Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2014 FBO #4549
SOURCES SOUGHT

69 -- PC-12 Training Aids, Devices, Simulator, and Simulation (TADSS)

Notice Date
5/7/2014
 
Notice Type
Sources Sought
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
 
ZIP Code
32826-3276
 
Solicitation Number
W900KK-PC-12-TADSS
 
Response Due
6/9/2014
 
Archive Date
7/9/2014
 
Point of Contact
Jason Jerome, 407-208-5868
 
E-Mail Address
PEO STRI Acquisition Center
(jason.jerome3.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
PROGRAM DESCRIPTION: PC-12 Training Aids, Devices, Simulator, and Simulation (TADSS) INTRODUCTION: The Pilatus PC-12 is a single-engine turboprop passenger and cargo aircraft manufactured by Pilatus Aircraft of Switzerland. The PC-12 aircraft has been modified by Sierra Nevada Corporation to support counterterrorism (CT) and counternarcotics (CN) operations in Afghanistan. The Afghan National Security Force (ANSF) lacks PC-12 training devices, training aids, and equipment necessary for different types of mission/training capabilities in support of CT and CN operations. To address this training deficiency, the U.S. ARMY Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI) is soliciting information from Contractors capable of designing, developing, testing, fielding, and operating the following types of training products. 1)Full Color, Wall-Hanging Systems Illustrations: Large (approximately 3 ft x 6 ft) wall-mounted PC-12 system description charts that are in full color with intricate detail. The following illustrations shall be created for the PC-12: AC power system schematic APU cut-away section Cabin DC power system schematic Detailed model of the PC-12 for instructional purposes Engine cut-away section Engine performance characteristics Engine start system schematic Airplane performance characteristics Landing gear Reduction gear box Three dimensional aircraft cut-away view 2)Full Color, Systems Schematics Boards: Systems Schematics Boards are large (minimum 3ft x 6ft) moveable boards that present a schematic representation of the systems listed below, upon which are mounted electrically operated control panels and switches that replicate the physical and functional fidelity of the corresponding aircraft components. Lighted pathways depict fluid flow, pressure buildup, or electrical connectivity to graphically illustrate all modes of aircraft systems operation. The boards allow common malfunctions to be replicated and diagnosed. A.C. D.C. Anti-Icing APU A/C Configuration Control System Engine Engine Performance Engine Starting Fire Protection Flight Control Fuel Heating And Ventilation Pressurization Hydraulic Landing Gear And Brake A/C Performance Pneumatic Transmission 3)Bench Maintenance Components: Bench Maintenance Components (BMCs) are Original Equipment Manufacturer (OEM) assets (or realistically replicated mock-ups) that are cut open to display the internal workings of the components. They are used to support classroom and hands-on training instruction of PC-12 Aircraft systems. The cut-aways allow students to practice hardware adjustments and calibration procedures that are performed on aircraft equipment. The following BMCs shall be provided: APU Engine Fuel Control Intermediate gearbox M/R Hub Reduction gear box Propeller system Nose and main landing gear Major Electrical System Components Major Hydraulic System Components 4)Cockpit Procedures Trainer (CPT): A non-motion, fully interactive Cockpit Procedures Trainer allows cockpit familiarization, checklist and Crew Resource Management (CRM) practice, engine and APU starts, and emergency procedures drills. The CPT shall be a fully automated device that allows the practice of all normal and abnormal checklist procedures and will include numerous malfunctions/failure modes. 5)Non-Motion, Flight Training Device (FTD) (Federal Aviation Administration (FAA) Level 6 Equivalent Simulator): A non-motion, FTD FAA Level 6 equivalent simulator designed to maintain proficiency of crewmember skills, under day, night, Night Vision Goggle (NVG), Visual Flight Rules (VFR), Instrument Flight Rules (IFR) and different environmental conditions. The FTD allows practice of all maneuvers, including white/brownouts, Instrument Meteorological Conditions (IMC), high mountain/hot weather condition, etc. The FTD shall provide training in managing system malfunctions and performing emergency procedures. The design of the PC-12 FTD shall meet or exceed all FAA Level 6 requirements for a flight simulator. The aircraft is equipped with a Primus APEX avionics system that performs the following aircraft functions: Electronic Display System and Graphics Generation Function Configuration Management System (CMS) Automatic Flight Control System (AFCS) Flight Management System (FMS) Audio Control Monitor Warning Function (MWF) including Crew Alerting System (CAS) Data acquisition function