Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2010 FBO #3046
SOLICITATION NOTICE

69 -- T-44 Instrument Flight Trainer Modification - T-44C syllabus - Deficiency and Discrepancy Reports - T-44 SPEC

Notice Date
3/26/2010
 
Notice Type
Presolicitation
 
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
 
ZIP Code
32826-3224
 
Solicitation Number
N61339-10-R-0025
 
Archive Date
4/27/2010
 
Point of Contact
Diane D. Conarroe, Phone: 4073804032, Derrick A Jones, Phone: 407-380-8487
 
E-Mail Address
diane.conarroe@navy.mil, derrick.a.jones@navy.mil
(diane.conarroe@navy.mil, derrick.a.jones@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Current T-44C Avionics Upgrade Effort Performance Specification PRF 030074B Deficiency and Discrepancy Reports T-44C syllabus T-44C syllabus Naval Air Warfare Center Training Systems Division (NAWCTSD) has a requirement to analyze, design, and implement modifications to two (2) T-44 Instrument Flight Trainers (IFT) to correct the Proline 21 software associated Part I deficiencies identified by the end-user, correction of which are expected to allow the end-user to complete twenty-two (22) student training syllabus events. NAWCTSD intends to award a sole source, firm fixed price/cost-plus fixed-fee contract to Rockwell Collins Simulation & Training Solutions LLC to correct the identified Part I deficiencies. The Pro Line 21 Avionics software is a Rockwell Collins proprietary product. Although Pro Line 21 software products are available for purchase, the data rights to the Pro Line 21 source code are proprietary and are not available for purchase from Rockwell Collins. Therefore, the Pro Line 21 software cannot be modified by the Government or another contractor. It is believed that in order to successfully integrate the Pro Line 21 product into our existing training device, software modifications will be required to the proprietary Pro Line 21 source code. The period of performance is estimated at nine months. All interested parties are encouraged to review the attached documents and the background and requirement below and submit the requested information below. Background Chief of Naval Air Training (CNATRA) has a requirement to support the T-44 Pegasus Intermediate and Advanced Multi-engine training syllabus. The T-44 is a Beechcraft, twin engine turbo prop "King Air 90" that has been modified for multi-engine training of US Military pilots. Twenty Five (25) of the T-44 aircraft have been upgraded with the Rockwell Collins Pro Line 21 series avionics suite and those aircraft have been designated as T-44C aircraft. The T-44C aircraft configuration is unique to the U.S. Navy. Other T-44C differences as compared to KingAir C90 GTi/Proline21 include: • Landing gear handle is on right side of dash • Engine Instruments are analog (round dial) versus digital (tape) display • Unique electrical system CNATRA has a total of five (5) T-44 Instrument Flight Trainers (IFT) that are located at NAS Corpus Christi, TX. These IFTs were originally delivered in the T-44A configuration. Two (2) of the five IFTs have been modified to incorporate a simulated Rockwell Collins Pro Line 21 avionics suite. Due to the existence of the outstanding Part I deficiencies, the two (2) T-44C IFTs do not meet CNATRA training requirements. Modification of these two (2) IFTs to meet the CNATRA training requirements is needed to support pilot training throughput. All currently identified Part I deficiencies and discrepancies precluding the IFT's from meeting training requirements are provided as an attachment to this notice. These include but are not limited to functional shortcomings related to: • Flight director • Flight management system • Navigation data for the entire South Texas flight area The efforts required to correct these shortcomings for these two T-44C IFT's differ due to software and hardware configuration differences. Known software differences between the IFT's include the Pro Line 21 Vertical Navigation (VNAV) and updates to support modified I/O assemblies. Known hardware differences between the two (2) T-44C IFT (S/N 4 and S/N 5) includes: • I/O assemblies and relocation of overhead panel I/O (serial / distributed serial) • MFD cable and connector • RS-422 Quatech Serial Converter Boxes • Line Replaceable Units H/W differences currently preventing parts interchangeability between both IFT's • Video cards • 5V power supply • Strobe light • S/N 5 is an aircraft fuselage (others are manufactured) • S/N 4 electric trim wheel This effort will include inspection, analysis, and repair of existing hardware, software and documentation. Simulator requirements analysis will include the generation of a detailed requirements traceability matrix (RTM) that shall provide forward and backward traceability between the to-be upgraded capabilities, to the to-be updated documentation to the test methodology and test procedures. The task shall also include a presentation of the findings and preliminary design, along with detailed cost and schedule estimates for modification of the two IFTs. Additionally, the contract will allow for the inclusion of the detailed design, modification and testing of the IFTs, with corresponding updates to engineering and logistics documentation, and spares required. The first IFT to be modified will be S/N 4, and it will serve as the performance/operational baseline for S/N 5's modification. Existing functionality shall not be degraded from the pre-modification inspection utilized to establish the baseline. A spiral development and test approach may be implemented if it will reduce overall schedule or schedule risk. S/N 5 modification, which will include hardware and/or software changes necessary to match current S/N 4 performance, will follow successful completion of S/N 4. The contractor will provide a progressive test plan that will include updating the existing test procedures to demonstrate the correction of the Part I deficiencies and to verify that there is no performance degradation as a result of the modification. Sources are sought that can complete the above tasking in an expeditious timeframe after contract award as this is an existing need. Please respond to as many of the information items requested, partial responses are allowed. Information Requested 1. Experience and examples of successful Pro Line 21 Flight Simulation/Emulation integration into flight simulators 2. Experience and examples of successful short turn-around analysis and modification efforts 3. Estimate of the timeframe needed to perform taskings 4. Outline the technical approach to meeting the requirements in that timeframe, with emphasis on the acquisition or modification and integration of a T-44C-specific Pro Line 21 simulation/emulation/stimulation. 5. Outline of the personnel required 6. Data rights proposed 7. Ability to acquire or gain access to Pro Line 21 information / software / data packages with emphasis on the T44C avionics package 8. Post delivery support Informational Attachments 1. T-44 Syllabus 2. Deficiency and Discrepancy Reports 3. Current T-44C Avionics Upgrade Effort Performance Specification PRF 030074B T-44 TTPRR provided upon request Respondents will not be notified of the results of the Government's review of the contractor's information. Respondents deemed fully qualified will be considered in any resulting competitive solicitation for the requirement. The submission of this information is for PLANNING PURPOSES ONLY and is not to be construed as a commitment by the Government to procure any items/services, or for the Government to pay for the information received. NO SOLICITATION DOCUMENT EXISTS AT THIS TIME. Questions concerning this requirement should be directed to the Contract Specialist, Ms. Diane D. Conarroe, via email at diane.conarroe@navy.mil or by telephone at (407) 380-4032.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N61339-10-R-0025/listing.html)
 
Place of Performance
Address: 401 Bataan Street, Bldg 89, Corpus Christi, Texas, 78419, United States
Zip Code: 78419
 
Record
SN02104046-W 20100328/100326235113-135c59593f3a052923c88c82f3bd16a0 (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.