Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2004 FBO #0992
SOURCES SOUGHT

R -- Products and support for the V-22 Training System

Notice Date
8/12/2004
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
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
N61339-04-R-0083
 
Response Due
8/26/2004
 
Archive Date
9/10/2004
 
Point of Contact
Diane Conarroe, Contract Specialist, Phone 407-380-4417, Fax 407-380-4164, - Susan Gregory-Minor, Contract Specialist, Phone 407-380-8020, Fax 407-380-4164,
 
E-Mail Address
Diane.Conarroe@navy.mil, Susan.Gregory-Minor@navy.mil
 
Small Business Set-Aside
8a Competitive
 
Description
NAVAIR Orlando has a requirement for products and support for the V-22 Training System. The V-22 weapons system is preparing for a Milestone III decision next year and a decision to proceed with full rate production will require that a robust and fully supported training system be in place to properly prepare crews and maintainers to operate this revolutionary aircraft. And to fully utilize the capability of the V-22 training system, the training products must be kept current with the aircraft as it is modified and upgraded, and current with changes to tactics, techniques, and procedures that affect the way the weapon system is employed and thus the way that it must be trained. NAVAIR Orlando anticipates awarding an Indefinite Delivery Indefinite Quantity Contract (IDIQC) with Cost Plus Fixed Fee/Firm Fixed Price delivery orders. The Government anticipates a Not-to-Exceed $10M contract over a 60-month period. This requirement will be solicited as an 8(a) set aside on a competitive basis if responses result in adequate competition. Detailed requirements for specific tasks will be issued as delivery orders for a task or combination of tasks under the contract. This synopsis is for information and planning purposes and is not to be construed as a commitment by the government. This is not a solicitation announcement for proposals. No contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing the information in response to this announcement and any follow-up information requests. Respondents will not be notified of the results of the evaluation. CAPABILITIES REQUIRED: The following capabilities are required for the products and support to the fleet for the V-22 Training Program at MCAS New River, NC and Kirtland AFB, NM: 1. Program management of project operations, ensuring schedules are met and resource availability and utility are optimized; 2. Subject Matter Experts (SME) to interact with a team of courseware reviewers for the evaluation, independent validation and verification of training courseware; 3. Provide Training Concurrency Integration (TCI) management tools and processes for the V-22 Training Systems; 4. V-22 qualified flight instructors who will also function as technical advisors to the local operational commanders on emergent issues, as appropriate; 5. Crew Resource Management (CRM) SME and supporting personnel to produce training products for the development and implementation of the V-22 Crew Resource Management (CRM) program; 6. Senior Training Analysts to assist in organizational development and Current and Future Operations planning (processes, procedures and appropriate management tools) for the integration of the V-22 training system at the Fleet Replacement Squadron and higher headquarters level; 7. Acquisition support through delivery of acquisition products for V-22 Training Systems. PERSONNEL QUALIFICATIONS: Key personnel for this effort shall include: 1. Senior Training Team Lead with a Bachelor?s Degree, experience as a team lead, a minimum of twenty (20) years active Government service, demonstrated expertise in Developmental or Operational Testing and Aircraft Acquisition Programs, and recent association, three (3) of the last five (5) years, with the V-22 Program. 2. V-22 Flight Instructor with a bachelor?s Degree, two (2) years operational experience in evaluation, and/or operational testing of the V-22, hold designations in the V-22 of Instructor Pilot, Post Maintenance Functional Check Pilot and upper level flight leadership and tactical mission designations in the Osprey, and must possess an extensive operational background in Expeditionary Warfare and Naval Aviation Training systems. 3. Senior CRM Analyst with a PhD, preferably in Psychology, ten (10) years experience in Crew Resource Management course development and instruction, demonstrated success in directing efforts to integrate CRM into academic, simulator and flight training to maximize performance, reduce error, maximize mission effectiveness and enhance standardization to reduce/prevent mishaps, and proficient in development of courseware and Computer Based Training lessons in format and functionality compatible with existing ADL ICW lessons. 4. Senior Training Concurrency Integration Systems Analyst with a Bachelor?s Degree, ten (10) years experience in V-22 training logistics analysis/TCI, demonstrated performance in program design, coding, testing, debugging and documentation, as well as devising or modifying procedures to solve complex problems considering computer equipment capacity and limitations, operating time and form of desired results, experienced in supervising, providing instruction and monitoring product quality of a team of other systems analysis and programming personnel, and demonstrated experience in Configuration Management and V-22 training concurrency development. 5. SME for Training Courseware Review, a High School Graduate with twenty (20) years military or general aviation maintenance experience, three (3) out of the last five (5) performing maintenance actions on the V-22, demonstrated performance executing the responsibilities of advanced maintenance Quality Assurance designations, and V-22 specific maintenance training of particular value. Firms are invited to submit appropriate documentation, literature, brochures and references to support that they possess the required specialized experience. Responses must include the following: (1) name and address of firm; (2) size of business: average annual revenue for the past three years and number of employees; (3) ownership; (4) number of years in business; (5) two points of contact: name, title, phone, fax and email; (6) a list of customers covering the past three years: highlight relevant work including a summary of work performed, contract number, contract type, dollar value for each customer reference and customer point of contact with phone number and identify your role as either the Prime or Subcontractor. Summaries of relevant past performance should be no longer than three pages in length total. All summaries should be submitted or mailed to NAVAIR Orlando TSD, 12350 Research Parkway, Orlando, FL 32826-3275, Attn: Ms Diane Conarroe, Code 2531. Summaries may also be emailed to: diane.conarroe@navy.mil
 
Place of Performance
Address: MCAS New River, NC and Kirtland AFB, NM
 
Record
SN00642788-W 20040814/040812212847 (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.