Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 31,2000 PSA#2611

ASC/YWMA 2240 B Street,Room 150 WPAFB, OH, 45433-7111

69 -- C17 MAINTENANCE TRAINING SYSTEM SOL C17MTS DUE 062800 POC REBECCA S. NOVAK,(937) 255-0366 ext. 494 WEB: C17MTS-C17 Maintenance Training System, http://www.pixs.wpafb.af.mil/pixslibr/C17MTS/C17MTS.asp. E-MAIL: Rebecca.Novak@wpafb.af.mil, Rebecca.Novak@wpafb.af.mil. Background "26 May 2000 17. USAF/Aeronautical Systems Center, Training System Product Group is seeking interested sources for the acquisition of 3 C-17 Maintenance Training Devices (MTDs) for the Air National Guard (ANG) at Jackson, MS; Block 14 concurrency upgrades of the existing 24 MTDs at Charleston Air Force Base (AFB) SC and McChord AFB WA; and Contractor Logistics Support (CLS) of the devices and the C-17 Maintenance Training Device Support Center (MTDSC). The potential procurement will include the following: a) Three new MTDs required for Jackson ANG as follows:  Aircraft Engine Trainer (AET) with internal borescope capability  Aircraft Maintenance Systems Trainer (AMST)  Training Evaluation Performance Aircraft Training Set (TEPATS) These trainers are to be the same design as the existing devices that are currently in various stages of modification by AAI Engineering Support Incorporated (AAI ESI) in Summerville, SC. These trainers are to be delivered to theaircraft Block 14 configuration. The required Ready for Training (RFT) date for Jackson ANG, MS is Oct 03 to support training and level '3c' certification of maintenance personnel prior to the delivery of the first aircraft in early 04. The exact delivery dates may vary depending on the availability of funds. The current computational architecture will be modified during the Block 11/12 concurrency upgrades and the design baseline for this modification will not be firm until the Sep 01 timeframe. See "Background Paper -- C-17 MTD" located on the PIXS web site (www.pixs.wpafb.af.mil/pixslibr/C17MTS/C17MTS.asp) for additional Blks 8-14 information. b) Block 14 concurrency upgrades to the existing MTD suites are required. The required RFT dates are NLT Nov 04. The existing MTDs are currently in multiple stages of design and modification. Block 14 upgrades will require detailed knowledge of the design baselines for Blocks 9 -14 such that the aircraft and T.O. analysis are performed against the latest MTD designs. The Block 14 modifications for suites #1 & 2 are to be in place NLT Nov 04 to support training and certification of maintainers. c) Contractor Logistics Support (CLS) options will be required from Dec 02 through Nov 04 at Charleston AFB and McChord AFB. CLS Option at Jackson ANG will be required when devices are available for training through Nov 04. The selected source must have a proven ability to manage and operate the logistics support of complex suites of maintenance training devices at multiple sites. To support proposal development, the bidders' library will initially include:  Block 8 designs for the TEPATS and the AET  Block 1 design for the AMST  Block 10 preliminary design data for the AMST, the AET, and TEPATS  C-17 MTS Computational Architecture Study Results The selected source will be required to update the design baseline for Blk 14 as updated data and drawings are furnished by the Government. This acquisition is a rated order under Defense Priorities and Allocations System with an assigned rating of DX-01. In order to be considered a potential source, interested parties must submit in writing (via U.S. mail or E-Mail to rebecca.novak@wpafb.af.mil) the company name, point of contact, telephone number, e-mail address, company status (large business, small business, or 8a), and a clear, concise, and complete statement of capability (no more than 15 pages) to the contracting officer at the buying office noted above not later than 28 Jun 00. A general capability and/or interest statement will not be considered sufficient. As a minimum, interested parties must detail the following areas: 1.) How and/or why the respondent believes they can be competitive with the incumbent contractor who will have access to the data while performing ongoing design changes and upgrades in the timeframe required to fabricate the three new devices. 2.) Current resources, including manpower (technical skills, numbers and types), facilities, computer resources to maintain and update complex trainer software) and financial resources, available to accomplish the requirements of this program. Description of the differences between your existing resources and all additional resources needed to accomplish the above requirements. 3.) Detailed past performance in training requirements analysis, trainer design, trainer modification, trainer fabrication, maintaining and updating multiple baselines of complex training simulators. 4.) Detailed analysis and rational of how the respondent can meet the required need dates with delayed receipt of baseline and analysis data including how the necessary task list analysis will be completed in time to meet the required dates. Describe how you will maintain and update the C-17 MTD PIDS, Software Product Specifications (SPS), and engineering drawings to incorporate concurrency changes or other new requirements. 5.) Describe ability to manage and operate the logistics support of complex suites of maintenance training devices at multiple sites. Include past experience and your approach to ensure contractor logistics support personnel are in place by 30 Nov 02. 6.) Your approach and schedule to reach data exchange agreements with the C-17 aircraft manufacturer, Boeing, and the jet engine manufacturer, Pratt & Whitney. Indicate the type of information and assistance you anticipate receiving from these contractors. An actual signed agreement is not required in response to this synopsis. The Air Force is seeking only your plan and schedules to accomplish this critical interface. All respondents shall indicate whether they are a large or small business in relation to Standard Industrial Classification (SIC) Code 3728, Aircraft Equipment Not Elsewhere Classified, size standard 1000 employees. Information contained in this synopsis is for information and planning purposes only, it does not constitute a Request for Proposal (RFP) or an Invitation for Bid (IFB), and it is not to be construed as a commitment by the Government. As it becomes available, portions of the RFP and any additional information will be placed on the Pre-Award Information Exchange System (PIXS) electronic bulletin board access via INTERNET address http://www.pixs.wpafb.af.mil. See "Background Paper -- C-17 MTD" located on the PIXS web site (www.pixs.wpafb.af.mil/pixslibr/C17MTS/C17MTS.asp) for additional Program information. For Ombudsman information reference local note H (www.pixs.wpafb.af.mil/localnotes.htm). ***** " Posted 05/26/00 (D-SN459160). (0147)

Loren Data Corp. http://www.ld.com (SYN# 0160 20000531\69-0001.SOL)


69 - Training Aids and Devices Index Page