Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 05, 2021 SAM #7008
SOURCES SOUGHT

69 -- Naval Aviation Survival Training Program (NASTP) Wave Generating Systems (WGS) - Request for Information (RFI)

Notice Date
2/3/2021 6:03:44 AM
 
Notice Type
Sources Sought
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
NAWC TRAINING SYSTEMS DIV ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
N6134021R0053
 
Response Due
3/5/2021 2:00:00 PM
 
Archive Date
03/20/2021
 
Point of Contact
Sara Falk, Phone: (407)380-8122, Randy Holder, Phone: (407)380-4531
 
E-Mail Address
sara.falk@navy.mil, randy.holder1@navy.mil
(sara.falk@navy.mil, randy.holder1@navy.mil)
 
Description
Naval Air Warfare Center Training Systems Division Request for Information For Wave Generating Systems Description Naval Air Warfare Center Training Systems Division (NAWCTSD) in support of the Naval Aviation Survival Training Program (NASTP) is seeking information on whether an interested contractor has the capability to design and install Wave Generating Systems (WGS) for use with existing training pools used for water survival training in the eight Aviation Survival Training Centers (ASTC) locations. Background ASTCs operate eight (8) water survival training pools. These pools are used to train Naval and Marine aviators and aircrew in safe and effective survival training curricula that emphasize hands-on exposure to survival skills in a realistic, yet safe, environment. Training scenarios take place in a large swimming pool with an aircraft egress trainer for teaching basic water survival training. After demonstrating proficiency in the survival breaststroke, treading water, and drown-proofing, students begin the Underwater Problem Solving (UPS) evolution. During UPS, aircrew must demonstrate egress skills while being strapped into harnesses and turned upside-down under water in full Naval Air Training and Operating Procedures Standardization (NATOPS) required flight gear. Students then enter the 9D6 underwater egress trainer, also known as the �dunker�, which simulates an aircraft ditching into a body of water and sinking upside-down. It allows aircrew to practice escaping from a submerged fuselage. Immediately following the �dunker,� the students must perform the survival breaststroke for 50 yards in full flight gear and then orally inflate their Life Preserve Unit (LPU). In order to simulate a rescue situation, students are subjected to simulated rain, fog, waves, thunder and lightning in a pitch black environment, and must make it to a life raft and wait for rescue. Upon completion of the night storm scenario, the aircrew are hoisted out of the pool in a rescue basket to simulate a helicopter rescue. Finally, the students attempt the Parachute In-Water Release Trainer and the Parachute Over-Water Trainer, which simulates entering the water while still connected to a parachute. ASTC Locations: ASTC Jacksonville, FL ASTC Pensacola, FL ASTC Norfolk, VA�� ASTC Patuxent River, MD ASTC Lemoore, CA ASTC Cherry Point, NC ASTC Miramar, CA ASTC Whidbey Island, WA�� Technical Capabilities: The Government envisions a Wave Generation System (WGS) for water survival training that meets the following requirements: The wave machine shall produce and simulate the waves throughout the pool to recreate conditions at sea and simulate conditions for all water survival curricula. �The sea state conditions produced need to be consistent with those that are identified in the efficacy analysis detailed section 4.0 Requested Information. � The WGS shall include integrated or supplement equipment for producing currents, wind, and visual effects that include fog and thunder. The WGS and its ancillary equipment shall be retrofitted/installed within the parameters of the current facility pool configuration and facility space allocation available at the ASTCs. The WGS shall consider all facilities requirements including but not limited to structural analysis, electrical and mechanical requirements, wall barriers, reflection walls, anchoring, filtration inlet locations, concrete work, overflow gutter channels, edges, stairs, and floodwalls. The following are critical simulation and instructional attributes: Integrates easily into the existing physical space and fits existing power capabilities. Provides safe sound limits and levels (i.e., less or equal to 84dBA). Requires a minimal number of staff for operation (ideally one). Easy to operate and maintain as defined as receiving less one hour of training required prior to independent operation. Use commercial and non-developmental items to the maximum extent practicable such that the device can be maintained without the need for proprietary components or components that are not commercially available. Provides data and data distribution rights for all associated technical documentation. Offers minimal requirement for technology refreshers. Allow for minimal time for pre- and post-operational checks. Requested Information The Government would like to request the following information: An analysis of the efficacy of WGS to provide safe and effective survival training for aviators and aircrew. Provide recommendations for the sea state conditions based on the efficacy analysis. An estimate of the cost and technical approach for the design, and installation of the wave-generating system to the existing pool configurations. An estimate of the cost and technical approach for the electrical, mechanical, structural, architectural, and other modifications to the facility to support the wave-generating system and its ancillary equipment. An estimate of the period of performance for planning, design, and installation. Provide a description of similar efforts and the scope of work previously performed by the contactor. Eligibility The potential NAICS and PSC codes for this requirement are PSC 6930/NAICS 333318 and PSC 7830/NAICS 238990. These are potential PSC and NAICS and other selections may be considered. Response Submittal Instructions INDUSTRY DAY: The Government is delaying an industry day (site visit) due to current COVID-19 conditions but would like to begin a dialogue with potential industry partners. Depending on the industry response and the progression of COVID-19 recovery conditions, a future industry day may be scheduled which will allow for a demonstration of the existing pool environment and provide an opportunity for an in-person question and answer session. In the interim, please include a list of questions with your response to this RFI, and answers will be provided upon request. POTENTIAL INDUSTRY DAY LOCATIONS: NAS Jacksonville, FL NAS Pensacola, FL NAS Norfolk, VA� SUBMISSION DETAILS:� If your company is interested in competing for this requirement, please provide a response to this request in accordance with the directions below. Interested businesses shall submit responses by email to Point of Contact (POC) Contract Specialist (CS).� Please submit all questions by email to the same POC.� One electronically submitted response shall be received no later than 5 Mar 2021, and reference: Wave Generating Systems - RFI. Interested businesses should submit a brief capabilities statement package (no more than ten (10) 8.5 x 11 inch pages, font no smaller than 10 point) demonstrating ability to perform the efforts listed in the technical capabilities section of this document. In the event that multiple approaches are identified, please provide an estimate for each approach. Additionally, the Government wants industry feedback on the Government Furnished Information (GFI) required for completing the procurement. Please specify the additional GFI necessary. Please indicate if you have available solutions on the General Supply Schedule Multiple Award Contract (GSA). In addition to detailing your company�s technical capabilities, you should:� discuss any recent successful experiences with similar efforts, describe your company�s available expertise and resources (facility, financial, and personnel), provide a Rough Order of Magnitude (ROM) (general estimate of cost) to accomplish the technical capabilities, and address what areas and percentage of work you would expect to subcontract with other organizations (if any). All responses shall include company name, company address, company business size, CAGE Code, and Point of Contact (POC) including name(s), phone number, fax number, and email address. �If you are a small business interested in being the prime contractor for this effort, please be advised that the FAR 52.219-14 Limitations on Subcontracting clause has changed. Deviation 2020-O0008 rev 1 is now in effect which includes the definition of �Similarly Situated Entity� and provides a revised methodology for the 50% calculation for compliance with the clause. Small business primes may count �first tier subcontracted� work performed by similarly situated entities as if it were performed by the prime itself. Please read the full text of the clause deviation (52.219-14 Class Deviation 2020-O0008 rev 1 dated 04/03/20 at https://www.acq.osd.mil/dpap/policy/policyvault/USA000735-20-DPC.pdf).� To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business interested in priming this effort and plan to utilize �similarly situated entities� to meet the Limitations on Subcontracting, please identify the name & CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned similarly situated entity should be included in answering any questions outlined in the SSN in order to assist the Government�s capability determination. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. 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. Firms responding to this announcement will not be individually notified if the requirement is solicited. Solicitations will occur through the Beta.Sam.gov website.� 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.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b854b31bd4fd487cb4463d6742df5744/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05907652-F 20210205/210203230113 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.