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