Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2010 FBO #3120
MODIFICATION

69 -- E-2C Trainer Concurrency Contract

Notice Date
6/8/2010
 
Notice Type
Modification/Amendment
 
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
N61339-09-R-0050
 
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
The Department of the Navy, Naval Air Warfare Center Training Systems Division (NAWCTSD), Orlando, FL, is seeking potential sources with the ability to upgrade the E2-C Legacy Training System to include modification, delivery, installation, and support of training devices and associated training products. This will be the last modification contract for the E2-C Legacy Training System before the start of the Weapon System sunset period. The period of performance for this effort will be approximately seven years starting in FY-11. The affected training devices consist of two E-2C Weapons System Trainers (WST) Devices 15F8H-4 & 15F8H-5, located at Naval Base Norfolk, VA, and Naval Base Ventura County (NBVC) Pt Mugu, CA, respectively, and one E-2C Simulated Maintenance Trainer (SMT) Device 11H177 located in Norfolk, VA. All of these devices are classified SECRET NO FOREIGN during operation. The overall objective of this procurement is to provide Naval Air Systems Command (NAVAIRSYSCOM) PMA 205 / PMA 231 and training system customers Commander, Airborne Command Control and Logistics Wing (COMACCLOGWING) and the Center for Naval Aviation Technical Training (CNATT) with modifications to these training products to include: a. Weapons System Concurrency: Hardware and software upgrades to reach and sustain concurrency (through life of the contract) with the respective E-2C weapon system changes, including the incorporation of Operational Flight Program(s) (OFP) SCS 5.1, 6.0, 6.1, and 7.0; HF Radio Upgrade; Mission Advanced Tactical Terminal (MATT); and other Aircraft ECPs. b. Technical Refresh: Increase trainer operational availability and reduce operational and maintenance costs by providing hardware and software upgrades for device(s) technical refresh, for incorporating Training Equipment Change Requests (TECR), and for increasing system commonality within these and other E2 training devices / systems. c. Training and Readiness (T&R) Credit Enhancements: Increase capability to deliver T&R credit through the training continuum by providing hardware and software upgrades to improve simulation fidelity for weapon sensor systems, communication systems, target dynamics performance, and instructor / operator capabilities. d. Information Assurance (IA): Increase operational security through integration of IA controls and deliver with an Authority to Operate (ATO) accreditation package. This effort will require maintaining concurrency with E-2C Weapon System upgrades and modifications in development. An initial set of system data will be provided as Government Furnished. Then the contractor will be required to interface with multiple weapon system vendors to obtain the necessary system data to develop these modifications. Also in order to minimize impact to device availability for training, the contractor will be required to set up a System Integration Laboratory (SIL) for modification kit development and in-plant testing. The modification kit will then be delivered, integrated and tested on-site. The WST devices provide tactical training and operations and employ three-seat trainee stations that replicate the Combat Information Center (CIC) of the aircraft; five instructor stations for set-up and operating the training scenarios; a pilot station for pilot control of navigation and scenario participation; trainer inputs/outputs (I/O), uninterruptible power supply (UPS), the Cooperative Engagement Capability (CEC) system, and Trainer Monitoring and Recording system. The SMT device provides maintenance and troubleshooting training for technicians and replicates the aircraft's cockpit, CIC and system components located in the Forward Equipment Compartment (FEC), and aft equipment compartment (AEC). The SMT has one IOS station for instructor control and to initiate malfunctions and faults. 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, Diane D. Conarroe, via email at diane.conarroe@navy.mil or by telephone at (407) 380-4032. CAPABILITY QUESTIONNAIRE 1. Given the type of work and the scope of the effort and considering that contract award is scheduled for August 2011 with a period of performance of 7 years, is your company interested in competing for this work as the prime contractor or performing as a subcontractor? 2. Describe your experience with obtaining system data from multiple weapons system vendors to achieve training system concurrency. Also describe your experience setting up of a Systems Integration Laboratory (SIL) for modification development and in-plant testing, and subsequent modification kit site integration and test. 3. Provide a description of comparable Naval Aviation Training Systems efforts your firm has completed within the last five years. 4. Provide a description of the management approach and tools to apply Earned Value Management (EVM). Explain how EVM is implemented in accordance with ANSI/EIA-748-A Earned Value Management Systems (EVMS) guidelines. Indicate if your EVMS is certified by DCMA. Explain how EVM is integrated in your overall Program Management process. 5. List any ground rules and/or assumptions that your company recommends for this effort, including contract type, pricing and option exercise. 6. Provide the top five risks or issues your company has identified that could have potential negative impact to the successful completion of this procurement. 7. Describe your physical capacity for accomplishing this effort, including your capability to establish a classified development environment, the setup of a SIL, and your capability to handle and use Aircraft Common Equipment. 8. Provide a description of your current hardware engineering and manufacturing capabilities. 9. Describe the software tools and metrics your firm uses to manage software efforts and tasks. Include a description of your current software engineering processes, including staffing, organizational structure, and Capability Maturity Model Integration (CMMI) level. 10. Information Assurance is a critical task in this procurement and will be monitored throughout the procurement cycle. Provide a description of IA work experience your firm has gained within the last five years in procurement of new devices and experience in streamlining on-going IA maintenance across single and multiple devices. The capability statement should include the following information: (1) Name and address of the firm; (2) Size of business; (3) Ownership; and (4) Names of two principals to contact, including title and telephone number. Businesses capable of accomplishing the requirements are invited to submit literature and brochures; however, brevity of extraneous information is desired. Information should be sent via e-mail to diane.conarroe@navy.mil. Alternative submittal methods are via facsimile to (407) 380-4164, Attn: Code 25343 (Diane Conarroe), 12350 Research Parkway, Orlando, FL 32826-3275. Responses are requested by 12 August 2009. Depending upon your firm's responses, the Government may request a visit to your facility(s) to gain a further understanding of your capabilities. There is no other prescribed format requirements for the response to the sources sought. The results will be utilized to determine set-aside opportunities and to survey industry capabilities. Failure of a respondent to provide adequate information to show the company has the capability to perform the effort may be considered an indication that it does not have the required capabilities and could be a factor in any set-aside decision. The Department of the Navy will use the responses to the announcement to make an informed decision concerning the procurement strategy it will pursue to meet its objectives, and, if the Department of the Navy elects to proceed with a procurement, to structure the solicitation to maximize commercial sector interest and encourage innovative and imaginative proposals. Respondents will not be notified of the results of the Government's review of the capability statement. Failure to respond to this sources sought synopsis shall not limit a potential offeror's ability to respond to a solicitation at a later date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N61339-09-R-0050/listing.html)
 
Place of Performance
Address: Naval Base Norfolk, VA, Naval Base Ventura County (NBVC) Pt Mugu, CA, United States
 
Record
SN02171208-W 20100610/100608234933-80db7947656d5b39a6c7ded868735351 (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.