Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 04, 2002 FBO #0367
MODIFICATION

U -- H-1 Training Devices

Notice Date
12/2/2002
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway Code 253, Orlando, FL, 32826-3224
 
ZIP Code
32826-3224
 
Solicitation Number
N61339-03-R-0013
 
Response Due
12/9/2003
 
Archive Date
12/24/2003
 
Point of Contact
Michael Lanza, Contract Specialist, Phone 407-380-4754, Fax 407-380-4164,
 
E-Mail Address
Michael.Lanza@navy.mil
 
Description
Naval Air Systems (NAVAIR) Orlando - Training Systems Division (TSD) has a requirement to modify the following H-1 Training System Devices: 1) AH-1W Weapons System Trainer (WST) Device 2F136, Serial Number (S/N) 1, located at MCAS New River, NC; 2) AH-1W Weapons System Trainer (WST) Device 2F136, S/N 2, located at MCAS Camp Pendleton, CA; 3) UH-1N WST Device 2F161 located at MCAS Camp Pendleton, CA., and 4) UH-1N Aircrew Procedures Trainer (APT) Device 2F175 located at MCAS New River, NC. Using the current design and assorted hardware, software and interconnections previously procured for the program, the contractor shall update and modify existing AH-1W training devices to increase performance, reliability and commonality in addition to reducing overall life cycle support costs. The contractor shall be responsible for the design, fabrication, shipping, installation, integration, testing, and documentation of the updates to the designated training devices. Under a 24-month period of performance to begin immediately following contract award, the contractor shall modify devices 1, 2, and 3 as follows: Rehost Mainframe Computers, replace projectors, procure and integrate Vital 9 image generators, integrate Marine Corps Common Visual Database, integrate/install or update the Tactical Environment Network (TEN), procure and integrate new display monitors (TSU and Maintenance), lens replacement, dome refurbishment or replacement, replace the existing IOS, replace the Aural Cue system, replace the control loader system and motion system, and perform IG and host software modifications within the existing AH-1W WST. The Vital 9 based visual system shall include projector distortion correction, edge blending capabilities, withstand current 6-DOF-motion system environment, and support night vision goggle (NVG) (NVIS-6/9) and Night Targeting System (NTS) training. Under a 24-month period of performance to begin immediately following contract award, the contractor shall modify device 4 as follows: Rehost Mainframe Computer, replace projectors, procure and integrate Vital 9 image generator, integrate Marine Corps Common Visual Data Base and upgrade the Tactical Environment Network (TEN). As an Option to the contract, under a 6-month period of performance to begin immediately following contract award, the contractor shall be required to correct visual system discrepancies on device 2. This quick response improvement effort is required to increase performance and allow for improved training capability during the period prior to installation and integration of the major modification efforts described herein. The contractor shall propose an overall approach that is innovative yet technologically sound, demonstrate commonality features and resultant cost savings, and provide for an expedited delivery schedule to minimize trainer downtime for the user. Delivery of the optional modification to device 2, if exercised, shall occur no later than 6 months following contract award. The contractor shall deliver devices 1 and 4 first, followed by devices 2 and 3. Complete delivery of Devices 1,2,3 and 4 shall occur no later than 24 months following contract award. The Government will hold a pre-solicitation site visit for interested parties at MCAS Camp Pendleton, CA, on 10-11 December 2002. This site visit will be held at no cost to the government. Please contact the undersigned for further information concerning this site visit. Detailed capabilities must be submitted to: NAVAIR Orlando - TSD, Attn: Mr. Mike Lanza, 12350 Research Parkway, Orlando, FL 32826-3275, no later than December 6, 2002. All information shall be furnished at no cost or obligation to the Government. Responses shall be limited to no more than TEN pages. This synopsis is not to be considered a request for quotations or proposals. No solicitation document is currently available and telephone requests will not be honored. No contract will be awarded on the basis of offers received in response to this notice. NAVAIR Orlando anticipates release of a DRAFT Statement of Work (SOW) as well as a DRAFT Contract Data Requirements Lists (CDRLs) no later than December 6, 2002. Release of the Solicitation for this requirement is anticipated to occur in February 2003. The anticipated deadline for receipt of proposals will be 30 calendar days from release of the Solicitation with anticipated Contract award to occur in April 2003. The solicitation will be made available through the World Wide Web. The internet location is as follows: http://www.ntsc.navy.mil/contract/procure.htm. The solicitation information will be located under the heading Procurement Information, Solicitation Number N61339-03-R-0013, H-1 Training Devices. Any questions should be directed to the Contract Specialist, Mr. Mike Lanza, at 407/380-4574, or NAVAIR Orlando - TSD, Attn: Mr. Mike Lanza, 12350 Research Parkway, Orlando, FL 32826-3275. ADDITIONAL SITE VISIT INFORMATION: The Site Visit shall be conducted on Tuesday, December 10th. Offerors attending the Site Visit should arrive at Marine Corp Air Station (MCAS) Camp Pendleton, CA, Flight Simulator Building #2394, in sufficient time to obtain your seats and begin the Site Visit promptly at 8:00 AM. It is anticipated that the length of the Site Visit will be one day, even if that necessitates staying after normal business hours. However, if deemed necessary by the Government, the Site Visit can be extended through Wednesday, December 11th. Each Offeror is limited to a maximum of 5 Site Visit Attendees (including potential Subcontractors). For security reasons, attendance will be restricted to Registered Attendees only. No last minute Attendees/Visit Requests will be accommodated. REGISTRATION shall be accomplished by the Offerors through submission of the following information for each individual attendee: 1) Name: First, Last and Middle Initial (where applicable); 2) Name of the company they are representing and, in the event they are representing a Subcontractor, the name of the Prime Contractor they are teaming with; 3) Social Security Number; and 4) Foreign Nationals (must be clearly identified). This information must be submitted in the form of an e-mail to the following addresses no later than 5:00 PM EST on Wednesday, December 4, 2002 To: michael.lanza@navy.mil (and) Cc: charles.betterson@navy.mil; michael.j.white@navy.mil. VISIT REQUESTS shall be accomplished by the Offerors through submission of the following information for each visitor: 1) Name: First, Last and Middle Initial (where applicable); 2) Name of the company they are representing and, in the event they are representing a Subcontractor, the name of the Prime Contractor they are teaming with; 3) Social Security Number, and; 4) Foreign Nationals (must be clearly identified). This information must be submitted in the form of a facsimile no later than 5:00 PM EST on Wednesday, December 4, 2002 to the following: Attn: COR Rod Howell, Fax No. (760-725-8049). It is recommended that you follow up your fax to Mr. Rod Howell with a phone call to (760) 725-8047 confirming receipt. All Attendees/Visitors are required to bring a valid Photo Identification (ID)(Government issued whenever possible...Driver's License, etc.) to the Site Visit in order to gain access to the Installation and the Site Visit. DRIVING DIRECTIONS as well as DETAILED INSTALLATION/SITE VISIT ACCESS INSTRUCTIONS can be obtained by written request, via e-mail, to the following: To: michael.lanza@navy.mil (and) Cc: charles.betterson@navy.mil; michael.j.white@navy.mil no later than 5:00 PM EST on Wednesday, December 4, 2002.
 
Place of Performance
Address: MCAS Camp Pendleton, CA & MCAS New River, NC
 
Record
SN00214066-W 20021204/021202213946 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.