projecting a ready for training date in FY-02 for the E-2C Hawkeye 2000 WST, delivered on site at NAS Norfolk in the current E-2C training facilities. In anticipation of this acquisition, the Navy is requesting background, budgetary, and technical approach information from the contractor community. Specifically, we are asking interested contractors to submit a Rough Order of Magnitude (ROM) cost estimate and summary technical approach(es) to meet this government requirement. Contractor input will be utilized in developing the acquisition approach, technical requirements and budget for the Hawkeye 2000 acquisition. To assist contractors in developing their submissions, the following documents have been placed on the NAWCTSD website at www.ntsc.navy.mil' under What's New' and then click on Requests for Proposals/IFBs'. On the Request for Proposals/IFB page, select the E-2C Hawkeye 2000 Weapon System Trainer page from where the following documents may be downloaded from a self extracting zip file (RFI.EXE): Statement of Objectives (SOO), Functional Description (Appendix A of the SOO), Learning Objectives (Appendix B of the SOO), and site visit information paper. In anticipation of clarification questions, trainer background investigations, and knowledge of the current software documentation, the Government will hold a presubmission site visit at the Fleet Replacement Squadron (FRS) in Norfolk, VA. The details for the presubmission site visit are available in the site visit information paper provided with the SOO on the NAWCTSD website. The site visit will include a tour of the current training device, examination of the existing trainer software documentation, an overall briefing on the Hawkeye 2000 upgrades, and a tour of a Group II E-2C Aircraft. Contractors are requested to submit written questions by 15 October 1997 to the Contracting Officer so that answers may be provided at the briefing. Questions asked during the site visit will be answered at the site if possible. Questions submitted after the site visit will be answered at the discretion of the Government. All questions submitted in writing to the Contracting Officer will be posted on the NAWCTSD website with answers. The format for the responses to this request for information shall be in accordance with the following: 1. Contractors are encouraged to develop and submit economical and innovative technical approaches that meet the Government requirements specified in the SOO with a development and delivery schedule of 36 months. Technical approaches that differ from the basic approach utilized on the Device 15F8C, E2C Group II WST from either hardware or software aspects are encouraged. Each technical approach submission shall be limited to twenty pages and address a high level design concept with specific computer hardware and software that will meet the functional description and learning objectives provided with the SOO. Multiple submissions based upon different technical approaches are encouraged. Major assumptions such as required Government furnished equipment should be detailed. 2. The ROM cost shall be no longer than one page and broken into seven individual cost elements. The elements shall be: 1) E-2C Hawkeye 2000 WST, 2) a second E-2C Hawkeye 2000 WST (option), 3) technical data and maintenance documentation, 4) an integrated product team process to monitor contract performance including technical conferences and reviews, 5) an accompanying spare parts kit including COTS spares, 6) contractor logistic support (12 months), and 7) instructor operator training. 3. In addition to the technical approaches and budgetary information, organizations are requested to submit documentation discussing the following information: A. 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 or subcontractor. FAR 52.219-9, Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan will be a requirement of any resultant award to a large business. B. All respondents must state program experience in the design, development, and delivery of tactical simulators that have functional similarities to the E-2C Hawkeye 2000 WST SOO and the attached appendices. C. The Government foresees potential teaming arrangements within industry to meet the program objectives and training requirements and request submission of any identified teaming arrangements. Responses shall be submitted by 1 December 1997. This is not a request for proposal. The Government does not intend to award a contract on the basis of this announcement. The Government will not pay for any information received in response to this announcement nor for any costs incurred in the development of a response. Any information received will not be provided to other Contractors. The acquisition approach decision for this requirement is solely the discretion of the Government. All question and submissions should be sent to the Contracting Officer. The point of contact for the Contracting Officer is Derrick Jones at (407) 380-8487, Fax: (407) 380-4164, E-mail: derrick_jones@ntsc.navy.mil, Address: Commanding Officer, 13250 Research Parkway, Orlando, FL 32826-3275, ATTN Mr. Derrick Jones-Code 27113 (0261)

Loren Data Corp. http://www.ld.com (SYN# 0259 19970922\69-0003.SOL)


69 - Training Aids and Devices Index Page