COMMERCE BUSINESS DAILY ISSUE OF AUGUST 14,2000 PSA#2663 Naval Air Warfare Center TSD, Code 257, 12350 Research Parkway, Orlando
FL 32826-3275 R -- REVIEW OF LSOT MAINTENENCE, TRAINER AND O&M DOCUMENTATION, SOL
N61339 -- 00-T-0121 DUE 081700 POC Linda Morrill 407-380-4142 or Ron
Dillon 407-380-8385 WEB: NAWCTSD homepage, requrest for quote,
www.ntsc.navy.mil/contract/procure.htm. E-MAIL: Linda Morrill, NAWCTSD,
Code 25713, morrillm@navair.navy.mil. This is a combined
synopsis/solicitation for commercial services prepared in accordance
with the format in Subpart 12.6, as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation; a proposal is being requested and a written
solicitation will not be issued. Solicitation number N61339-00-T-0121
is hereby issued as a request for quotation (RFQ) and incorporates the
provisions and clauses in effect through Federal Acquisition Circular
97-19. This solicitation shall be awarded on a sole-source basis to
Signal Corporation, 3040 Williams Drive Suite 200, Fairfax, VA.
Although this acquisition is not a small business set aside, the
standard industrial classification code for this solicitation is 8713
with a size standard of $18 million. See CBD numbered Note 22 (45 days
is changed to read 15 days). The following is a Statement of Work for
this acquisition. Statement of Work For Systems Operation and
Maintenance For LSO In-Service Engineering Office(ISEO) NAS Oceana,
Virginia July 6, 2000 1.0 INTRODUCTION: 1.1 Organization: Naval Air
Warfare Center Training Systems Division (NAWCTSD) In-Service
Engineering Office (ISEO) Bldg. 150, Oceana Naval Air Station Virginia
Beach, Virginia 23460-5200 1.2 Project Background and Objectives. The
Naval Air Warfare Center Training Systems Division (NAWCTSD),
In-Service Engineering Office (ISEO), NAS Oceana, Virginia, is the
central software support facility for Landing Signal Officer (LSO)
aircrew trainer systems identified below. In this capacity, the ISEO
Task Leader is tasked with providing the LSO training community with:
Trainer system updates and modifications; analysis of design
specifications and changes; reviewing Engineering Change Proposals
(ECPs); Configuration Management (CM) and Software Quality Evaluation
(SQE) for the structured implementation and control of LSO Trainer
Engineering Change Requests (TECRs) and associated Trainer Engineering
Change Directives (TECDs). Existing training assets consist of the
Landing Signal Officer Trainer (LSOT) and Computer Based Trainer (CBT),
located at NAS Oceana, VA. This Statement of Work (SOW) is for review
of LSOT maintenance documentation. The current LSOT maintenance
documentation is not adequate to properly operate and maintain the
LSOT. In order to avoid a casualty report (CASREP) due to inadequate
maintenance documentation, the trainer documentation needs to be
reviewed for accuracy of existing operation and maintenance procedures.
The trainer documentation also needs to be reviewed to verify that the
existing operation and maintenance procedures are adequate to
sufficiently operate and maintain the LSOT. If any necessary procedures
are missing, inadequate or inaccurate, they shall be identified. The
contractor shall review the following LSOT maintenance documentation:
Operation and Maintenance (O&M) Manual (including maintenance drawings
and parts list), Instructor's Utilization Handbook (IUH), Preventive
Maintenance System (PMS) cards, and Operation Handbook and Software
Support Guide. These services shall provide for an orderly ISEO trainer
maintenance program to ensure that trainer operation and maintenance
requirements are met. The requirements set forth in this SOW are
applicable to the following devices: LSO DEVICES S/N END ITEM LOCATION
2H111, 2H139 1 NAS Oceana, VA Scheduling use of the ISEO off-line
facilities/systems shall be coordinated through the ISEO Task Leader
and may require the contractor to work second or third shift. 2.0
TECHNICAL SERVICES REQUIRED. 2.1 Task Description. 2.1.1 Scope of Work.
The contractor shall perform non-personal services in accordance with
this Statement of Work (SOW) as identified below. 2.1.2 Work to be
Done. A. Documentation Review and Validation. The contractor shall
verify that the maintenance documentation listed in Section 1.2 is
complete, adequate and accurate. 1.) The maintenance documentation
should contain all of the operation and maintenance procedures that are
necessary to properly operate and maintain the LSOT. The contractor
shall note any procedures that are missing from the maintenance
documentation. 2.) The procedures in the maintenance documentation
should be sufficient to properly operate and maintain the LSOT. The
contractor shall note any procedures that have missing steps. 3.) The
procedures in the maintenance documentation should be correct. The
contractor shall note any procedures that do not have the proper steps
required to operate and maintain the LSOT. 4.) The contractor shall
perform minor updates to the maintenance documentation, where
applicable. B. Data Transcribing/Entry and Word Processing. The
contractor shall provide non-personal data transcribing/entry and
associated word processing services in support of the LSO trainer as
identified in section 1.2 of this SOW. This shall include data
transcribing/entry and word processing on documentation scanning. C.
