Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2002 FBO #0140
SOLICITATION NOTICE

R -- Provide modernization and revisions of the existing Naval Aerial Target (BQM-74E) training curricula.

Notice Date
4/19/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway Code 253, Orlando, FL, 32826
 
ZIP Code
32826
 
Solicitation Number
N61339-02-R-0054
 
Response Due
5/3/2002
 
Archive Date
5/18/2002
 
Point of Contact
Mary Macclary, Contract Specialist, Phone 407-380-4155, Fax 407-380-4164, - Susan Gregory-Minor, Contract Specialist, Phone 407-208-8020, Fax 407-380-4164,
 
E-Mail Address
MacclaryML@navair.navy.mil, Gregory-MIS@navair.navy.mil
 
Description
This is a combined synopsis/solicitation for 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 N61339-02-R-0054 is issued as a request for quote on a firm fixed price basis and incorporates the provisions and clauses in effect through Federal Acquisition Circular 01-4. The solicitation shall be awarded on a sole source basis to National Technologies Associates, Incorporated. The NAICS Code for this solicitation is 541330 with a size standard of $18M. The following item required is to provide modernization and revisions of the existing Naval Aerial Target (BQM-74E) training curricula. The following Statement of Work applies. 1.0 SCOPE - The effort required by this Statement of Work (SOW) is to provide modernization and revisions of the existing Naval Aerial Target (BQM-74E) training curricula. 2.0 BACKGROUND - A fleet survey, a completed Front End Analysis (FEA) and action items from the Targets Maintenance Training Requirements Review (MTRR) has indicated the curricula supporting the BQM-74 is not current and cannot support existing and future training requirements. OPNAV (N789H) has directed this training to be provided by NAWCWD Technical Representatives (TECHREPs) in an "on site" environment. Some courseware needs to be exportable via the web for initial as well as refresher training to support this type of training presentation. The following requirements will ensure the modernization and update of the BQM-74 curricula. 3.0 REQUIREMENTS - 2.1 General: The contractor shall provide qualified personnel with subject matter expertise to support the total training program for the BQM-74E Aerial Target. 2.2 Specific. This effort shall update and modernize the BQM-74 Aerial Target training system. Phase I will include updating the existing Master Task List contained in the previously completed FEA (GFI), an Instructional Media Requirements Document (IMRD), Instructional Media Design Package (IMDP), and Instructional Media Packages for the items listed in paragraph 2.2.4. These courses and other instructional material listed in paragraph 2.2.4 comprise the entire BQM-74 training system except familiarization and are considered non-severable. The familiarization course is severable and will be addressed in Phase II. Phase II will consist of the development of the BQM-74 Familiarization CBT and additional PowerPoint modules as may be identified. The FEA (GFI), MIL-HDBK-29612B, Aviation Industry CBT Committee (AICC) and, Shareable Courseware Object Reference Model (SCORM) specifications, the Aviation Maintenance Training Continuum System (AMTCS) "Technology Infusion" Initiative, and the Aerial Targets Maintenance Training Requirements Review (MTRR) minutes shall be considered as part of this effort. 2.2.1 The contractor shall update the previously developed FEA (GFI) to include three approved ECPs (also GFI) in the task analysis and Master Task List. 2.2.2 The contractor shall develop an Interactive Media Requirements Document (IMRD) to support the development of CBT and PowerPoint Training Modules for the BQM-74. 2.2.3 The contractor shall develop an Instructional Media Design Package (IMDP) to support the development of CBT and PowerPoint Training Modules for the BQM-74. 2.2.4 The contractor shall develop Instructional Media Packages as follows: 2.2.4.1 Interactive Media: BQM-74E Ordnance Familiarization, BQM-74E Parachute organizational Maintenance. 2.2.4.2 PowerPoint Presentation Training Modules for: BQM-74E Air Launch Build-Up Procedures, J400-WR-404 Engine Repair Intermediate Maintenance, Target Decontamination, CST-1 and CST-2 Procedures, MK 28 IR Flare Kit Installation, Towed Bodies, DKW-3 Test Procedures. 2.2.4.3 Revise lock step group paced instructional packages: Consolidation of D-690-0105 and 0106 BQM-75 Maintenance and Avionics Maintenance Courses into a single course of instruction, D-601-0104, Remote Control Operator course. Note: All updated instructional packages will be re-designated as "N" series courses. 