SOURCES SOUGHT
69 -- MH-60S Avionics Maintenance Trainers and Weapon Load Trainers/Mission Configuration Trainers Upgrades - System Upgrade Requirements
- Notice Date
- 10/7/2010
- 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, Florida, 32826-3224, United States
- ZIP Code
- 32826-3224
- Solicitation Number
- N61340-11-R-XXXX
- Archive Date
- 11/6/2010
- Point of Contact
- Simone L. Hanniford, Phone: 407-380-4731, Kari A. Schuett, Phone: 407-380-4078
- E-Mail Address
-
simone.hanniford@navy.mil, Kari.Schuett@navy.mil
(simone.hanniford@navy.mil, Kari.Schuett@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- AMT/WLT Systems Upgrade Requirements Solicitation Number: N61340-11-R-xxxx Agency: Department of the Navy Office: Naval Air Systems Command Location: Naval Air Warfare Center Training Systems Division MH-60S Avionics Maintenance Trainers and Weapon Load Trainers/Mission Configuration Trainers Upgrades INTRODUCTION : The Naval Air Warfare Center Training Systems Division (NAWCTSD), Orlando, FL, is seeking information for potential sources to overhaul, redesign, upgrade, fabricate, integrate, install, deliver and test two (02) MH-60S Avionics Maintenance Trainers (AMT) and upgrade, install and test two (02) Weapon Load Trainers/Mission Configuration trainers (WLT/MCT) and their associated technical documentation, located at NAS North Island, San Diego, CA and NAS Norfolk, VA. The effort is to baseline each trainer's configuration to the latest MH60S System Configuration (AOP 86.x), and to potentially upgrade the devices to subsequent AOPs. This is a SOURCES SOUGHT NOTIFICATION to determine the availability and technical capability of potential offerors to provide the required deliverables. The contractor shall upgrade the two AMTs using the available data and documentation from the similar MH-60R design previously built and delivered, with the objective to maintain software and hardware commonality and life cycle supportability. The Contractor shall upgrade the functionality of the existing AMTs by developing, modifying, and integrating the applicable software modules and hardware design for the MH-60R AMT Device No PNAMT3 to an MH-60S aircraft configuration. This upgrade effort shall produce a training system that will provide realistic, full spectrum maintenance training that provides the operations, functions and equipment necessary to train avionics maintenance personnel to perform organizational level maintenance on the MH60S aircraft. The contractor shall upgrade two WLT/MCT's using available data and documentation to incorporate Organic Airborne Mine Counter Measures (OAMCM) aircraft mission configuration training capability to include the Airborne Mine Neutralization System (AMNS), the Organic Airborne Surface and Influence Sweep (OASIS) and the Airborne Mine Laser Detection Set (ALMDS). Additionally, the WLT/MCT is equipped with the Carriage Stream Tow and Recovery System (CSTRS) that requires upgrading in accordance with Engineering Change Proposal ECP-I-20080002, ECP-I-2010000 and ECP H60-060. Potential exists to add MH-60S Fixed Forward Firing Weapon (MK197 Gun), new Joint Air to Ground Missile (JAGM), Advanced Precision Kill Weapon System (APKWS) and Hellfire R capabilities to the WLT/MCT. Potential sources should also be aware that there is a potential for a future upgrade from the MH-60S AOP 86.x baseline to an AOP 90 series, and 100 series baseline, plus other additional Joint Weapon Program ECPs. All training events and qualification exercises performed on the training system shall come as close as possible to yielding the same experience as the identical events performed on the aircraft including remove and install (R&I) tasks. Specific trainer enhancements and detailed tasks are identified in the attached document. PLACE OF PERFORMANCE : The majority of the effort can be completed at the contractor's facility, however future AOP updates will need to be done at the trainer locations. The contractor may be given the option to perform the entire effort at the AMT and WLT/MCT locations. PROGRAM BACKGROUND : The AMT and WLT/MCT currently fulfills the Navy training needs by providing a realistic, full spectrum maintenance trainer for electrical, avionics, and armament task areas. All training events and qualification exercises performed on the AMT and the WLT/MCT simulate the actual experience as the identical events performed on the aircraft. The AMT and the WLT/MCT provide training required for personnel unfamiliar with the MH-60S and refresher training for those preparing to deploy. REQUIRED CAPABILITIES : Interested parties should provide documentation on their Capabilities, Experience, and Schedule that demonstrates ability to fulfill the detailed trainer enhancements and tasks identified in the attached Technical Requirements document. CAPABILITIES : Interested parties should provide a brief company introduction and details on the company/organization, including any potential teaming approach and expected percentage of subcontracting required. Discuss your physical capacity for taking on this additional effort, taking into account current workload, and what plans you have if the physical capacity needs to be increased as a result of this proposed effort. Include information on program management, systems engineering, logistic management, requirements management, risks, facilities and personnel, software development plans and processes. Please include your understanding of NAVAIR System Engineering Technical Review (SETR), Testing and Evaluation (T&E) and Information Assurance (IA) processes. Discuss your logistics efforts developing technical documentation, Initial