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