2.2.5 The contractor shall also provide training impact analysis and life cycle maintenance for the Aerial Target training system for Engineering Change Proposals (ECPs), Local Engineering Changes (LECs), Technical Manual revisions that may emerge during this effort if within the existing scope. The contractor shall notify the government when an ECP or LEC will impact the existing level of effort. 2.2.6. Meetings and Reviews. The contractor shall host a Post Award Meeting, Progress Review Meetings (as required) and In Process Technical Reviews (as required). The Post Award Meeting shall be used to reconfirm requirements of this SOW and for the contractor to present a Plan of Action and Milestones. In Process Technical Reviews shall be used when necessary to bring fleet technical personnel and training development personnel together for major reviews of curriculum. Progress Review Meetings shall be used when necessary to address cost schedule and performance problems. The contractor shall prepare and distribute meeting agendas and minutes for each occurrence. 2.2.7 The contractor shall provide monthly status reports to present current status of the project that will include the work performed, task progress, problem areas, and detailed financial status and expenditures. A web based browser type program is also suitable as long as the modules can be modified in the field to meet specific training needs. Cost of the required software will be an issue. Contractor proposals should include software cost if this is proposed. 3.0 DELIVERABLE DOCUMENTATION 3.1 Training Situation Document. The contractor shall update and provide Aerial Target FEA IAW 2.2.1, DI-SEES-81517B, and CDRL 001. 3.2 Interactive Media Requirements Document (IMRD). The contractor shall develop and provide an IMRD in accordance with 2.2.2, DI-SEES-81519B, and CDRL 002. The IMRD shall be in an electronic format. The TPOC shall provide feedback for technical content, revisions and final acceptance as required. 3.2 Instructional Media Design Package (IMDP). The contractor shall provide the IMDP in accordance with 2.2.3, DI-SEES-81520B, and CDRL 003. TPOC shall provide feedback for technical content, revisions and final acceptance as required. Draft IMRD due NLT 75 days after contract award. 3.3 Instructional Media Packages. The contractor shall provide Instructional Media Packages IAW 2.2.4, DI-SEES-81526B, and CDRL 004. Deliverable will be in format and/or media identified in the IMRD and IMDP as approved by the TPOC. 3.4 Meetings and Reviews. When directed by the Government, the contractor shall prepare an agenda for each meeting and in process reviews IAW paragraph 2.2.6. Deliverable will be in electronic format. The TPOC shall provide feedback for technical content, revisions and final acceptance as required. Meeting agendas will be provided NLT 5 days prior to each planned meeting or review. Draft meeting minutes shall be delivered NLT 10 working days after each event. The Government shall have 14 days to review and provide comments. Final copy due NLT 5 days after receipt of Government comments. 3.5 Monthly Progress Reports. The contractor shall submit monthly progress reports, IAW paragraph 2.2.5. Deliverable will be in contractor format and approved by the TPOC. Electronic media shall be used. Reports shall include work accomplishments, future plans and recommendations, contract funding/man-hour status, contract delivery status and report preparation. 4.0 SCHEDULE. 4.1 The Training Situation Document shall be delivered 75 days after contract award. Government has 15 days to review and return comments. Final copy due NLT 15 days after receipt of government comments. 4.2 IMRD shall be delivered 60 days after contract award. Government has 15 days to review and return comments. Final copy due NLT 15 days after receipt of government comments. 4.3 The IMDP shall be delivered 75 days after contract award. Government has 15 days to review and return comments. Final copy due NLT 15 days after receipt of government comments. 