Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 19, 2016 FBO #5475
SOLICITATION NOTICE

15 -- V-22 ECP 17 Upgrade to Existing MV-22 and CV-22 Training Devices

Notice Date
11/17/2016
 
Notice Type
Presolicitation
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
N61340 Naval Air Warfare Center Training Systems Division 12350 Research Parkway Orlando, FL
 
ZIP Code
00000
 
Solicitation Number
N6134017R0022
 
Response Due
12/2/2016
 
Archive Date
12/17/2016
 
Point of Contact
Tyronza Jean-Louis 407-380-4489 Jana McEntegart
 
E-Mail Address
380-4997
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Warfare Center Training Systems Division (NAWCTSD) intends to solicit and negotiate, on a sole source basis, a new delivery order under the Basic Ordering Agreement (BOA) N00019-17-G-0002 Class Justification and Approval (CJ and A) with the Bell Boeing Joint Project Office (BB JPO) located in Amarillo, TX under authority of Federal Acquisition Regulation (FAR) 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements with an estimated award date of 19 June 2017. The United States Marine Corps (USMC) and United States Air Force (USAF) have identified a requirement to integrate MV-22 (USMC) Block C4.01 aircraft software into all MV-22 Training Devices and to integrate the TSS 10.6.01/20.4.01 aircraft software into all CV-22 (USAF) Training Devices. The aircraft software is developed under the V-22 Avionics and Flight Controls System (AFCS) Engineering and Software Maintenance Support contract which facilitates compliance with training requirements and concurrency and commonality with Fleet aircraft. FAR Clauses 52.225-3, 52.225-5 and 52.225-11 do not apply. BB JPO is the Original Equipment Manufacturer (OEM) and sole designer, developer, integrator, manufacturer and producer of the V-22 aircraft and training systems for both the MV-22 and CV-22 aircraft variants procured to date, and is the only responsible source capable of upgrading the current flight training devices to the aircraft software configurations. Training with the new aircraft software in the training devices prior to and in conjunction with delivery of the new software configurations to the aircraft is essential for fleet readiness, operational support, overseas force projection, and reducing aircraft operating costs associated with using the aircraft for training. As such, it is not possible for any other source to upgrade the existing training devices to the new configurations. This procurement is being solicited with an associated North American Classification System code of 336411 (Aircraft Manufacturing). The solicitation number is N61340-17-R-0022. A written solicitation will be requested to purchase: CV CLINs: Concurrency update to all CV trainers with the 10.6.01/20.4.01 software load (Feb/March 2018 release), Integrated Avionics Processor (IAP) Hardware Integration into the Flight Training Device (FTD) Ser. No 5), and associated technical data. Options for CV: Instructor/Operator Station (IOS) Degraded Global Positioning System (GPS) and Communication malfunctions to include Malfunctions for Improved Inlet Solution, Ship Models Updates, Aircraft models Update, Technical Diagnostic Tools, Vital 1100 Visual Model for CV-22 Formation Wake (Rotor wash), Surface to Air Missile Video and Personal Radio Communications (PRC)-112,Color Helmet Mounted Display (CHMD) cleanup, Electronic Warfare (EW) Threat additions/upgrades, Common Visual Database publisher software, VT Mak ™s Virtual Reality Exchange software update for the network bridge, Joint Semi-Automated Forces (JSAF) upgrade to Modern Air Combat Environment (MACE) for entity computer models, 240 degree glass and cab expansion, Electro Motion Base, relocation of FTDs Ser no. 2 and 6, and Electro Motion Base. MV CLINs: Concurrency update to all MV trainers with the Block C4.01 software; preparation of an In-Service Engineer (ISE) software installation Kit; 2C81 Cockpit Management System Part Task Trainer (CMS PTT) updates; V-22 Environmental Control System (ECS) update; installation of MV-22 simulated Flight Director Panel (FDP), Radio Frequency Indicator Selector (RFIS), and Control Display Unit/Engine Information Caution Advisory System (CDU/EICAS); Integrated Avionics Processor (IAP); Department of the Navy Large Aircraft Infra-Red Counter Measures (DONLAIRCM); Reduced Visibility Landing (RVL) modeling improvements; Digital Interoperability; Cyber security; and associated technical data. Options for MV: Global database of existing Title 50 areas; Moving Models:V-22 Aerial Refueling System (VARS), MV-22 with aft sponson mod, KC-46 Tanker, Omega 707 Tanker; KC-10 Extender Tanker, SS Wright ship model; Aircraft Resonance/Pilot Vibration Cues; Reduced Visibility Landing (RVL) installations; Digital Interoperability installations; Instructor/Operator Station (IOS) Cab Standardization;; projector installation for enhanced Night Vision Goggle training; and Block C5.01 IAP software into a single CMS PTT. All CLINs are anticipated to be Unit of Issue 1 Each with an estimated delivery of 50 months after contract award. This synopsis is not a request for competitive proposals. It is a notice that outlines the Government ™s intent to contract on a sole source basis with the BBJPO. However, all responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. A specification is available upon request by contacting the Contract Specialist below. Interested sources desiring to contest this synopsis may do so by asserting its supportable rationale via email to Tyronza Jean-Louis, Tyronza.Jean-Louis@navy.mil in an electronic format that is compatible with Word 2007, no later than 02 December 2016 at 1300 EST. All information shall be furnished at no cost or obligation to the Government. No solicitation document is available.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134017R0022/listing.html)
 
Place of Performance
Address: Bell-Boeing Joint Program Office
Zip Code: 401 Tiltrotor Drive, Amarillo, TX
 
Record
SN04330997-W 20161119/161117234442-5e8883f60f2ad595758451d32612ddff (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 |
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.