COMMERCE BUSINESS DAILY ISSUE OF AUGUST 16,2000 PSA#2665 Naval Air Warfare Center TSD, Code 257, 12350 Research Parkway, Orlando
FL 32826-3275 R -- MH-53/2F141 NO.2 ENGINE THERMAL DETECTION SYSTEM INSTALL SOL
N61339-00-T-0122 DUE 082900 POC Contact Sherrie Blackmon at
407-380-4530,or via email: BlackmonSA@navair.navy.mil. This is a
combined synopsis/solicitation for various commercial items 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 quote is being requested and A
WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation N61339-00-T-0122
is issued as a request for quote and incorporates the provisions and
clauses in effect through Federal Acquisition Circular 97-19. The
solicitation shall be awarded on a sole source basis to Signal
Corporation. The SIC Code for this solicitation is 3679 with a size
standard of 750 employees. The following items are required: CLIN 0001,
Technical Support for MH-53 Devices 2F141 per statement of work. 1.0
INTRODUCTION: 1.1 Organization: Naval Air Warfare Center Training
Systems Division (NAWCTSD), In-Service Engineering Office (ISEO), 466
Bellinger Blvd. Bldg. SP-381, Room 1017, NAS, Norfolk, Virginia
23511-4291. 1.2 Project Background and Objectives. The Naval Air
Warfare Center Training Systems Division, In-Service Engineering Office
(ISEO), NAS Norfolk, Virginia, is the central software support facility
for MH-53E aircrew trainer systems identified below. In this capacity,
the ISEO Task Leader is tasked with providing the MH-53E training
community with: Trainer system updates and modifications; analys is 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 all
MH-53E Trainer Engineering Change Requests (TECRs) and associated
Trainer Engineering Change Directives (TECDs). Existing and planned
training assets consisting of Operational Flight Trainer (OFT), and
Airborne Countermeasures Streaming Recovery Trainer (ASRM) located at
NAS Norfolk, VA and NAS Corpus Christi, TX. This Statement of Work
(SOW) is for systems engineering services in support of installation of
the No. 2 Engine Thermal Detection System into the MH-53 Operational
Flight Trainer Device 2F141. The contractor shall perform the following
tasks at a minimum: installation of the No. 2 Engine Overheat Test
Panel, modification of the Caution/Advisory Panel, installation of
Auxiliary Emergency Circuit Breaker Panel, addition of No. 2 Engine
Thermal Detection malfunctions, modification of engine and electrical
bus modeling software, and integration of engineering and support
documentation. The requirements set forth in this SOW are applicable to
the devices listed below: MH-53E DEVICES, qty 1, location, NAS Norfolk,
VA. All documentation, reports and software developed as a result of
this effort shall be accurately documented and delivered to the
Government with unlimited rights. All prototype software development
shall be accomplished at the ISEO off-line facility or on the device.
Scheduling use of the ISEO off-line facilities/system or the training
device shall be coordinated through the ISEO Task Leader and may
require the contractor to work second or third shift. The contractor
shall coordinate scheduling the training devices for integration and
testing of trainer modifications via the ISEO Task Leader. 2.0
TECHNICAL SERVICES REQUIRED. 2.1 Task Description. 2.1.1 Scope of Work.
The contractor shall perform non-personal engineering and configuration
management technical support services in accordance with this Statement
of Work (SOW) as shown below. 2.1.2 Work to be Done. A. Install No. 2
Engine Overheat Test Panel. This task shall require the contractor to
integrate the No. 2 Engine Thermal Detection system into Device 2F141.
Integration shall include installation of the No. 2 Engine Overheat
Test Panel and simulation of all systems interfaces. Additionally, all
required algorithms necessary for accurate simulation shall be
incorporated. Integration shall be incorporate with ongoing engineering
efforts and shall not interfere with schedule, cost, or configuration
management baseline control. B. Caution/Advisory Panel Modifications.
The contractor shall modifythe Caution/Advisory Panel as outlined in
the No. 2 Engine Thermal Detection System technical directive.
Interface software shall be modified to insure proper interface and
operation of this panel in accordance with the Airframe Change. C.
Install Auxiliary Emergency Circuit Breaker Panel. The simulated
circuit breaker panel and electrical bus control logic shall be
installed for accurate operation as defined in the technical directive
and Airframe Change. D. No. 2 Engine Thermal Detection System
Malfunction Incorporation. The contractor shall add additional
malfunctions for the No. 2 Engine Thermal Detection System as required
and defined by the Fleet Project Team. E. Engine Modeling
Modifications. The contractor shall update the 419 Engine software to
fully incorporate the No. 2 Engine Thermal Detection System simulation.
The engine model shall detect simulated overheat conditions as
specified in the technical directive and associated engineering
documentation. F. Verification and Validation. This task shall require
the contractor to perform verification and validation of computer
software and hardware delivered under the No. 2 Engine Thermal
Detection System Modification effort. Design verification may include:
verification that the design follows established guidelines and is
accurately documented; is sufficiently modular and maintainable;
algorithms and logic are correct; software interfaces are correct and
complete; system data are specified correctly and completely; and code
is correct, documented and adequately matches the specified design. If
deficiencies are identified the contractor shall document them and
provide recommended corrective action. G. Software/Documentation
Configuration Management. The contractor shall review technical
documentation and maintain an accurate software and documentation
baseline for the MH-53E devices. Documentation changes will be
validated for all updates related to the No. 2 Engine Thermal Detection
System install. The contractor shall be responsible for cataloging the
changes to documentation in the documentation management system. H.
