COMMERCE BUSINESS DAILY ISSUE OF MARCH 8, 2001 PSA #2803
SOLICITATIONS
R -- SOURCES SOUGHT -- SERVICES TO SUPPORT THE MANNED FLIGHT SIMULATOR AND OTHER CONNECTED LABORATORIES AND TEST FACILITIES
- Notice Date
- March 6, 2001
- Contracting Office
- Contracts Group, Naval Air Warfare Center Aircraft Division, Bldg 2272 Suite 353, 47123 Buse Road, Patuxent River, MD 20670-1547
- ZIP Code
- 20670-1547
- Solicitation Number
- N00421-00-R-0561
- Response Due
- March 23, 2001
- Point of Contact
- Mary Roland, Contract Specialist, (301) 757-9709
- E-Mail Address
- Click here to contact the Contract Specialist via (rolandmc@navair.navy.mil)
- Description
- The Naval Air Warfare Center Aircraft Division (NAWCAD), Patuxent River, Maryland, Atlantic Ranges and Facilities Department, Aircraft Simulation Division (ASD), is seeking eligible small business firms capable of performing technical and administrative services to support the Manned Flight Simulation (MFS) facility and other ASD-connected laboratories and test facilities. ASD operates in a highly integrated team environment with civil service, military, and other contractor personnel. Based on a review of industry response to this Sources Sought Synopsis, the Government will decide whether it is appropriate to offer this requirement as a competitive Small Business Set-Aside. This office anticipates award of a contract for these services no later than 30 September 2001. The period of performance of the resultant contract will be five years, inclusive of options. The estimated level of effort is 1,500,000 hours over the five year period. The appropriate NAICS is 541330, size standard $20.0 million. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. Required tasking for this effort may include, but is not limited to, the following: (1) PROGRAM MANAGEMENT. The contractor's objective will be to maintain and operate the laboratory and facility, provide testing support, increase utilization of the testing assets, improve simulation applications for RDT&E programs and activities, and improve simulation training tools. Training and oversight to ensure proper utilization of business systems, including expertise and services that support the ASD's Earned Value initiatives, is required. Curriculum development, training manuals, planning, material presentation, and other support is required for simulation training classes. (2) OPERATIONS/MAINTENANCE. The contractor shall design, develop, fabricate, update, modify, acquire, operate, and maintain hardware and software to ensure various subsystems internal to ASD/MFS and networked facilities are efficient and accurate simulations and scenarios representing realistic combat environments. This includes acquisition of spares and supplies to operate and maintain equipment; system administration support for classified and unclassified Local Area Networks (LAN) and Wide Area Networks (WAN); moving equipment, cables and other components; scheduling, operating, and maintaining ASD lab stations, crew stations, simulators, and portable simulators for customers, tour groups, and demonstrations; transporting flight simulators (including packaging, handling, and shipping); operating, scheduling, and maintaining the ASD electrical assembly and metal fabrication shops ranging from high-fidelity stand-alone aircraft flight simulators to simple brackets and wiring harnesses; receiving and tracking of materials/inventory; on-site support for ASD delivered devices at locations including any active United States military facility in the world; and operate simulation sessions for customers, including start-up routines, positioning hardware, monitoring flights, reconfiguring the simulator, and providing real-time customer support before, during, and after the simulation. (3) SYSTEMS INTEGRATION. The contractor shall design, develop, fabricate, update, modify, acquire, operate, and maintain the necessary hardware and software for ASD to interface with other simulation laboratories located at NAWCAD and worldwide. This includes provision of Distributed Interactive Simulation (DIS) and High Level Architecture (HLA) project support; integration of actual aircraft hardware into the virtual environments located in ASD/MFS which may consist of a single unit radar warning receiver to entire aircraft avionics suites of any air vehicle. (4) ENGINEERING/ TECHNICAL. The contractor shall develop, maintain, document, modify, and operate software which may include avionics simulation models, aerodynamic models, DIS/HLA interfaces and tools, and standard airborne computer modifications, among others. This includes test and debug of these models. Software modeling for remote sensing devices such as Radar, Forward Looking Infrared Radar and Synthetic Aperture Radar is required. Engineering design, documentation, manufacturing, fabrication, development, installation, integration, testing, upgrade, analysis, and maintenance of simulation cockpits and associated systems, portable simulation cockpits and associated systems, mini-crew