Task Team Management. This task shall require the contractor to provide
coordination of documentation review and associated technical efforts
at the ISEO, NAS Oceana, Virginia. Additionally, task team management
assistance will be required in the review of administrative and
technical reports. 2.2 Expertise. 2.2.1 Functional Skills. Experience
in simulator operation and maintenance is required. Experience in using
simulator documentation to operate and maintain a simulator is
required. 2.3 Unique Services 2.3.1 Travel and Per Diem. No travel is
expected. 3.0 GOVERNMENT FURNISHED RESOURCES. 3.1 Facilities, Supplies
and Services. The Government will provide all work spaces, computer
access, and computer related supplies associated with task performance.
3.2 Information Sources. The Government will provide access to the
information that is required for the office automation system as
applicable to the training system for use in the performance of this
delivery order. The contractor will be given reasonable access to
Government Subject Matter Experts (SMEs) and facilities in order to
accomplish the tasks outlined inthis SOW. 3.3 Documentation. The
Government will provide all standard documentation and reference
materials. All needed standards and documentation is available on site.
4.0 ADMINISTRATIVE CONSIDERATIONS. 4.1 Points of Contact. 4.1.1 GSA
Information Technology Manager/Contracting Officer's Technical
Representative (ITM/COTR): Mr. Russell Torrisi (757) 433-2542 4.1.2
Government Project Manager (GPM): Mr. James Boudreau (757) 433-2928 4.2
Place of Performance. The work required by this SOW shall be completed
at the NAVAIRWARCENTRASYSDIV In-Service Engineering Office (ISEO), NAS
Oceana, Virginia. Access to the Government facilities shall be
coordinated with the ISEO Task Leader. 4.3 Hours of Work. 4.3.1 The
Government facility is available for contractor performance during
normal working hours 0800 to 1700 weekdays, except Federal holidays.
4.3.2 Overtime may be required. 4.4 Duration of Task. From July 17,
2000 through May 31, 2001. 4.5 Security and Privacy. 4.5.1 Clearance.
All personnel assigned to work on-site at the NAVAIRWARCENTRASYSDIV
ISEO NAS Oceana, shall require a SECRET clearance. Specific address to
send security clearances shall be coordinated with the ISEO Task
Leader. 4.5.2 Privacy Act. N/A. 5.0 SPECIAL INSTRUCTIONS. 5.1
General/Miscellaneous. The contractor shall provide total task
supervision. 5.2 Unique Reporting Requirements. Contractor's Progress,
Status, and Management Report: The contractor shall provide monthly
status reports IAW the contract to include the status of documentation
that has been reviewed, planned progress for the following month, and
problems encountered by the contractor which impact the SOW or funding
expenditures for this deliver order. The contractor shall also provide
a list of documentation pages that are not adequate to properly
maintain the LSOT. This list shall include the document name, page
number, paragraph number and title, and a description of the problem.
5.3 Liquidated Damages. N/A. 6.0 INSTRUCTIONS AND DEVICE PUBLICATIONS.
The following instructions and device publications are necessary to
perform the tasks listed in this SOW. A copy of this documentation is
maintained at the ISEO, NAS Oceana, Virginia, and is available to the
contractor upon request. 6.1 LSO Device Publications -- Software Design
Document for the LSO devices -- Math Model Report for the LSO devices
-- Computer Programming Report for the LSO devices -- Planned
Maintenance System (PMS) Documentation for the LSO devices -- Training
Device Inventory Record for the LSO devices -- Trainer Design Report
for the LSO devices -- Trainer Technical Documentation for the LSO
devices -- ISEO CM Procedures Manual The proposal package shall consist
of a technical proposal, a cost proposal and a completed copy of FAR
52.212-3 ALTERNATE I. The following FAR/DFARS provisions and clauses
apply to this acquisition: FAR 52.212-1, 52.212-3 ALTERNATE I, 52.212-4
and 52.212-5. The following subparagraphs of FAR 52.212-5(b) apply:
(12) through (16) and (22). DFARS 252.204-7004 is also applicable. The
proposal is due by 2:00 p.m. EST on 17August 2000 and must be
submitted by facsimile to 407-380-4164, Attn: Linda Morrill, Contract
Specialist. For information regarding this solicitation, contact Tony
Delicati at 407-380-4142 or via e-mail at Morrilllm@navair.navy.mil.
Posted 08/10/00 (W-SN484308). (0223) Loren Data Corp. http://www.ld.com (SYN# 0097 20000814\R-0009.SOL)
| R - Professional, Administrative and Management Support Services Index
|
Issue Index |
Created on August 11, 2000 by Loren Data Corp. --
info@ld.com
|
|
|