Software Quality Assurance. This task shall require the contractor to
provide quality assurance (QA) of the trainer systems software to
assure that the deliverable software and its associated documentation
complies with section 6.0 of this SOW. The contractor shall perform
software verification and validation; evaluation of the processes used
in software development and modification; maintain appropriate records
and Discrepancy Reports (DRs) to include software documentation
library; review technical documentation; monitoring project status and
technical performance; and perform acceptance testing of new software
or implemented changes to existing software. 2.2 Expertise. 2.2.1
ADP/Telecommunication Skills. Expertise adequate to properly analyze,
evaluate, troubleshoot and correct communication errors in simulation
systems is required. 2.2.2 Special Skills. Education and expertise
specifically in Aviation Management and high level math is required due
to the nature and type of work. The contractor shall provide personnel
proficient in Novell and Windows NT LAN systems, Encore,
Harris/Concurrent, SUN Microsystems and Silicon Graphics systems. 2.2.3
Functional Skills. Experience in acquisition support is required.
Experience in developing functional requirements and analysis of
complex simulation systems is required. 2.2.4 Hardware/Language.
Contractor personnel shall be experienced in the hardware and software
environments listed above, and have experience in maintaining systems
similar to those in this SOW. Expertise in UNIX, Concurrent NightHawk,
and FORTRAN and C++ languages is required. 2.3 Unique Services. 2.3.1
Travel and Per Diem. Expected travel to accomplish requirements will be
defined and scheduled, as deemed necessary, utilizing the current JTR
specified per diem rates. 3.0 GOVERNMENT FURNISHED RESOURCES. 3.1
Facilities, Supplies and Services. The Government will provide all
workspaces, 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 systems as applicable to each 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 in this 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 Government Project Manager (GPM) and ISEO Task Leader:
Mr. Greg Manross,(407) 380-4356 4.1.2 Contracting Officer's
Representative (COR): Mr. Michael W. Trapkin,(757) 445-1025 4.1.3 ):
Mr. Theodore E. Miller,(757) 444-3195 4.2 Place of Performance. 4.2.1
The work required by this SOW shall be completed at the NAWCTSD ISEO,
NAS Norfolk, Virginia, except where work is required at remote sites.
Access to the Government facilities shall be coordinated with the ISEO
Task Leader. 4.3 Hours of Work. The Government facility is available
for contractor performance during normal working hours 0800 to 1700
weekdays, except Federal holidays. 4.3.1 Overtime may be required to
perform the tasks addressed in this SOW. All overtime will be approved
by the COR or ISEO Task Leader prior to task commencement. 4.4
Duration of Task. Contract Award through July 31, 2001. 4.5 Security
and Privacy. 4.5.1 Clearance. All personnel assigned to work on-site at
the NAWCTSD ISEO NAS Norfolk, VA, or travel to one of the supported
sites 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. 5.1.1 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 which details the status of acquisition support tasks in
process and completed, planned progress for the following month, and
problems encountered by the contractor which impact the SOW or funding
expenditures for this deliver order. 6.0 INSTRUCTIONS AND DEVICE
PUBLICATIONS. The following instructions, bulletin, and device
publications are necessary to perform the tasks listed in this SOW. A
copy of this documentation is maintained at the ISEO, NAS Norfolk,
Virginia, and is available to the contractor upon request. 6.1
INSTRUCTIONS/BULLETINS NAVAIRINST 4130.1A-NAVAIRSYSCOM Configuration
Management; NTSCINST 4130.1C-NAVTRASYSCEN Configuration Management;
NTSCINST 4000.22D- Technical Data Management Program :Policies and
Procedures; DOD-INST-5220.22M -Industrial Security Manual for
Safeguarding Classified Information; NTSCBULLETIN 40.2C-Preparation of
Training Equipment Change Directives. 6.2 MH-53E DEVICE PUBLICATIONS;
MH-53E NATOPS-Device 2F141 engineering & logistics publications;
acceptance shall be made at destination upon delivery. Delivery shall
be made FOB Destination. The following FAR/DFAR provisions and clauses
apply to this acquisition: 52.212-1, 52.212-3 ALTERNATE 1, 52.212-4,
52.212-5 (Dev), 252.212-7001. The following subparagraphs of FAR
52.212-5(b) apply: (12), (13), (14), (15), (16), (22). The following
subparagraphs of FAR 52.212-5(c) apply: None. The following clauses of
DFARS 52.212-7001(b) and (c) apply: 252-225-7001. A COMPLETED COPY OF
THE FOLLOWING MUST BE INCLUDED WITH THE QUOTE: FAR 52.212-3 AND DFARS
252.212-7000. The following clause also apply: DFARS 252.204-7004,
"Required Central Contractor Registration". The DPAS rating for this
solicitation is N/A. See Note 22 (forty-five days is changed to read
fifteen days). Quote is due at 2:00 EST on 08/29/00 and may be made by
FAX to 407-380-4164 (Attn: Sherrie Blackmon, Code 2.5.7.1.3), emailed
to BlackmonSA@navair.navy.mil or mailed to the address above. For
information regarding this solicitation, contact Sherrie Blackmon at
407-380-4530. Posted 08/14/00 (W-SN485708). (0227) Loren Data Corp. http://www.ld.com (SYN# 0089 20000816\R-0016.SOL)
| R - Professional, Administrative and Management Support Services Index
|
Issue Index |
Created on August 14, 2000 by Loren Data Corp. --
info@ld.com
|
|
|