DOCUMENT
69 -- P-8A Advanced Airborne Sensor (AAS) Maintenance Training Device - Attachment
- Notice Date
- 1/5/2017
- Notice Type
- Attachment
- NAICS
- 333318
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- N61340 Naval Air Warfare Center Training Systems Division 12350 Research Parkway Orlando, FL
- Solicitation Number
- N6134016RAAS1
- Response Due
- 2/17/2017
- Archive Date
- 4/17/2017
- Point of Contact
- Contract Specialist: Virginia Boyanton, at 407-380-4440 or Virginia.boyanton@navy.mil
- E-Mail Address
-
cal
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION: The Naval Air Warfare Center Training Systems Division (NAWCTSD) Contracts Department, Orlando, FL announces its intention to design, develop, integrate and procure two (2) technical trainers for Squadron Advanced Airborne Sensor (AAS) maintenance training for the P-8A Poseidon aircraft. The United States Navy is in the process of replacing the Maritime and Reconnaissance P-3C śOrion ť aircraft with the Multi-mission Maritime Aircraft P-8A śPoseidon ť. As a result, there is a need to train aircraft maintainers in the skills necessary to support the new sensor on the aircraft as they are fielded to the fleet. AAS Maintenance training will be conducted on training devices at NAS Jacksonville and NAS Whidbey Island. It is anticipated any contract action resulting from this sources sought notice will be issued pursuant to the procedures at FAR Subpart 16.505 under the auspices of Training Systems Contract III (TSC III), a NAWCTSD Multiple Award Contract (MAC). However, to increase transparency of NAWCTSD requirements and increase opportunities for subcontracting, notice of this sources sought is being provided. Only TSC III Prime Contractors (contractors previously awarded a contract within this vehicle) are considered an interested party in this sources sought notice, and responses from non TSC III MAC contract holders will not be considered. All inquiries regarding participation as a subcontractor should be submitted to a Prime Contractor for consideration. Any documents available for this notice not otherwise attached hereto, including but not limited to Solicitations, Statements of Work (SOW), and Specifications will be made available only to qualifying Prime Contractors. Interested subcontractors may contact Prime Contractors for access to these documents. A list of NAWCTSD MAC Prime Contractors and their Points of Contact (POCs) may be obtained via the following link: http://www.navair.navy.mil/nawctsd/EBusiness/BusOps/MACHolders.cfm DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. 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 TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. ATTACHMENT: 1.Special Mission Pod Deployment Mechanism (SMPDM) Maintenance Training Recommendations Document 2.Non-Disclosure Agreement PLACE OF PERFORMANCE: Training devices will be assembled and tested both in plant and at final delivery locations, see paragraph above for training locations. PROGRAM BACKGROUND: NAWCTSD is designated as the PMA 290 and PMA 205 training system acquisition agent. In accordance with these assignments, NAWCTSD provides the following: Training system design, development, and system upgrade; technical support and life cycle support. Boeing is producing the P-8A aircraft for the US Navy as a result of a limited participation competitive contract award. The P-8A is replacing the P-3 aircraft. This requirement is for a new procurement. REQUIRED CAPABILITIES: The instructional hardware will consist of two (2) functional hardware trainers, one at each site, that support the removal and installation of the Special Mission Pod Deployment Mechanism (SMPDM) and the functional check procedures of the SMPDM using the procedures outlined in the Aircraft Maintenance Manual (AMM). High fidelity immersive technology that requires psycho-motor engagement may be proposed in lieu of hardware or in conjunction with hardware to meet the hardware training requirement. The ability for multiple (up to 7) students at a time to interact with either a virtual or physical hardware trainer is required in some of the training situations. The P-8A AAS Maintenance Training Device will also provide training devices and courseware located at both NAS Jacksonville, FL and NAS Whidbey Island, WA. The contractor shall be responsible for providing all personnel and equipment necessary to develop, produce, install, operate, instruct, manage, schedule, and maintain the P-8A AAS maintenance training devices. All critical components of the SMPDM shall utilize authentic aircraft components to the greatest extent possible to maximize fidelity and minimize risk and re-engineering cost. Aircraft fuselage can be of low fidelity as it is not critical to the training task. GFE material that requires refurbishment may be available; however, the contractor should be prepared and able to acquire OEM parts to complete the training device. The trainer must be able to replicate the task of assembly and disassembly, as well as perform swing checks with a training acceptable representative pod (dimensionally) utilizing hydraulic power in a manner that will not result in negative training and will replicate the maintenance and swing check procedures. Either actual or representative electronics that indicate proper performance or indicate faults is required. Documentation of the training device configuration suitable for reliable performance, life cycle sustainment, and daily operations is required. GROUND RULES AND ASSUMPTIONS Contract Assumptions The following are ground rules relative to this acquisition estimate. Contract Award “ 2nd Quarter FY18 Contract type “ Firm Fixed Price (FFP) Funding type “ APN-1 Period of Performance “ 36 Months (FY18/FY20) Security Classification Level “ Secret ELIGIBILITY The applicable NAICS code for this requirement is 333318 (Other Commercial and Service Industry Machinery Manufacturing) with a size standard of 1,000 employees. The Product Service Code is 6910 (Training Aids). You must be a TSC III MAC contract holder to submit a response. Responses from other than TSC III contract holders will not be considered. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) This sources sought notice is not a request for competitive proposals. It is a notice for market research to determine if a source exists under the current TSC III MAC. Interested TSC III MAC contract holders shall submit their written technical capabilities to provide the supplies described above. Written response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. All responses shall include Company Name, Company Address, Company Business Size, and Points of Contact including name, phone number, fax number, and e-mail address. Interested parties are requested to submit a capabilities statement of no more than twenty (20) pages in length in Times New Roman font of not less than 10 pitch in an electronic format that is compatible with Word 2007. Please contact the Contract Specialist listed in this posting to obtain the PPT presentation śunit 1 orientation ť which contains necessary information in order to provide the capabilities statement. This information will be provided through AMRDEC SAFE to respondents. Verification that the respondent ™s point of contact is registered in the Joint Certification Program (JCP) and eligible to receive this additional government furnished information is required prior to receipt through AMRDEC SAFE. Additionally, respondents will be required to sign and submit a Non-Disclosure Agreement (attachment 2) to the Contract Specialist prior to access to the presentation document. This documentation must address at a minimum the following items: 1.) Specifically describe how your company will meet the requirements, which may include access to OEM parts. Describe engineering and manufacturing capability to design and deliver a functional part task trainer that utilizes a mix of aircraft parts and trainer peculiar equipment in the required capabilities section of this posting. 2.) Can or has your company managed a team of subcontractors before? If so, provide details. 3.) What specific technical skills does your company possess that will ensure successful performance of the requirements? 4.) Please provide a ROM with assumptions (your response will not be considered incomplete if a ROM is not provided). 5.) Please identify program risks you foresee and a plan for mitigating these risks. 6.) Provide a statement including current small/large business status and company profile to include number of employees, office locations, CAGE code, and DUNS number. Please include your TSC III contract number. 7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. Detailed written capabilities shall be electronically submitted to the Contract Specialist, Virginia Boyanton, at Virginia.boyanton@navy.mil, no later than 4 pm, Eastern Daylight Time (EDT), on 17 FEBRUARY 2017. All information shall be furnished at no cost or obligation to the Government, and no basis for claims against the Government shall arise as a result of a response to these Sources Sought. Verbal submissions via phone will not be honored. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134016RAAS1/listing.html)
- Document(s)
- Attachment
- File Name: N6134016RAAS1_NDA.doc (https://www.neco.navy.mil/synopsis_file/N6134016RAAS1_NDA.doc)
- Link: https://www.neco.navy.mil/synopsis_file/N6134016RAAS1_NDA.doc
- File Name: N6134016RAAS1_P8A_AAS_Trng_Recommendation.pdf (https://www.neco.navy.mil/synopsis_file/N6134016RAAS1_P8A_AAS_Trng_Recommendation.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N6134016RAAS1_P8A_AAS_Trng_Recommendation.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N6134016RAAS1_NDA.doc (https://www.neco.navy.mil/synopsis_file/N6134016RAAS1_NDA.doc)
- Place of Performance
- Address: 12211 Science Dr, Orlando, FL
- Zip Code: 32826
- Zip Code: 32826
- Record
- SN04364077-W 20170107/170105234155-a0cfa58122d573133b44f849c2f15854 (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 |