Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 17, 2013 FBO #4072
MODIFICATION

U -- C130J A1U Maintenance Course Development

Notice Date
1/15/2013
 
Notice Type
Modification/Amendment
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, U.S. Coast Guard Headquarters (CG-912), 1900 Half Street, SW, Washington, District of Columbia, 20593-0001, United States
 
ZIP Code
20593-0001
 
Solicitation Number
HSCG23-13-I-2AD019
 
Point of Contact
Kelson A. Baker, Phone: 2024753716, Robert Mann-Thompson, Phone: 2024753252
 
E-Mail Address
Kelson.A.Baker@uscg.mil, robert.a.mann-thompson@uscg.mil
(Kelson.A.Baker@uscg.mil, robert.a.mann-thompson@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Coast Guard is seeking to identify possible sources capable of fulfilling an existing requirement for C130H Training Development. THIS IS NOT A SOLICITATION. The NAICS Code is 611710 - Educational Support Services. The purpose of this sources sought is to identify interested large and small business concerns. See the Draft Statement of Work below for details of the requirement. All interested parties are encouraged to provide a capabilities statement. Include the following information in your submission: DUNS, Small Business Status (if any), Small Business Sub-category, a point of contact, and a brief narrative NTE 5 PAGES demonstrating your firms capability to meet the requirements section of the SOW. Capabilities Statement Submission Deadline: 1700ET on January 18, 2013 via email to Kelson Baker at Kelson.A.Baker@uscg.mil or Fax 202-475-3205. Due to USCG Internet restrictions, electronic mail attachments over 5 MB in size will not be received, and will need to be sent separately. It is the offereors responsibility to note the correlation of their proposal if sent over multiple emails. FAR 52.215-3 Request for Information or solicitation for planning purposes only REQUEST FOR INFORMATION OR SOLICITATION FOR PLANNING PURPOSES (OCT 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of: Identifying potential sources. (End of provision) DRAFT STATEMENT OF WORK CONTRACTOR TRAINING SUPPORT SERVICES FOR THE A1U Dated: December 5, 2012 1.0 GENERAL 1.1 SCOPE In order to ensure safe, economical and effective operational employment of these aircraft, and in keeping with the excellent stewardship of American tax-payer resources, the U. S. Coast Guard needs personnel properly trained in maintaining newly installed Avionics 1 Upgrade (A1U) aircraft equipment. The U.S. Coast Guard (USCG) seeks a contractor to develop a detailed hands on A1U maintenance troubleshooting training curriculum complete with troubleshooting instruction down to the A1U Line Replaceable Units (LRU)s for the USCG's Fleet of HC-130H aircraft. This effort requires the Contractor to develop a maintainer course for training USCG Fleet maintenance personnel for all newly installed A1U systems equipment to include training and use of maintenance procedure cards (MPCs). The maintainer course shall be developed in accordance with the guidelines specified in the USCG Training System SOPs. The contractor's course shall include but shall not be limited to, overviews of installed A1U equipment; troubleshooting instruction of all A1U systems equipment to the LRU level; fault Isolation procedures; safety requirements, scheduled maintenance training; and operational performance checks for A1U systems equipment. The primary USCG personnel rate to be trained with this course will be Aviation Electronics Technicians (AETs). All training materials and training aids developed for this task shall be considered property of the USCG and shall be delivered in its entirety as a requirement of completion of this task. The delivered course curriculum will be a complete "ready for use" training course that the USCG will use to train HC-130H AETs responsible for A1U system maintenance. 1.2 BACKGROUND The Coast Guard employs a bi-level maintenance structure consisting of organizational and depot level maintenance. Organizational level maintenance is maintenance performed at each Air Station by trained CG technicians and includes troubleshooting to the LRU component level as well as scheduled maintenance required by the precocity specified by the Maintenance Due List (MDL). Depot level maintenance includes repair of inoperable systems equipment that can only be repaired by the OEM or designated USCG depot center(s). Development of an Organizational level maintenance instruction course shall result in AET personnel trained to troubleshoot and maintain A1U systems equipment to the LRU level. 1.3 CONTRACTOR PERSONNEL. 1.3.1 Project Manager. The Contractor shall provide a Project Manager who shall be responsible for all Contractor work performed under this contract. The Project Manager shall be a single point of contact for the Contracting Officer (KO) and the Contracting Officer's Technical Representative (COR). It is anticipated that the Project Manager shall be one of the senior level employees provided by the Contractor for this work effort. The name of Project Manager, and the name(s) of any alternate(s) who shall act for the Contractor in the absence of the Project Manager, shall be provided to the Government as part of the Contractor's proposal. During any absence of the Project Manager, only one alternate shall have full authority to act for the Contractor on all matters relating to work performed under this contract. The Project Manager and all designated alternates shall be able to read, write, speak, and understand English. Additionally, the Contractor shall not replace the Project Manager without prior acknowledgement from the KO. 1.3.2 The Project Manager shall be available to the COR via telephone between the specified hours of operation found below (See SOW 1.8), and shall respond to a request for discussion or resolution of technical problems within 4 hours of notification. 1.3.3 Key Personnel. Before replacing any individual designated as Key by the Government, the Contractor shall notify the KO no less than 15 business days in advance, submit written justification for replacement, and provide the name and qualifications of any proposed substitute(s). All proposed substitutes shall possess qualifications equal to or superior to those of the Key person being replaced. The Contractor shall not replace Key Contractor personnel without acknowledgment from the KO. The Project Manager has been designated as Key by the government. 1.34 Qualified Personnel. The Contractor shall provide qualified personnel to perform all requirements specified in this contract. All Contractor employees supporting this requirement shall also be citizens of the United States. Additional requirements for qualified personnel will be provided in subsequent task orders as required. 1.3.4.1 Project Manager - Bachelor degree from an accredited institute of higher education and five years experience project management experience. Ten years of program management work experience and a professional Project Management/Program Management Certification may be substituted for the bachelor degree requirement. 1.3.5 Employee Identification. As required in government facilities, contractor employees shall wear an identification badge that, at a minimum, displays the Contractor name, the employee's name, employee's photo, employee's clearance-level, and badge expiration date. All Contract employees shall display all identification and visitor badges in plain view above the waist at all times. 1.3.6 Conflict of Interest. The Contractor shall not employ any person who is an employee of the United States Government if that employee would, or would appear to cause a conflict of interest. 1.4 SECURITY Contractor access to Secret Level information may be required. Contractors are required to have clearance and be approved by the contracting officer prior to having access to this information. Contractor employees shall safeguard this information against unauthorized disclosure or dissemination. 1.5 PERIOD OF PERFORMANCE The period of performance for this Contract is ten (10) months from date of contract award. 1.6 PLACE OF PERFORMANCE Course development and training shall be completed at the contractor's facility. 1.7 HOURS OF OPERATION Coast Guard Offices are open between the hours of 0800 and 1730 EST, Monday through Friday (except Federal holidays). Contractors are free to operate at contractor owned facilities as they see fit. 1.8 TRAVEL Travel may be required as a part of the work performed under this CONTRACT. All travel must be approved in writing by the COR in advance of the travel taking place. All travel under this CONTRACT and subsequent Task Orders will be reimbursed on a direct cost basis in accordance with FAR 31.205-46. Indirect costs such as labor, G&A, or any other type of burden will NOT be reimbursed. 1.9 KICK-OFF MEETING The purpose of the Kick-Off Meeting, which will be chaired by the KO, is to discuss technical and contracting objectives of this contract and review the Contractor's project plan. The KO, COR and Contractor will hold the Kick-Off Meeting via telephone conference no later than five (5) business days after the date of award. 1.10 STATUS MEETINGS. Project Manager shall be available to meet with the COR upon request to present deliverables, discuss progress, exchange information and resolve emergent technical problems and matters. Contractual issues will be resolved by assigned Contracting Specialist/ Contracting Officer, whose attendance can be requested by either COR or Contractor in advance. 1.11 PROJECT PLAN After award, the Contractor shall provide a draft Project Plan at the Kick-Off Meeting for Government review and comment. The Contractor shall provide a final Project Plan to the COR not later than five (5) business days after the Kick-Off Meeting. 1.12 GENERAL REPORT REQUIREMENTS. Contractor shall provide all written reports in electronic format with read/write capability using applications that are compatible with Coast Guard Standard Workstation (Windows XP or Vista, Microsoft Office Applications, and Adobe Acrobat 8.0). 1.13 PERFORMANCE REQUIREMENTS SUMMARY Task orders issued under this contract will be performance based. The SOW will set forth the expected outcomes (objectives) of the service(s) required of the contractor to attain the objectives, a performance standard per outcome, and a plan for a reduction in payment in the event the contractor does not meet the performance standard. It is the intent of the Government to maintain consistency in standards and associated reduction schedules for same or similar outcomes from task order to task order. 1.14 REVIEW, REVISIONS AND ACCEPTANCE OF DELIVERABLES. The USCG shall have 15 business days from delivery of each deliverable to review and provide comments to the Contractor or accept the deliverable. If the deliverable is not accepted, the Contractor shall have 5 business days from receipt of the USCG's comments to respond and/or make revisions. All deliverables listed in PWS 7.0 require USCG approval prior to commencing work on subsequent deliverables. 1.14.1 Work shall be completed in the order identified in Item 5 such that each deliverable is reviewed and approved prior to commencing work on the next deliverable. 1.15 INTELLECTUAL PROPERTY All Contractor developed processes and procedures and other forms of intellectual property first developed under this contract shall be considered Government property. 1.15.1 In Accordance With FAR 52.227-14 Rights in Data General (Dec 2007). All documentation, photography and electronic data and information collected by the Contractor and entered into or generated in support of this contract shall be considered Government property, and shall be returned to the Government at the end of the performance period. 1.16 PROTECTION OF INFORMATION Contractor access to information protected under the Privacy Act is required under this contract. Contractor employees shall safeguard this information against unauthorized disclosure or dissemination in accordance with the law and Government policy and regulation. 1.17 SECTION 508 COMPLIANCE. Section 508 of the Rehabilitation Act (29 U.S.C. 794d), as amended by the Workforce Investment Act of 1998 (P.L. 105-220), August 7, 1998, requires that when Federal agencies develop, procure, maintain, or use electronic and information technology, they must ensure that it is accessible to people with disabilities, unless it would pose an undue burden to do so. Federal employees and members of the public who have disabilities must have access to and use of information and services that is comparable to the access and use available to non-disabled Federal employees and members of the public. All electronic and information technology (EIT) deliverables within this work statement shall comply with the applicable technical and functional performance criteria of Section 508 unless exempt. Specifically, the following applicable standards have been identified: 36 CFR 1194.22 - Web-based Intranet and Internet Information and Applications, applies to all Web-based deliverables, including documentation and reports procured or developed under this work statement. When any Web application uses a dynamic (non-static) interface, embeds custom user control(s), embeds video or multimedia, uses proprietary or technical approaches such as, but not limited to, Flash or Asynchronous Javascript and XML (AJAX) then "1194.21 Software" standards also apply to fulfill functional performance criteria. 36 CFR 1194.31 - Functional Performance Criteria, applies to all EIT deliverables regardless of delivery method. All EIT deliverable shall use technical standards, regardless of technology, to fulfill the functional performance criteria. 36 CFR 1194.41 - Information Documentation and Support, applies to all documents, reports, as well as help and support services. To ensure that documents and reports fulfill the required "1194.31 Functional Performance Criteria", they shall comply with the technical standard associated with Web-based Intranet and Internet Information and Applications at a minimum. In addition, any help or support provided in this work statement that offer telephone support, such as, but not limited to, a help desk shall have the ability to transmit and receive messages using TTY. Exceptions for this work statement have been determined by DHS and only the exceptions described herein may be applied. Any request for additional exceptions shall be sent to the COR and determination will be made in accordance with DHS MD 4010.2. DHS has identified the following exceptions that may apply: 36 CFR 1194.2(b) - (COTS/GOTS products), When procuring a product, each agency shall procure products, which comply with the provisions in this part when such products are available in the commercial marketplace or when such products are developed in response to a Government solicitation. Agencies cannot claim a product as a whole is not commercially available because no product in the marketplace meets all the standards. If products are commercially, available that meet some but not all of the standards, the agency must procure. 2.0 GOVERNMENT TERMS AND CONDITIONS 2.1 COMDTINST - Coast Guard Commandant Instruction 2.2 COR - Contracting Officer's Representative 2.3 FAA - Federal Aviation Administration 245 KO - Contracting Officer 2.5 OEM Approved Methodologies - Original equipment manufacturer approved and required methodologies for maintaining the HC-130H aircraft. 2.6 PRS - Performance Requirements Summary 2.7 PWS - Performance Work Statement 2.8 USCG - United States Coast Guard 2.9 A1U - Avionics 1 Upgrade 3.0 GOVERNMENT FURNISHED INFORMATION The government will provide commercial based (OEM) information on all A1U systems equipment to be trained as well as any A1U developed tech pub Flight Manual material, and Maintenance Training Procedure Cards (MPCs) that have been produced as part of the contract. 4.0 CONTRACTOR FURNISHED RESOURCES The Contractor shall furnish all facilities, materials, equipment, special troubleshooting tools, training aids, course materials, labor and services necessary to fulfill the requirements of each task order other than those provided in PWS 3.0. 4.1 The Contractor is responsible for furnishing the following but is not limited to, all course lab, maintenance training aids, specialized troubleshooting equipment, troubleshooting matrixes, diagrams, flowcharts, and all other resources necessary to teach the developed course curriculum. 4.2 The contractor shall obtain the following equipment to meet the requirements of this contract. This equipment will not be turned over to the government at upon completion of this contract. 4.2.1 Flight Control Computer (FCC-86H) 4.2.2 Servo Motor (SVO-80B) 4.2.3 Serial Interface Unit (SIU-80) 4.2.4 Mode Selector Panel (MSP-85) 4.2.5 Autopilot Control Panel (APP-85) 4.2.6 Attitude Heading Computer (AHC-3000A) 4.2.7 External Compensator Unit (ECU-3000) 4.2.8 Flux Detector Unit (FDU-3000) 4.2.9 Remote Heading and Course Selector (614E-22B) (HC-130H) 4.2.10 ARC-210 V/U/SATCOM (822-1707-002) 4.2.11 SATCOM LNA/Diplexer (MX-11745/ARC) 4.2.12 Amplifier, Radio Frequency (AM-7526) 4.2.13 ARC-190 (V) 8 HF (622-5985-001) 4.2.14 Communications Processor Automatic Link Establishment (ALE) (CP-2024C) 4.2.15 Flexcom 2000 VHF-FM (P-2000) 4.2.16 VHF-AM Comms (618M-3A) 4.2.17 Duel SLAB Batteries 4.2.18 Diode isolation between batteries 4.2.19 Generators 4.2.20 Transformer Rectifiers 4.2.21 Inverters 4.2.22 Reverse Current Relay 4.2.23 Automatic Direction Finder (ADF) Receiver (ARN-149(V)1) 4.2.24 