stations, lab operator systems, aircraft simulation hardware, lab hardware, visual systems, projection systems, and image generation systems is required ranging from complete system construction from conceptual planning to customization of existing platforms and configurations including provision of all material and equipment. Computation fluid dynamics software modeling for waterborne aircraft is required, including the capability to model seascapes, boat wakes, the interactions between multiple waterborne craft for scenarios ranging from provisioning at sea operations to small, high-speed planning vehicles. Aerodynamic and tactical software modeling to support air-vehicle launched weapons and missile models is required. Design studies of virtual cockpits and displays with the intent to apply commercial off-the-shelf and aircraft components to develop new and innovative simulation solutions for new programs is required. (5) SIMULATION. The contractor shall develop, design, integrate, maintain, and upgrade visual and sensor databases, rendering software, and interface software for resident (Silicon Graphics, Evans and Sutherland, and PC-Based) and future image generators. Virtual environmental database modeling support, including construction and maintenance of complex virtual environments in multi-spectral display formats, is required, to be correlated with other complex software systems for distributed missions and exercise of a similar nature. Must be capable of performing systems development tasks to support distributed simulation systems including prototype simulators and visual displays, provide network management, serve as subject matter experts for simulated warfare environments such as JIMM, SWEG, MODSAF or TEN, and provide expertise for multiple site mission level exercises. (6) CONFIGURATION MANAGEMENT/QUALITY ASSURANCE. The contractor shall provide Quality Assurance oversight for the electrical and mechanical products and for receivables requiring inspection. Development and maintenance of a Systems Development Management Program is required in order for ASD to achieve software CMM Level 2 and Level 3 certification. The contractor will be required to perform, evaluate, document, and maintain hardware and software configuration management of ASD resources and recommend and support new initiatives for risk reduction, configuration management, quality and product development. NOTE: ALL personnel performing work under the proposed contract must, as a minimum, possess a SECRET clearance with the exception of non-key off-site personnel, who may be expected to obtain a SECRET clearance, if necessary. Further, three personnel shall be capable of obtaining a TOP SECRET clearance within 90 days of award and 10 personnel within 180 days of award. Location of performance is on-site at NAWCAD ASD/MFS, Patuxent River, Maryland. It is requested that interested small businesses submit to the contracting office a brief capabilities statement package (no more than 25 pages in length, single-spaced, 12 point font minimum) demonstrating ability to perform the services listed above. The page limitation cited is not inclusive of resumes/personnel information. This documentation shall address, as a minimum, the following: (1) prior/current corporate experience in performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government point of contact and current telephone number, and a brief description of how the contract referenced relates to the technical services described herein; (2) company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small business status; (3) resources available such as corporate management and current-employed personnel to be assigned to the project to include professional qualifications and specific experience of such personnel; (4) management approach to staffing this effort with qualified personnel that should address current hires that would be available for assignment to this effort, possible subcontract/teaming arrangements, and strategy for recruiting and retaining qualified personnel; and (5) a statement regarding capability to obtain the required industrial security clearances for personnel. The capability statement package shall be sent by mail to the following address: Department of the Navy, Contracts Department, Code 251711, Building 588, Suite 2, Naval Air Warfare Center Aircraft Division, 47253 Whalen Road, Unit 9, Patuxent River, Maryland 20670-1463; or by facsimile to (301) 757-0200. Submissions must be received at the office cited no later than 4:00 p.m. Eastern Standard Time on 23 March 2001. Questions or comments regarding this notice may be addressed to Ms. Mary Roland at (301) 757-9709.
- Web Link
- Click here to download related RFP documents, when (http://www.navair.navy.mil/business/ecommerce/index.cfm)
- Record
- Loren Data Corp. 20010308/RSOL017.HTM (W-065 SN50F3G7)
| R - Professional, Administrative and Management Support Services Index
|
Issue Index |
Created on March 6, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|