Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2005 FBO #1255
SOLICITATION NOTICE

R -- SIMLAB SIMULATION PARTICIPANTS

Notice Date
5/2/2005
 
Notice Type
Solicitation Notice
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
NNA05109810Q-DAF
 
Response Due
5/12/2005
 
Archive Date
5/2/2006
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for SimLab Simulation Participants for a total of 5 years (base period of one-year with four one-year options). The contract resulting from this solicitation will be an Indefinite Delivery / Indefinite Quantity (IDIQ) contract with Firm Fixed Price Delivery Orders. BACKGROUND: NASA Ames Research Center?s Simulation facilities, jointly called ?SimLabs,? support a wide range of research with emphasis on aerospace vehicles, aerospace systems and operations, aviation human factors and air transportation system safety and capacity. For more information please see: www.simlabs.arc.nasa.gov. SimLabs consists of flight simulators and air traffic control simulators. The flight simulators are: The Crew Vehicle Systems Research Facility (CVSRF) B747-400 Simulator; The Crew Vehicle Systems Research Facility (CVSRF) Advanced Concepts Flight Simulator; The Vertical Motion Simulator (VMS). The air traffic control simulators are: FutureFlight Central (FFC); The Crew Vehicle Systems Research Facility (CVSRF) Air Traffic Control (ATC) Lab. CVSRF consists of two full motion flight simulators and an ATC Laboratory. The three can be operated individually or integrated. The purpose of the facility is to study safety and technical innovations individually, or as they affect the pilot/controller working relationship. Typical CVSRF flight simulation experiments involve scenarios designed to look at specific questions regarding pilot/flight deck interface or pilot/controller interface. There may be several runs per day or one real time flight profile. The typical study will last one to two weeks. Typical CVSRF pilot and controller needs vary. Flight crews have normally been one crew (2 pilots) per day; however there have been studies that have required up to 5 crews per day for up to a week. ATC controller and pseudo-pilot requirements vary from zero to eight. The VMS is a high fidelity motion-base flight simulator capable of simulating a wide range of aerospace vehicle. No requirement for simulation participants for the VMS is anticipated. FFC is a full-scale air traffic control tower simulator dedicated to solving the present and emerging air traffic capacity and safety problem of the nation?s airports. Typical FFC control tower simulations involve preparing a graphical model of an airport layout and vicinity, several traffic exercise scenarios, and conducting full traffic operations with certified controllers and pseudo-pilots pilots. Four to 25 pseudo-pilots control the aircraft in real-time and communicate verbally with the controllers. Training is conducted three days per week for three to five weeks to familiarize the pseudo-pilots with the proficient operations of aircraft in the simulation airport. Two to six air traffic controllers are also required to conduct the pseudo-pilot training. The actual experiment normally runs for approximately one week. SimLabs customers are researchers from NASA, other government civil or military agencies, or private companies. Simulation experiments are conducted based on customer demand, which is not uniform throughout the year. Therefore NASA requires access to simulation participants whose schedules are flexible. WORK TO BE PERFORMED: Simulation participants are needed to support human-in-the-loop real-time simulation. They include certified pilots, pseudo-pilots and air traffic controllers (ATCs). The Contractor shall provide these pilots and controllers on a temporary, as needed basis to support experiments on-site in SimLabs facilities. They shall recruit, hire, schedule, and complete visitor badging authorization for all simulation Participants. An understanding of the general requirements for typical research conducted with SimLabs is highly desirable. All Participants must be United States citizens and speak English fluently. Specific simulation participant requirements: a. Flight Simulator Pilots: i. Commercial Pilot with Instrument rating, Airline Transport Pilot Rating (ATP) is highly desirable; ii. ?Glass cockpit? and Flight Management System (FMS) experience is required; iii. Large aircraft experience is required (eg. Regional Jets to Boeing 747 and 777). b. Simulation (pseudo) Pilots: i. Previous pilot?s license, either commercial or private, is highly desirable; ii. Familiarity with large complex airport operations is desirable; iii. Basic familiarity with communication protocols between pilots and controller is desirable; iv. Ability to multi-task and keep track of many usual and verbal cues simultaneously is required; v. Ability to communicate and work as a team in the pseudo-pilot room is required. c. Simulation Air Traffic Controllers: i. Must have previous certification in the type of facility for which they are needed (tower, Terminal Radar Area Control (TRACON), or Center); ii. For tower controllers, previous experiences at a large complex airport are desirable. ANTICIPATED NEED: a. Flight Simulator Pilots: Year 1 number of participants and total number of hours are 40 and 1600, respectively. For years 2-5 number of participants and total number of hours per year are 60 and 2400 respectively. b. Pseudo-Pilots: Year 1 number of participants and total number of hours are 38 and 5500 respectively. For years 2-5, number of participants and total number of hours per year are 30 and 6000, respectively. c. Tower Air Traffic Controllers: Year 1 number of participants and total number of hours are 10 and 800 respectively. For years 2-5, number of participants and total number of hours per year are 8 and 800, respectively. d. Radar Air Traffic Controllers: Year 1 number of participants and total number of hours are 3 and 120 respectively. For years 2-5, number of participants and total number of hours per year are 10 and 800, respectively. Delivery orders will be placed based on predetermined fixed labor rates (burdened). The contractor may only charge for participant?s time spent on-site with a minimum of 4 hours charged per day. Travel will be included in specific delivery orders as needed. The provisions and clauses in the RFQ are those in effect through FAC 05-03. This procurement is a total small business set-aside. See Note 1. The NAICS Code and the small business size standard for this procurement are 488190 and $6M, respectively. The offeror shall state their size status for this procurement in their offer. All responsible sources may submit an offer, which shall be considered by the agency. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by May 16, 2005 @ 3pm PST to Donella Franks by any of the following: mailed to at Ames Research Center, Mail Stop 227-4, Moffett Field, CA 94035-1000, emailed to dfranks@mail.arc.nasa.gov or fax to 650-604-0270 and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged, but not required, to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. Offerors shall provide the information required by FAR 52.212-1 (JAN 2005), Instructions to Offerors-Commercial, which is incorporated by reference. FAR 52.212-4 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JAN 2005), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.203-6, Alternate I (October 1995) of 52.203-6, 52.219-6, Alternate II (Mar 2004) of 52.219-6, 52.219.14 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.323-18, 52.232-33. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Offerors must be registered in the Central Contractor Registration (CCR). Offerors may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. Offerors shall provide burdened, hourly rates for each labor category (flight simulator pilots, pseudo-pilots, tower air traffic controllers, and radar air traffic controllers), for each of the five years. All contractual and technical questions must be either emailed or faxed to Donella Franks at dfranks@mail.arc.nasa.gov or 650-604-0270, not later than May 12, 2005. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, past performance, and price. Other critical requirements: Contractor shall provide evidence of ability to recruit 25-30 participants for a single simulation project. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21#115149)
 
Record
SN00799416-W 20050504/050502212245 (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.