Air Data Computers (ADC-86A) 4.2.25 Air Data Control (ARP-851) 4.2.26 Radar Altimeter (Radalt)(ALT-4000) 4.2.27 Embedded GPS Inertial Navigation Unit (EGI)(H-764GU) 4.2.28 Data Converter (933800-32) 4.2.29 Direction Finder (DF-430) 4.2.30 VOR/ILS Receiver (ARN-123) 4.2.31 TACAN (ARN-118) 4.2.32 Control Display Unit (CDU-7000E) 4.2.33 Multifunction Displays (MFD-268C2) 4.2.34 Control Panel (CP-255K) 4.2.35 Processor Switch Module (PSM-8600A) 4.2.36 Data Transfer Unit (DTU-7100) 4.2.37 Interactive hand controllers (IHC) 4.2.38 Display Brightness Control Panel (DBCP) 4.2.39 Advisory Caution and Warning System (ACAWS) 4.2.40 CDU / Display Power Panel 4.2.41 Electronic Standby Indicator (ESI) (338MFD1-1) 4.2.42 Magnetometer (NDN10904-01) 4.2.43 Tone Generator (630-015) 4.2.44 Interface Ship Set (ISS) 4.2.45 Flight Data Acquisition Unit (FADU) (interfaces) 4.2.46 Weather Radar (RTA 4114) 4.2.47 Enhanced Ground Proximity Warning System (EGPWS MK-VII) 4.2.48 Identify Friend or Foe (IFF) (APX-119) 4.2.49 Automatic Broadcast System (ADS-B) (GDL-90) 5.0 REQUIREMENTS The Contractor shall deliver to the government a course curriculum, training plan, and provide train the trainer courses. 5.0.1 The Contractor's course shall be designed and developed not exceed 15 business days. 5.0.2 Upon completion of the out briefing the Contractor shall provide training to USCG Trainers. 5.1 COURSE DEVELOPMENT 5.1.1 Instructional Design Plan. The Contractor shall provide a comprehensive Instructional Design Plan for each course and submit to the COR. 5.1.2 Prototype Lesson. The Contractor shall create a prototype lesson displaying instructional elements detailed in the Design Plan for each course and submit to the COR. 5.1.3 Instructional Modules. The Contractor shall develop complete instructional modules for review and approval as agreed upon in the Alignment Meeting, Project Plan, and Design Plan for each course and submit to the COR. 5.1.4 Pilot Training Course. The Contractor shall coordinate with the USCG schedule and deliver a pilot course to train up to six (6) ATTC instructor personnel designated by the USCG. 5.1.4.1 USCG personnel that participate in the pilot training class will evaluate and assess the course curriculum and make formal recommendations to the Contractor as needed to adjust course curriculum to remediate areas of weakness. The Contractor shall adjust the course curriculum as required and submit a formal report to the COR specifying resolution and or/ mitigation of course discrepancies. 5.1.5 Final Course Package. The Contractor shall provide the following elements for the course: 5.1.5.1 Student instructional materials 5.1.5.2 Job Aids/Performance aids 5.1.5.3 Assessment activities 5.1.5.4 Instructor guides 5.1.5.5 Curriculum Outline 5.1.6 Out-Brief. The Contractor will prepare and conduct a formal Out-Brief demonstrating agreed upon selections of each course. 5.2 COURSE REQUIREMENTS 5.2.1 A1U SYSTEM OVERVIEW The Contractor's course at a minimum shall provide instruction on the overview/background on the CNS/ATM system requirements to include technical explanations for why A1U systems are being installed. The overview will include and provide a documented list of legacy systems that are removed as a result of A1U equipment installation, as well as a corresponding list of all A1U equipment that is being installed. 5.2.1.1 The Contractor's course shall at a minimum provide instruction on the following aircraft components installed by A1U or modified by A1U: Flight Control Computer (FCC-86H), Servo Motor (SVO-80B), Serial Interface Unit (SIU-80), Mode Selector Panel (MSP-85), Autopilot Control Panel (APP-85), Attitude Heading Computer (AHC-3000A), External Compensator Unit (ECU-3000), Flux Detector Unit (FDU-3000), Remote Heading and Course Selector (614E-22B) (Rockwell Collins) 5.2.1.2 The Contractor's course curriculum shall be developed to utilize CGTO's, MPC's and computers for loading software updates both OFP programs, navigation data base updates, chart data base, TAWS data base, ARC-210 Red and Black loading and P-2000 code plug and KVL loading. 5.2.1.3 The Contractor's course shall be developed to utilize maintenance training devices, actual aircraft and/or aircraft parts to the maximum extent possible. 5.2.2 AUTOPILOT AND FLIGHT DIRECTOR SYSTEM The Contractor shall provide a comprehensive maintenance training section on A1U HC-130H autopilot and flight director system. The instruction should include component description, operation, function, and system interoperation. Upon successful course completion, the student shall be able to operate, inspect, troubleshoot to the LRU level, service, and remove/replace components installed on HC-130H. 5.2.2.1 The Contractor's course shall at a minimum provide instruction on the following aircraft components installed by A1U or modified by A1U: Flight Control Computer (FCC-86H), Servo Motor (SVO-80B), Serial Interface Unit (SIU-80), Mode Selector Panel (MSP-85), Autopilot Control Panel (APP-85), Attitude Heading Computer (AHC-3000A), External Compensator Unit (ECU-3000), Flux Detector Unit (FDU-3000), Remote Heading and Course Selector (614E-22B) (HC-130H) 5.2.2.2 The Contractor's course shall also include (but not limited to) system Block Diagrams, interfaces, power inputs, basic signal flow, general maintenance, troubleshooting procedures to the LRU, component location and BIT functions. This instruction should also include any programming necessary to maintain the system and basic instructions to perform an AHARS compass swing. 5.2.2.3 The Contractor's course shall be developed to utilize maintenance training devices, actual aircraft and/or aircraft parts to the maximum extent possible. 5.2.3 COMMUNICATIONS SYSTEMS The Contractor shall provide a comprehensive maintenance training section on HC-130H Communication systems. Upon successful course completion, the student shall be able to operate, inspect, troubleshoot to the LRU level, load "Red and Black" fills, load Code plugs and KVL keys, service, and remove/replace components installed on HC-130H. 5.2.3.1 The Contractor's course at a minimum shall provide instruction on the following aircrafts Communication system installed by A1U or modified by A1U: ARC-210 V/U/SATCOM (822-1707-002), SATCOM LNA/Diplexer (MX-11745/ARC), Amplifier, Radio Frequency (AM-7526), ARC-190 (V) 8 HF (622-5985-001), Communications Processor Automatic Link Establishment (ALE) (CP-2024C), Flexcom 2000 VHF-FM (P-2000), VHF-AM Comms (618M-3A) 5.2.3.2 The Contractor's course shall also include (but not limited to) system Block Diagrams, interfaces, power inputs, basic signal flow, general maintenance, troubleshooting procedures to the LRU, component location and BIT functions. This instruction should also include any programming necessary to maintain the system and basic instructions to load all the communication equipment OFP, and red and black fills, code plugs and ALE. 5.2.3.3 The Contractor's course shall be developed to utilize maintenance training devices, actual aircraft and/or aircraft parts to the maximum extent possible. 5.2.4 ELECTRICAL POWER / BUS DISTRIBUTION The Contractor shall provide a training section on the A1U HC-130H electrical bus structure and differences to include the duel battery operation. Upon successful completion, the student shall be able to determine electrical bus structure, and locate power source and Circuit breaker locations to the panel. 5.2.4.1 The Contractor's course at a minimum shall provide electrical bus structure both AC and DC buses and a new Battery Buses, Block Diagrams, ID components to the electrical bus and if the component has a back-up power ID that electrical bus. The Contractor's course at a minimum shall provide instruction on the following aircraft components installed by A1U or modified by A1U:Duel SLAB Batteries, Diode isolation between batteries, Generators, Transformer Rectifiers, Inverters, Reverse Current Relay 5.2.4.2 The course should (but not limited to) contain basic theory / overview and operation of generators and transformer rectifiers and inverters and power distribution as it applies to the A1U upgrade. 5.2.4.3 The Contractor's course shall be developed to utilize maintenance training devices, actual aircraft and/or aircraft parts to the maximum extent possible. 5.2.5 NAVIGATION SYSTEMS The Contractor shall provide maintenance training section on the A1U HC-130H Navigation System. Upon successful course completion, the student shall be able to operate, program, inspect, troubleshoot to the LRU level, and remove/replace components as installed on the HC-130H. 5.2.5.1 The Contractor's course at a minimum shall provide instruction on the following aircraft components installed by A1U or modified by A1U:Automatic Direction Finder (ADF) Receiver (ARN-149(V)1), Air Data Computers (ADC-86A), Air Data Control (ARP-851), Radar Altimeter (Radalt)(ALT-4000), Embedded GPS Inertial Navigation Unit (EGI)(H-764GU), Data Converter (933800-32), Direction Finder (DF-430), VOR/ILS Receiver (ARN-123), TACAN (ARN-118). 5.2.5.2 The Contractor's course shall also include (but not limited to) system Block Diagrams, interfaces, power inputs, basic signal flow, general maintenance, troubleshooting procedures to the LRU, component location and BIT functions. This instruction should also include any programming necessary to maintain the system and basic instructions to load the EGI P-codes. 5.2.5.3 The Contractor's course shall be designed to utilize maintenance training devices, actual aircraft and/or aircraft parts to the maximum extent possible. 5.2.6 ELECTRONIC FLIGHT DISPLAY SYSTEM The Contractor shall provide a comprehensive maintenance training section on the A1U HC-130H. Upon successful course completion, the student shall be able to operate, inspect, troubleshoot to the LRU level, service, and remove/replace components installed on the HC-130H. 5.2.6.1 The Contractor's course at a minimum shall provide instruction on the following aircraft components installed by A1U or modified by A1U:Control Display Unit (CDU-7000E), Multifunction Displays (MFD-268C2), Control Panel (CP-255K), Processor Switch Module (PSM-8600A), Data Transfer Unit (DTU-7100), Interactive hand controllers (IHC), Display Brightness Control Panel (DBCP), Advisory Caution and Warning System (ACAWS), CDU / Display Power Panel, Electronic Standby Indicator (ESI) (338MFD1-1), Magnetometer (NDN10904-01), Tone Generator (630-015), Interface Ship Set (ISS), Flight Data Acquisition Unit (FADU) (interfaces). 5.2.6.2 The Contractor's course shall also include (but not limited to) system Block Diagrams, interfaces, power inputs, basic signal flow, general maintenance, troubleshooting procedures to the LRU, component location and BIT functions. This instruction should also include any programming necessary to maintain the system and basic instructions to load the equipment OFP's, Map Data and Nav Data Base and perform alignment procedures on the ESI and Magnetometer. 5.2.6.3 The Contractor's course shall be designed to utilize maintenance training devices, actual aircraft and/or aircraft parts to the maximum extent possible. 5.2.7 SAFETY AND SURVEILLANCE The Contractor shall provide comprehensive maintenance training material for the HC-130H Flight Guidance System. Upon successful course completion, the student shall be able to operate, inspect, troubleshoot to the LRU level, service, and remove/replace components installed on the HC-130H Flight Guidance System. 5.2.7.1 The Contractor's course at a minimum shall provide instruction on the following aircraft components installed by A1U or modified by A1U: Weather Radar (RTA 4114), Enhanced Ground Proximity Warning System (EGPWS MK-VII), Identify Friend or Foe (IFF) (APX-119), Automatic Broadcast System (ADS-B) (GDL-90). 5.2.7.2 The Contractor's course shall also include (but not limited to) system Block Diagrams, interfaces, power inputs, basic signal flow, general maintenance, troubleshooting procedures to the LRU level, component location and BIT functions. This instruction should also include any programming necessary to maintain the system and basic instructions to load the equipment OFP's, Terrain Data Bases, and mode 4/5 codes. 5.2.7.3 The Contractor's course shall be designed to utilize maintenance training devices, actual aircraft and/or aircraft parts to the maximum extent possible. 5.3 COURSE EXAMINATION The delivered course curriculum shall include a student examination (test) that covers all the material specified in PWS section 5.2 that will test and evaluate the student's retention of the course material. 5.4 COURSE DELIVERY Upon successful remediation of all course discrepancies identified as per 5.1.4, the Contractor shall deliver a complete training curriculum that will include the following but not limited to; all course outlines, course materials and instructions, troubleshooting matrixes and diagrams, any training aids developed for troubleshooting, test materials, diagrams, illustrations, and all other tools and publications needed for trained instructors to deliver it to USCG personnel. All course materials shall be delivered to the USCG in both hard copy and electronic version. Electronic delivery shall be in native file and in a fully editable format that is compatible with standard USCG workstations. 5.5 TRAIN THE TRAINIER CLASS Upon acceptance of course delivery and the successful completion of the out-brief the Contractor shall make available training for up to eighteen (10) USCG personnel. 6.0 REFERENCES 6.1. COMDTINST 1500.10C, Performance, Training, and Education Manual, can be found online at: http://www.uscg.mil/hr/cg132/docs/COMDTINSTM1500.10C.pdf. 6.2 Aeronautical Engineering Maintenance Management Manual (COMDTINST M13020.1) http://www.uscg.mil/directives/cim/13000-13999/cim_13020_1f.pdf 6.3 Coast Guard Training System Standard Operating Procedures (SOPs) http://www.uscg.mil/forcecom/training/training_sop.asp 6.4 Communication And Navigation Systems: CGTO 1C-130H-1-5 C4ISR Ops Manual, Rockwell Collins Maintenance Manual, Rockwell Collins Flight Manual 6.5 Wiring Manual: CGTO 1C-130H-2-13 Series (to be developed), Rockwell Collins A1U Wiring Diagrams 6.6 Rockwell Collins OEM Manuals: Rockwell Collins Source Data 6.7 Flight Manual: CGTO 1C-130H-1 Series 7.0 DELIVERABLES Item PWS Deliverable Due By Due To 1 1.9 Kick-Off Meeting Five (5) business days after contract award KO 2 1.10 Draft Project Plan Due at Kick-Off Meeting 3 1.10 Final Project Plan Five (5) business days after kick-off meeting COR 4 1.11 Status Meetings As Needed by COR COR 5 1.12 General Report Requirements As Needed by COR COR 6 5.1.1 Draft Instructional Design Plan As mutually agreed upon in the Final Contractor Project Plan. COR Checkpoint: COR will provide comments back to Contractor within fifteen (15) business days after receiving draft. 7 5.1.1 Final Instructional Design Plan After receipt of COR Draft comments as mutually agreed upon in the Final Contractor Project Plan. COR Checkpoint: COR will provide comments back to Contractor within fifteen (15) business days after receiving draft. The COR response(s) provided within 30 days of comments are final. COR 8 5.1.2 Draft Prototype Lesson Upon acceptance of Instructional Design Plan. As mutually agreed upon in the Final Contractor Project Plan. COR Checkpoint: COR will provide comments back to Contractor within fifteen (15) business days after receiving draft. 9 5.1.2 Final Prototype Lesson After receipt of COR Draft comments as mutually agreed upon in the Final Contractor Project Plan. COR Checkpoint: COR will provide comments back to Contractor within fifteen (15) business days after receiving draft. The COR response(s) provided within 30 days of comments are final. COR 10 5.1.3 Draft Instructional Modules Upon acceptance of Prototype Lesson. As mutually agreed upon in the Final Contractor Project Plan. COR Checkpoint: COR will provide comments back to Contractor within fifteen (15) business days after receiving draft. 11 5.1.3 Final Instructional Modules After receipt of COR Draft comments as mutually agreed upon in the Final Contractor Project Plan. COR Checkpoint: COR will provide comments back to Contractor within fifteen (15) business days after receiving draft. The COR response(s) provided within 30 days of comments are final. COR 12 5.1.4 Pilot Training Course After approval of instructional modules as mutually agreed upon in the final project plan COR 13 5.3 Course Examination Upon completion of pilot training course COR 14 5.1.5 Draft Course Package After receipt of government feedback from pilot training course. As mutually agreed upon in the Final Contractor Project Plan. COR Checkpoint: COR will provide comments back to Contractor within fifteen (15) business days after receiving draft. 15 5.1.5 Final Course Package After receipt of COR Draft comments as mutually agreed upon in the Final Contractor Project Plan. COR Checkpoint: COR will provide comments back to Contractor within fifteen (15) business days after receiving draft. The COR response(s) provided within 30 days of comments are final. COR 16 5.1.6 Out-Brief Five (5) business days after acceptance of Final Course Package COR 17 5.5 Train The Trainer Course As Needed by COR COR
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-13-I-2AD019/listing.html)
 
Place of Performance
Address: 1900 Half Street SW, Washington, District of Columbia, 20593, United States
Zip Code: 20593
 
Record
SN02966141-W 20130117/130115234850-f5cf96f64fa1fe62718c6a9e9605d754 (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.