Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 29,1998 PSA#2147

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

69 -- TRAINING AIDS AND DEVICES -- MARINE CORPS AVIATION TRAINING SYSTEMS SOL N61339-98-R-0029 DUE 082098 POC Contract Specialist, Tim Cichon, 407/380-4083, Contracting Officer, Anthony L. Cibos, 407/380-8172 The purpose of this sources sought synopsis is to identify interested and qualified sources for the procurement of simulator devices that will include the following USMC Aviation Assets: KC-130, AV-8B, EA-6B, AH-1W, ATC, UH-1N, CH-46, CH-53, and F/A-18. This announcement does not constitute a request for proposals. Naval Air Warfare Center Training Systems Division (NAWCTSD) is considering procuring approximately 24 training devices, of which, approximately 10 are considered to be original pattern devices. The anticipated contract will be an Indefinite Delivery Indefinite Quantity Contract. This procurement will utilize a Statement of Objectives (SOO) which will outline the Government's requirements. The contractor will be responsible for generating the Statement of Work, Specification and the necessary Contract Data Requirements List. The original pattern unit (i.e., first unit for each device type) for each device will be designed and constructed by a fully collocated Integrated Product Team (IPT), consisting of the successful offeror and various Government agencies and their representatives. This IPT will be located at the Naval Air Warfare Center, Aircraft Division's Manned Flight Simulator Laboratory, Patuxent River, Maryland. The successful Contractor will be responsible for the construction, testing, shipping, and installation of any follow-on devices. The pattern unit simulators will be designed utilizing spiral development. The devices shall simulate the design basis aircraft in accordance with the priorities established in the SOO. The contractor will be expected to maximize commonality across all trainer platforms. The training devices shall be of an open, non-proprietary nature. Commercial and Non-Developmental Items shall be used to the maximum extent practicable. The simulators will be self contained and readily deployable in standard containers. The devices will interface in a common environment with other aircraft simulators and support training in the full mission spectrum, from planning through mission rehearsal, including individual and section levels up through strike and assault packages to Marine Air Ground Task Force (MAGTF) combat skills. The training device shall simulate the crew station and provide training to the aircrew to maintain a high state of proficiency in the following areas: operating the aircraft and aircraft subsystems, executing normal procedures, recognizing malfunctions and abnormal indications, executing corresponding emergency procedures and executing mission procedures in a realistic tactical environment. The training device shall provide for training in passive, offensive and defensive procedures, tactics and threat evaluation. Examples of training tasks are day/night carrier and field takeoffs and landings, aerial refueling, instrument flight procedures, departure/spin procedures, radar/system navigation, formation flying, combat maneuvering, weapons delivery, and full mission rehearsal. The training device shall provide a means for evaluating tactical procedures and maneuvers against specific threat environments. Aircrew skill training shall include all systems modes of operation and proficiency in the use of controls and displays required by the mission objectives. The training devices shall provide realistic simulation of actual conditions (excluding motion/vibration), and shall link/network (High Level Architecture) with other training devices for other platforms for coordinated exercises. The Contractor shall also provide Integrated Logistics Support (ILS) to operate and maintain life cycle support for the training system. This includes the necessary spare parts and tools and test equipment, technical documentation, configuration and inventory management, initial and follow-on training, and one year of Contractor Field Services for each type device to solve software problems, assist in making difficult repairs, and provide operation, maintenance and support training. Contractors will be encouraged to pursue life cycle support initiatives, which will result in greater operational efficiencies and reduce life cycle cost. The applicable small business size standard is SIC 3699, 750 employees. Contract award is scheduled for February 2000. Interested sources must respond by 20 August 1998 and provide the following information: (1) Whether you qualify as large, small or small disadvantaged business, and (2) whether the response to this synopsis is for sub-contracting possibilities or as prime contractor. A determination as to whether the acquisition will be a set-aside or full and open competition will be based upon responses to this notice. In order to be considered as an offeror, the firm must submit information on management, engineering and production capabilities. Responses shall be limited to no more than SIX pages. Respondents should not reply to this announcement by merely submitting a company marketing brochure. Brochures and marketing materials will not be evaluated. Information submitted should be pertinent and specific in the technical area under considerationon each of the following qualifications: (1) Experience: An outline of projects completed and in progress within the past five years. Provide information on specific work performed or being performed. Provide customer references and information regarding in-house research and development within the past five years. Provide experience, skills, and capabilities in the use and knowledge of ADA, Fortran, C, and Assembly software languages. Provide your experience in coding software into an Object Oriented design. Provide experience with development and integration of tactical environment simulations that provide aircrew training for offensive and defensive tactics employing sensors, weapons, countermeasures and electronic warfare simulations. Also provide experience with complex visual display systems, databases (including sensor cueing and tactical considerations), database reusability, and image generation systems. (2) Key personnel: Provide the names, experience and professional qualifications of any personnel who might be assigned to a key technical or program management position. If key personnel have to be obtained from outside the company, please address your methods on how your company will provide key personnel. (3) Facilities: Provide description and availability of any special facilities required for performance of this effort. (4) Any other specific and pertinent information that would enhance consideration and evaluation of the information submitted. (5) A statement of industrial security clearance -- All interested parties who intend to participate as either prime contractor or as a key subcontractor must have current, active facilities and personnel clearances, as access to classified data will be required for the performance of this contract. (6) A statement indicating your willingness to be collocated at Patuxent River, Maryland. (7) No facsimile or electronic mail responses please. Posted 07/27/98 (W-SN228703). (0208)

Loren Data Corp. http://www.ld.com (SYN# 0353 19980729\69-0003.SOL)


69 - Training Aids and Devices Index Page