Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 15, 2013 FBO #4282
SOURCES SOUGHT

69 -- Sources Sought F/A-18 Kuwait Air Force Courseware - Technical Requirements

Notice Date
8/13/2013
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
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, United States
 
ZIP Code
32826-3224
 
Solicitation Number
N61340-13-R-1063
 
Archive Date
9/13/2013
 
Point of Contact
Tracy E. Harper, Phone: 407-380-4306, Holly J Deford, Phone: 407-380-4418
 
E-Mail Address
tracy.harper@navy.mil, holly.deford@navy.mil
(tracy.harper@navy.mil, holly.deford@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Technical Requirements INTRODUCTION: The Naval Air Warfare Center Training Systems Division (NAWCTSD), Orlando, FL, is seeking information for potential sources under the Training Data Products Contract (TDPC) N61340-12-D-7101-7130 or 7201-7222 to update the current Kuwait Air Force (KAF) F/A-18 Aircrew Training Operational Flight Program (OFP) 15C(K) courseware to the F/A-18 OFP-25X(K) platform configuration. To assist in the conversion, the current KAF F/A-18 Aircrew OFP 15C(K) courseware and domestic United States Navy (USN) F/A-18 OFP-21X courseware will be provided as Government Furnished Information. In addition, information is sought to replace the KAF classroom PC computers and hardware to deliver the upgraded courseware. Summary of technical requirements are identified in the attached document. PROGRAM BACKGROUND: The Kuwaiti F/A-18 OFP 15C(K) Aircrew Training courseware includes Interactive Courseware (ICW) and Computer Assisted Instruction (CAI) or Instructor Led Training. The KAF Electronic Classroom is a PC based system consisting of eight student workstations plus two remote workstations located at the Kuwait Aircrew Training (KAT) Squadron facilities, KAF Air Base, in Al-Jaber, Kuwait. The Kuwait Air Force is upgrading their F/A-18 aircrafts to incorporate improvements similar to the U.S. Navy F/A-18 Software Configuration Set (SCS) 25X(K) platform. The KAF is also upgrading their Electronic Classroom to support the upgraded courseware. PLACE OF PERFORMANCE: The preponderance of the effort can be completed at the contractor's facility; however some travel may be needed to meet contract requirements. REQUIRED CAPABILITIES: Interested parties should provide documentation on their Capabilities, Experience, Schedule, and Cost that demonstrates ability to fulfill the detailed courseware upgrade tasks identified in the attached Technical Requirements document. The Technical Requirements document is provided for parties to determine whether or not they are interested in this effort, and parties should not provide full responses to the information within that document. a. CAPABILITIES: Interested parties should provide a brief company introduction and details on the company/organization, including any potential teaming approach. Include information on program management, requirements management, risks, and courseware development plans and processes. Additionally, any interested parties should provide responses to the following questions: i. Describe your company's current relevant experience, within the last 5 years, for converting and/or upgrading Aviation Aircrew courseware in relation to analysis, design and development. ii. Describe your company's current relevant experience, within the last 5 years, for converting and/or upgrading F/A-18 courseware in relation to analysis, design and development. iii. Describe your company's current relevant experience, within the last 5 years, for converting and/or upgrading F/A-18 courseware in a Foreign Military Sales (FMS) environment in relation to analysis, design and development. iv. Describe the availability and qualification of your Subject Matter Experts and how they will help you meet the requirements of F/A-18 FMS Aircrew Training as detailed in the Technical Requirements document. v. Please provide your company's financial status, current facilities, number of employees, and yearly revenue; whether or not your company has an approved accounting system; and whether or not your company holds a current Forward Pricing Rate Agreement, Recommendation, or Proposal with DCAA. vi. Indicate your company's interest in participating as a prime contractor or as a subcontractor. b. EXPERIENCE: Companies should provide details showing their experience in similar work and any relevant experience on F/A-18 FMS Aircrew courseware analysis, design, upgrades, revisions and development. c. SCHEDULE: The Government anticipates the effort to require between 18 - 24 months for completion. Companies should provide comments as to their likelihood of satisfying the requirements within 24 months. d. COST: The Government's anticipated budget is $2.3M. Also, feedback and comments regarding the anticipated budget are encouraged. SPECIAL REQUIREMENTS: Any resulting contract is anticipated to have a security classification level of SECRET. The Government would like to maintain rights under DFARS clause 252.227-7013, Rights in technical data - Noncommercial items. SIZE STATUS: The applicable NAICS code for this requirement is 541330, size standard of 500 employees. The Product Service Code is 6910. Companies must identify their size status, the results of which will be utilized as guidance to determine any potential set-aside basis. SUBMISSION DETAILS: Interested businesses shall submit responses by email to Tracy Harper, at Tracy.Harper@navy.mil. Please submit all written questions by email to Tracy Harper. One electronically submitted response shall be received no later than 5:00 pm Eastern Time on 29 August 2013 and reference: F/A-18 CBT Upgrade - Sources Sought. Interested businesses should submit a BRIEF capabilities statement package (no more than fifteen (15) 8.5 x 11 inch pages, font no smaller than 10 point) demonstrating ability to perform the services listed in the attached Technical Description. Documentation should be organized into the following sections: Capabilities, Experience, Schedule, Cost, and ability to satisfy the Special Requirements identified. All responses shall include Company Name, Company Address, Company Business Size, and Points-of-Contact (POC) including name(s), phone number, fax number, and email address.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N61340-13-R-1063/listing.html)
 
Record
SN03147102-W 20130815/130813235623-9c7ac7fc32566633edb7911160248f6b (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.