SOURCES SOUGHT
69 -- Sources sought to prototype a Multi-Purpose Reconfigurable Training System (MRTS) to support Integrated Undersea Surveillance Systems and develop media
- Notice Date
- 2/16/2005
- Notice Type
- Sources Sought
- NAICS
- 333319
— Other Commercial and Service Industry Machinery Manufacturing
- 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
- Reference-Number-N61339-05-X-IUSS2
- Response Due
- 3/31/2005
- Archive Date
- 4/15/2005
- Description
- NAVAIR Orlando Training Systems Division is seeking potential sources to prototype a Multi-purpose Reconfigurable Training System (MRTS) to support IUSS maintenance training conducted by Submarine Learning Facility (SUBLRNFAC) Norfolk Virginia. Developmental work will be at contractor facilities with installation at SUBLRNFAC Norfolk Virginia. A $200,000 - $250,000 Firm-Fixed Price (FFP) contract for the MRTS and one scenario with a one-year period of performance is anticipated. The option for four more scenarios will be included in the contract. Details regarding this requirement are provided in the paragraphs that follow. The Government requires the following services for the IUSS Maintenance MRTS: 1) Hardware. The MRTS hardware shall consist of one cabinet and a separate student station. The cabinet shall be used to simulate the operational equipment using 3D graphics and touch screens for user interface and shall contain an instructor console for controlling the scenario(s). The cabinet shall be configured with two vertical racks housing eight (8) flat panel touch screen displays, four (4) per rack. The cabinet shall contain an instructor console consisting of a keyboard and mouse and shall share the use of one of the flat panel touch screen displays. The cabinet shall contain three computer systems, two of which shall provide the graphics displayed and touch screen interactions on the 8 flat panel touch screen displays. The third computer shall be used to set-up and monitor the scenario for the student station and cabinet via the instructor console. The student station shall consist of a single PC with three monitors that shall emulate the Control Monitor and Maintenance (CMM) console used by the Duty Maintenance Technician (DMT) to monitor, initialize and reconfigure the system. The student station will be used for trouble shooting and fault isolation. Once the fault is isolated, the student will use the cabinet to perform the corrective maintenance. Additional cabinets may be added in the future. 2) Instructional Systems Development (ISD). The contractor shall develop the scenario using Government Furnished Information (GFI) and proven instructional design concepts. The following handbooks will be used for guidance: MIL-HDBK-2912-2, DoD Handbook, Instructional Systems Development/Systems Approach to Training and Education, provides guidance on the Instructional Systems Development (ISD)/Systems Approach to Training (SAT) process and the analysis, design, development, implementation, and evaluation of instruction and instructional materials. MIL-HDBK-29612-3 provides guidance that may be used by DoD (all Services) and industry for the planning, design, development, implementation, evaluation, and management of Interactive Multimedia Instruction (IMI) products. 3) Scenario ? The scenario is very complex but a brief description is provided below to help determine the level of effort required. The student receives a fault condition at the Student Station for an operational Watch Display. From the Student Station, the student troubleshoots the system. Once the faulty card is identified at the Student Station, the student then gets up and removes the faulty card from the cabinet using the touch screens to simulate opening the cabinet, finding the correct card and pulling it. Next, the student replaces the card, closes up the cabinet and then returns to the Student Station to confirm that the problem has been fixed. In order to develop this scenario the contractor will have to emulate the CMM software covering all the options that would normally be available to the technician. Wrong paths can be stubbed out and feedback provided to the students telling them what they did wrong and that they should try again. In order to simulate the hardware the contractor will have to photograph all the equipment and make 3D models of the components the student will be interacting with. 4) Media Development ? The contractor shall develop all the media necessary to complete the scenario. These include 2D-Stills, 3D-Stills, 3D-Animations, and movies. At least one site visit shall be required in order to photograph the operational equipment. All software shall become the property of the government upon final acceptance. The contractor shall deliver all source code for the developed software to the government upon final acceptance. 5) Training Device Installation ? The contractor shall install the trainer, with NAVAIR assistance, at SUBLRNFAC Norfolk Virginia and provide on-site training. The training shall include maintenance and well as operator training. 6) Security Requirements ? The trainer, its software, and the scenarios will be unclassified; however, the developers will require a security clearance, at the Secret level, in order to obtain access to the operational equipment for research and taking photographs. Businesses capable of accomplishing the required services are invited to submit the following: 1) Company literature, brochures, or capability summaries. 2) Business size (i.e., large business, small business, small disadvantaged business, 8(a) certified business, woman-owned business, etc). For purposes of reporting business size, the applicable North American Industry Classification Systems (NAICS) Code for this requirement is 333319 with a size standard of 500. Please identify business size on cover sheet or first page of submission. 3) Past and/or current performance on similar contracts (include dollar value, complexity and point of contact information). Please limit past and/or current performance to the last 3 years. Information should be sent via e-mail to the cognizant Contract Specialist, Ruth Hinton, at Ruth.hinton@navy.mil. Alternative submittal methods are via facsimile to (407) 380-4742 or by mail to: NAVAIR Orlando Training Systems Division, ATTN: Code 25332 (Ruth Hinton), 12350 Research Parkway, Orlando, FL 32826-3275. Responses are requested on or before 31 MARCH 2005. The submission of this information is for PLANNING PURPOSES ONLY and is not to be construed as a commitment by the Government to procure any services, nor for the Government to pay for the information received. NO SOLICITATION DOCUMENT EXISTS AT THIS TIME. The Government anticipates issuing a draft Statement of Work at a later date for industry comment. Prior to issuance of any draft documents, the Government will post an announcement on FedBizOpps located at http://www.fedbizopps.gov. All questions concerning this requirement should be directed to Ruth Hinton (Ruth.hinton@navy.mil or 407-381-8755).
- Record
- SN00753120-W 20050218/050217080526 (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 |