Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2002 FBO #0208
SOLICITATION NOTICE

69 -- E-2C Simulated Maintenance Trainer

Notice Date
6/26/2002
 
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, 32826-3224
 
ZIP Code
32826-3224
 
Solicitation Number
Reference-Number-71702
 
Response Due
7/17/2002
 
Archive Date
8/1/2002
 
Point of Contact
Mary Munroe, Contract Specialist, Phone 407-208-4288, Fax 407-380-4164, - Anthony Delicati, Contract Specialist, Phone 407-208-4121, Fax 407-380-4164,
 
E-Mail Address
MunroeME@navair.navy.mil, DelicatiAJ@navair.navy.mil
 
Description
The purpose of this presolicitation notice is twofold. First, it is issued to identify interested and qualified sources for the acquisition of two E-2C Simulated Maintenance Trainers (SMTs). Second, it is issued to notify industry of the Government's intent to utilize an Advisory Multi-Step Process in accordance with FAR 15.202 for this acquisition. All responses will be evaluated in accordance with the criteria stated in this notice, and each respondent will be advised in writing either that it will be invited to participate in the resultant acquisition or, based on the information submitted, that it is unlikely to be a viable competitor. Respondents considered not to be viable competitors will be advised of the general basis for that opinion. Respondents are hereby informed that all respondents meeting the profile of the selected acquisition strategy (full and open competition, small business set-aside, etc.), notwithstanding the advice provided by the Government in response to their submissions, may participate in the resultant acquisition. This announcement does not constitute a request for proposals. In addition, contractors are hereby cautioned that no remuneration will be provided for responding to this notice. Responses should be submitted to the cognizant Contract Specialist, Ms. Mary Munroe, via facsimile at 407-380-4455 or via electronic mail at MunroeME@navair.navy.mil no later than 4:00 p.m. EST on 17 July 2002. The SMTs will be used to train Navy Aviation Electronic Technicians (AT) and Aviation Electricians Mates (AE) personnel in initial and career maintenance skills at the Naval Air Maintenance Training Units in Norfolk, Virginia and Pt. Mugu, California. The initial training courses focus primarily on basic theory of operation, testing, fault troubleshooting, and removal and replacement of weapons replaceable assemblies and line replaceable units. The career courses cover detailed theory of operation and troubleshooting procedures and techniques. The SMTs supplement the classroom career courses with more in-depth fault testing and troubleshooting hands-on experience. Each SMT shall simulate all aircraft components necessary to train E-2C maintenance personnel in the combat information center, forward/aft equipment compartments, and cockpit for two aircraft configurations: Group II NAVUPGRADE and Hawkeye 2000. This acquisition will utilize a Statement of Work (SOW), a Performance Specification that will encompass the Government's requirements and a set of Contract Data Requirements Lists. The successful Contractor will be responsible for the production, testing, packaging and shipment, installation, and support of the SMTs. Also, the successful Contractor will be responsible for developing and delivering a technical data package, and operation and maintenance documentation. The successful Contractor will also be required to prepare existing Government spaces for the training device installation. With the exception of cockpit instrumentation, the use of actual aircraft hardware in the design of the training devices will be discouraged. The training devices shall be of an open, non-proprietary nature. Commercial and Non-Developmental Items shall be used to the maximum extent practicable. Contractors will be encouraged to pursue life cycle support initiatives, which will result in greater operational efficiencies and reduce life cycle cost. The Contractor shall also provide Integrated Logistics Support (ILS) to operate and maintain life cycle support for the training devices. This includes the necessary spare parts and tools and test equipment, technical documentation, configuration and inventory management, initial and follow-on training, and two years of Contractor Logistics Support for both devices to solve software problems, assist in making difficult repairs, and provide operation, maintenance and support training. The Government will provide limited equipment, data, and information for the procurement. It will be the successful Contractor's responsibility to acquire all other necessary information, repair and/or renovate applicable Government Furnished Equipment, and procure all other necessary equipment. Contract award is anticipated to occur in January 2003. The Government contemplates issuance of draft and final RFPs sometime in August 2002 and September 2002, respectively. All solicitation materials will be posted to the NAWCTSD Business Opportunities web site at http://www.ntsc.navy.mil/EBusiness/BusOps/Acquisitions/Index.cfm?client=NAWCTSD . The anticipated contract type is Fixed Price Incentive Firm. The NAICS code for this acquisition is 333319 which possesses a size standard of 500 employees. Interested sources must provide the following information: (1) whether you qualify as a large or small business. If a small business, if applicable, further identify whether you are an 8(a), HubZone, WOSB, VOSB, etc. (2) whether the response to this synopsis is for sub-contracting possibilities or as prime contractor, and (3) management, engineering and production capabilities. A determination as to whether this acquisition will be a set-aside or full and open competition will be based upon responses to this notice. Responses shall be limited to no more than TEN pages. Respondents should not reply to this announcement by merely submitting a marketing brochure. Brochures and marketing materials will not be evaluated. Management, engineering and production capabilities information submitted should be pertinent and specific in the technical area under consideration on each of the following qualifications. (A) Corporate experience: An outline of projects completed and in progress within the past five years that are relevant to E-2C Simulated Maintenance Trainers; for example, complex simulated Avionics Maintenance Trainers, E-2C training devices, Airborne Early Warning training devices, or Airborne Battle Management and Command and Control training devices. Provide information on specific work performed or being performed and customer references. (B) Resources: If key personnel have to be obtained from outside the company, please address your methods on how your company will provide key personnel. (C) Manufacturing capabilities: Information on facilities and processes to develop trainer hardware such as simulated avionics components, wiring harnesses, and simulated tools and test equipment. (D) Software development processes and capabilities: Provide high-level view of internal software processes, current corporate internal program programming tools, techniques, preferred operating systems, languages, domains, and SEI Certification Level or equivalent. Provide your experience in using metrics to manage and monitor software development. (E) Facilities: Provide a description and availability of any special facilities you deem required for performance of this effort. (F) Any other specific and pertinent information that would enhance consideration and evaluation of the information submitted. (G) A statement of industrial security clearance - All interested parties who intend to participate as either prime contractor or as a key subcontractor must have current, active facilities and personnel clearances. Access to classified data will be required for the performance of this contract. All information submitted will be evaluated with an emphasis on accessing a respondent's capability to fulfill the SMT requirements efficiently and effectively while mitigating cost, schedule and performance risk.
 
Record
SN00100155-W 20020628/020626213408 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.