Maintenance function Electronic Checklist and Charts The APEX system interfaces with the following equipment: Air Data Attitude Heading Reference System (ADAHRS) Multi Mode Digital Radios (MMDR) Weather Radar System (Wx) Radar Altimeter System Global Positioning System (GPS) Mode S Transponder Stormscope (optional) Terrain Awareness and Warning System (TAWS) Traffic Collision Avoidance System (TCAS) Distance Measuring Equipment (DME) Other aircraft systems Additionally, some aircraft are equipped with an Electronic Standby Instrument System (ESIS) that displays altitude, airspeed and magnetic heading. The ESIS is independent of the Primus Apex system. The FTD shall simulate the systems listed above to the extent necessary to train and maintain the crewmember skills to be defined in the RFP. PRELIMINARY ACQUISITION STRATEGY: Contingent on funding availability, the Government intends to procure one set of Illustrations, one set of Cut-Aways, one set of schematic boards, a single CPT, and a single FTD. The acquisition strategy may include a single Request for Proposal (RFP) for all TADSS, or multiple RFPs, each targeting one or more of the TADSS listed above. The expectation is that all TADSS will be developed, tested and fielded with a Ready for Training (RFT) date not to exceed 12 months after contract award. TADSS may be fielded incrementally to allow more rapid placement of resources in order to satisfy urgent training requirements. It is anticipated that the RFP(s) for all TADSS will be released in 1Q FY15 with contract award by the end of 2Q FY15. A bidder's library containing all documented aircraft technical and operational information will be provided with the Government Request For Proposal (RFP). The contractor will be responsible for shipment and installation of all contracted TADSS in a Government provided facility in Afghanistan. The Government will provide a facility for accommodating the TADSS with the adequate infrastructure and space. Upon on-site acceptance of the TADSS, the contractor will provide New Equipment Training, in accordance with the contractual requirements. In addition to the production and delivery effort, the contractor shall provide personnel with the ability to operate the devices and shall provide instruction to Afghan National Security Forces for a period of 12 months, commencing with the RFT date. One or more additional 12-month option periods may be included; total period of performance may not 60 months after receipt of an order, or contract. RESPONSES REQUESTED: Contractors desiring to be considered for this opportunity are requested to respond via email only (no hard copies are required) on or before June 9, 2014, no later than 11:00 AM EST to jason.jerome3.civ@mail.mil. Contractors are requested to provide capability statements not exceeding ten (10) pages, including the cover sheet. The statement can be either a MS Word document or a Power Point presentation. The cover page should include company name, address, and points of contact including phone numbers and email addresses. Contractors shall indicate if they are a large or small business based on NAICS Code 333318. If small, please indicate any applicable socio-economic status such as: Small Disadvantaged Business (SDB), Service-Disabled Veteran-Owned Small Business (SDVOSB), 8(a), HUB Zone, etc. If your firm is a small business, an additional 3 pages are allowed to state how you will meet the limitations on subcontracting as set forth in FAR 52.219-14. Contractors are encouraged to provide capability statements targeting any or all of the types of TADSS identified in this notice. The Government requests that responses describe a technical approach to satisfying the aforementioned requirements, a ROM estimate for each category of TADSS addressed in the response, and a notional schedule for completing the tasks associated with the contracted effort. Detailed overhead rates or buildups are not required. NOTICE: Contractors are advised that a determination by the Government not to compete this effort based on any responses to this notice is solely within the discretion of the Government. DISCLAIMER: This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products and services. No funds are available to pay for preparation of responses to this notification. The Government will use the information received to identify potential sources and to assist in the development of the PC-12 TADSS acquisition strategy. Contracts POCJason Jerome at (407) 208-5868, jason.jerome3.civ@mail.mil Technical POCDennis Rushing at (407) 384-3966, claude.d.rushing.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK-PC-12-TADSS/listing.html)
 
Place of Performance
Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
Zip Code: 32826-3276
 
Record
SN03359386-W 20140509/140507234348-c5d7995e319487016b54c5211dcc9915 (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.