4.3 Instructional Media Packages shall be delivered per the below schedule. Draft copies shall be provided and the government has 15 days to review and return comments for each module. Final copy due NLT 30 days after receipt of government comments for each module. All materials shall be delivered in final format NLT 365 days after contract award. MODULE DRAFT DELIVERY SCHEDULE Decontamination PP Mod 90 days J400-WR-404 Engine PP Mod 100 days CST-1 and CST-2 Procedures PP Mod 110 days MK 28 IR Flare Kit Install/Remove PP Mod 120 days Tow bodies PP Mod 130 days DKW-3 Testing PP Mod 140 days Air Launch build-Up Procedures PP Mod 160 days BQM-74E Parachute CBT 180 days BQM-74E Ordnance CBT 200 days Modify D-601-0104 LS, GP 320 days Consolidate D-601-0105 and 0106 LS, GP 300 days 4.4 Meeting and Review Agenda, Final -NLT 5 days prior to scheduled event. 4.5 Meeting and Review Minutes, Draft - NLT 15 working days after the event, Final - NLT 15 days after receipt of Government comments. 4.6 Monthly Progress reports. First Monthly Report due NLT 15 days after the first full reporting month. Subsequent reports due NLT 15 days after the last day of each calendar month. 5.0 PERIOD OF PERFORMANCE. All deliverable documentation shall be completed and delivered no later than 1 year ARO. 6.0 OTHER REQUIREMENTS: 6.1 Travel: Local and long distance travel will be required for this effort. 6.2 Material: Includes items that are not normal office supplies such as; reproduction, special binders, indexes, inserts, special packing and shipping, long distance telephone calls, and transparencies. This may also include computer assets to be procured for the operational/ maintenance sites that may need assets for training. Relevant information pertaining to the design and development will be provided upon request. 6.4 Security Classification. This delivery order may require clearance at the SECRET level. All deliverables will be unclassified. Points of Contact: The Contracting Officer's Representative (COR) for this delivery order is: Mr. Ronald Dillon, NAWCTSD, 12350 Research Parkway, Orlando, FL 32826-3275, (407)380-8385, email: dillonrj@navair.navy.mil. Delivery shall be made FOB Destination. The following FAR/DFARS provisions and clauses apply to this acquisition: 52.212-1, 52.212-3, 52.212-4, 52.212-5, 252.2121-7001. The following subparagraphs of FAR 52.212-5(b) apply: (11), (12), (13), (14), (15), (16), (24). The following subparagraphs of FAR 52.212-5(c) apply: None. The following clauses of DFARS 52.212-7001(b) and (c) apply: 252.225-7036, A completed copy of the following must be included with the quote: FAR 52.212-3, DFARS 252.212-7000 and DFARS 252.225-7035. The following clauses also apply: DFARS 252.204-7004, "Required Central Contractor Registration," FAR 52.227-19 "Commercial Computer Software -- Restricted Rights" and "Year 2000 Warranty-Commercial Supply Items -- The contractor warrants that each hardware, software, and firmware product delivered under this contract and listed below shall be able to accurately process date data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries, including leap year calculations, when used in accordance with the product documentation provided by the contractor, provided that all listed or unlisted products (e.g. hardware, software, firmware) used in combination with such listed product properly exchange date data with it. If the contract requires that specific listed products must perform as a system in accordance with the foregoing warranty, then that warranty shall apply to those listed products as a system. The duration of this warranty and the remedies available to the Government for breach of this warranty shall be as defined in, and subject to, the terms and limitations of the contractor's standard commercial warranty or warranties contained in this contract, provided that notwithstanding any provision to the contrary in such commercial warranty or warranties, the remedies available to the Government under this warranty shall include repair or replacement of any listed product whose non-compliance is discovered and made known to the contractor in writing within ninety (90) days after acceptance. Nothing in this warranty shall be construed to limit any rights or remedies the Government may otherwise have under this contract with respect to defects other than Year 2000 performance." 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 1:00 PM EST on May 03, 2002 and may be made by FAX to (407)380-4164 (Attn: Mary Lu MacClary) or to the address above. For information regarding this solicitation, contact Mary Lu MacClary at (407)380-4155.
 
Place of Performance
Address: Contractor's Facility.
 
Record
SN00063201-W 20020421/020419213344 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.