Support System (ISI), Tools and Test Equipment (T&TE), Engineering Data for Provisioning (EDFP), IUID 2-D Data Matrix tags, onsite maintenance and interim contract support. Additionally companies should discuss their understanding of the NAVAIR Risk Management Process and list any ground rules and/or assumptions that your company recommends for this effort i.e. type of contract, estimated period of performance, availability of GFE/GFI, etc. Though this is anticipated to be a Firm Fixed Priced Contract, companies should provide information on company implemented Earned Value Management Systems (EVMS), discussing program management reporting capabilities and feedback regarding availability of EVMS reporting on this contract effort. EXPERIENCE : Companies should provide details of their experience in the last 5 years doing similar work and any relevant experience on aircraft maintenance trainer simulation developments. Please provide the contract number, dollar value, period of performance and brief scope of work, SCHEDULE : The Government anticipates the AMT 2 and WLT/MCT 2 to be Ready For Training (RFT) between 18-24 months after contract award. The Government further anticipates that AMT 1 and WLT/MCT 1 will be RFT within 12 months of the AMT 2 and WLT/MCT 2 RFT date. The current trainers are used extensively and Government has only one AMT and one WLT on each coast, therefore the Government wants to limit downtime during the upgrade. Companies should describe how they intend to meet the Government's schedule, and provide options and solutions to meet the proposed schedule while limiting trainer downtime. SPECIAL REQUIREMENTS : The AMT trainers are not classified, therefore the contractor is not anticipated to have a security classification level to work on the devices; however Information Assurance (IA) requirements must be met. The Government currently has unlimited data rights for the MH-60R AMT baseline, and limited data rights on the MH-60S AMT. Under this effort, the Government will achieve the unlimited data rights under DFARS clause 252.227-7013, Rights in technical data - Noncommercial items, for all devices. TECHNICAL REQUIREMENTS Description : MH-60S AMT and WLT/MCT Upgrade Technical Requirements AMT Upgrades include: A. Rehost of IOS to Romeo PAMT# 3 specifications tailored for Sierra. B. Conversion of R/S AMT #2 to Sierra only. C. Pre planned product improvement capabilities including Link-16, Satcom DAMA, SINCGARS, IFF Mode 5, IFF Mode S, GAS-1, MTS-FLIR, JMPS, GPWS, IMDS, AVC and DALS. D. Interrogative Diagnostics & Prognostics Solution (IDPS) maintenance diagnostic capability. WLT/MCT upgrades include: A. OASIS, AMNS, ALMDS, FFFW, loading and BIT simulation. B. Common Console Supporting Weapons Replaceable Assemblies (WRAs): Signal Data Converter (SDC) mount, Power Distribution Unit (PDU) rack, cover, and harness installation capability. C. Hellfire Rack & Associated Equipment and Cabling. D. Cabin Circuit Breaker Panels 1 and 2. E. CSTRS Tow Point Attachment. SIZE STATUS : The applicable NAICS code for this requirement is 333319, size standard of 500 employees. The Product Service Code is 6910. Companies must identify their size status, the results of which will be utilized as guidance to determine any potential set-aside basis. SUBMISSION DETAILS : Interested businesses shall submit responses by email to the below POC. Please submit all written questions by email to Ms. Simone Hanniford, ( simone.hanniford@navy.mil ) and Ms. Schuett, Kari (kari.schuett@navy.mil). No phone or email solicitations with regards to the status of any subsequent RFP will be accepted prior to its release. One electronically submitted response shall be received no later than 5:00pm Eastern Time on _22 October 2010 and reference: MH-60S AMT and WLT/MCTs - Sources Sought. Interested businesses should submit a BRIEF capabilities statement package (no more than fifteen (15) 8.5 x 11 inch pages, font no smaller than 10 point) demonstrating ability to perform the requirements listed above. Documentation should be organized into the following sections: Capabilities, Experience, Schedule and ability to satisfy the Special Requirements identified. All responses shall include Company Name, Company Address, Company Business Size, CAGE Code, and Points-of-Contact (POC) including name(s), phone number, fax number, and email address. This sources sought announcement is published for informational purposes only. This is not a solicitation. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this notice is strictly voluntary. No site visit will be permitted during the period of response to this announcement. NAWCTSD will use the responses to this announcement to make an informed decision concerning the strategy it will pursue to meet its objective, including determining set-aside opportunities. All set-asides will be considered. INTERESTED PARTIES ARE URGED TO PERIODICALLY ACCES THIS WEBSITE AND THE NAWCTSD BUSINESS OPPORTUNITIES WEBSITE AT http://nawctsd.navair.navy.mil/EBusiness/Index.cfm Contracting Office Address and POC : 12350 Research Parkway Code 25331 Orlando, Florida 32826-3224 Primary Point of Contact : Simone Hanniford Contract Specialist, Code 25331 Naval Air Warfare Center, Training Systems Division Tel: (407)380-4731 Email: simone.hanniford@navy.mil Secondary Point of Contact : Schuett, Kari A (NAVAIR 2.5.3.3.1) Procurement Contracting Officer Kari.Schuett@navy.mil Phone: 407-380-4078
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N61340-11-R-XXXX/listing.html)
- Record
- SN02307955-W 20101009/101007234216-3e7e1456570944833dfab1e19b02e237 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |