Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2008 FBO #2351
SOLICITATION NOTICE

69 -- VH-60/VH-3D APT Upgrades

Notice Date
5/2/2008
 
Notice Type
Modification/Amendment
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
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, UNITED STATES
 
ZIP Code
32826-3224
 
Solicitation Number
N61339-08-R-0018
 
Point of Contact
Ileana Cintron,, Phone: (407) 380-4093, Susan J Gregory-Minor,, Phone: 407-380-8020
 
E-Mail Address
ileana.cintron@navy.mil, susan.gregory-minor@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Please note the following changes: RFP Issuance: 06 JUNE 2008 Security Consideraions: Foreign Nationals will not be allowed. RFP- June 2008 Receipt of Proposals- July/August 2008 Oral Presentations- August 2008 Contract Award (CAD)- September 2008 ********** Training System Acquisition VH-60N and VH-3D Aircrew Procedures Trainers (APTs) Muti-Option Contract. Naval Air Systems Command Training Systems Division (NAWC TSD) Orlando, intends to issue a Request for Proposal on or about 06 JUNE 2008 with the intention to award a contract to upgrade the VH-60N and VH-3D Aircrew Procedures Trainers (APTs) under the Presidential Helicopter Program. This acquisition will award one base effort and have options for eight additional efforts. Offerors will have 30 to 45 days after the RFP published date, to submit proposals. DESCRIPTION OF PROGRAM EFFORTS: The acquisition will maintain configuration of the APTs and aircrew training with the Fleet aircraft along with a technology refresh to maintain the APTs in top efficiency. Commonality of VH-3D, VH-60N, and VH-71 Visual Systems/Databases is a goal of the program. The training device modification includes a visual upgrade, a technology refresh, the cockpit upgrade program (CUP), a flight model upgrade to incorporate the Carson rotor blade, correction of existing Trainer Engineering Change Requests (TECRs), an effort to maintain trainer concurrency with the VH In Service aircraft changes and modifications, and relocation of both devices to a new location on MCAF Quantico, Virginia. The base effort will be to upgrade the VH-60N APTs Computational Technology and Visual Systems. The computational technology refresh will include replacement of the current host and image generator with a PC host, PC image generator and replace the existing visual database with Naval Aviation Simulator Master Plan (NASMP) Portable Source Initiative (PSI) database set. This upgrade will keep the APT at peek efficiency until the VH-60N helicopter is retired. New hardware will have commonality with the VH-71 CPT to the maximum extent possible. Visual Databases from the VH-71 CPT will be integrated into the APT. All additional efforts will be options on the resulting contract. There will be an option effort to upgrade the VH-3D APT Computational Technology and Visual Systems as described above for the VH-60N APT. Another option effort will be to upgrade the VH-60N APT to a glass cockpit and provide applicable modifications. The VH-60N aircraft is incorporating state of the art technologies that will provide improved electronic displays and upgrades pilot communications and navigation capabilities (glass cockpit). The upgrade will be utilizing avionics, equipment and software utilized by other DOD aircraft to maintain commonality and supportability for future life cycle support. The upgrade will require the removal of the current instrumentation system and the incorporation of glass cockpit multifunction displays and associated weapons replaceable assemblies/wiring. Some software conversion of the instructor operator station and new digital interface code will need to be written. The next option effort for the trainer modification requirement will be to modify the existing VH-3D APT aerodynamic model to account for the new Carson main rotor blade. This program will replace the existing VH-3D metal Main Rotor Blades (MRB) with a newly designed composite MRB. The new MRB was designed by Carson Helicopters of Perkasie, PA utilizing NASA designed airfoil sections and state of the art materials. The rotor blade offers significant increases in performance and flight envelope over the current metal blades. Aerodynamic model data will be recorded via the VH-3D Lift Improvement Program and will be used to modify the existing VH-3D APT aerodynamic model. The next option effort for the trainer modification requirement will be the correction of existing Trainer Engineering Change Requests (TECRs) which will be divided in four different lots. The Government intends to award as many TECRs as possible at time of contract award depending on funding availability. The last option effort is for the relocation of both devices to a location within the boundaries of MCAF Quantico, Virginia. Period of Performance: Varies per CLIN, Overall is 5 years. Sources: Sources will be limited to the Training Systems Contract (TSC) II Lot I Small business firms. GFE/GFI Requirements: The Government will provide most WRAs required from the B kit and cockpit peculiar hardware from the A kit for the VH-60N glass cockpit upgrade DURING FY09. EDT software and information may be used for developmental efforts. VH-60N and VH-3D APT IOS and host software in addition to each APTs document library may be made available upon contractor request. Security Considerations: The use of foreign nationals inside of the HMX-1 squadron spaces will not be allowable due to the sensitive nature of the effort. The APTs are unclassified however, access to the HMX-1 squadron spaces may require Secret or above security clearance. Proprietary Data: The VH-60N and VH-3D APTs were procured with full data rights. The contract will require contractors to provide data without restrictions on documentation and software. Contract Approach: The acquisition will be made via the Small Business open competition under Lot I of the Training Systems Contract (TSC) II Indefinite Delivery/Indefinite Quantity Contract (ID/IQC) contract as Firm Fixed Price. Contract payment schedule will be performance-based payments based on significant milestone events. Events are not limited to, but include engineering design reviews, testing events and delivery of documentation. A percentage of the total contract value will be assigned to each event. Management Approach: All efforts will be conducted by utilizing the Integrated Product/Process Development (IPPD) approach. An Integrated Product Team (IPT) will be formed with appropriate roles and responsibilities delineated by team assignment agreement for government personnel. The contractor will provide personnel for those teams. The RFT dates below are not based on Fleet requirements but are an estimate of the completion date based on other simulator modifications of this magnitude. RFP- June 2008 Receipt of Proposals- July/August 2008 Oral Presentations- August 2008 Contract Award (CAD)- September 2008 RFT: VH-60N Tech/Visual RefresH- 24 months after CAD VH-3D Tech/Visual Refr- 24 months after exercise of option (AEO) VH-60 Glass Cockpit- 18 months AEO VH-3D Carson MRB- 12 months AEO Relocation of devices- up to 30 months AEO Source of Support: APT modifications will include 6 months of Contractor Field Services. The CFS on site portion will be three months and then three months of on call support will be put in the contract. The APTs will be maintained by COMS upon completion of the CFS period. Spares Acquisition: Spares will be purchased through the prime contractor. A CDRL for initial spares will be part of the PBP payment criteria. Summary: The requirements to incorporate state of the art technologies into VH-60N and VH-3D APTs will maintain configuration between aircraft and training system as well as maintaining trainer supportability. This notice is issued to interested parties to advise the Government's intention to issue a solicitation. This is NOT a Request for Proposal, and this notice of intent is NOT a request for competitive proposals. NO solicitation document exists at this time, and any information submitted as a result of this notice will be used for informational purposes only. This notice is not to be construed as a commitment by the Government to procure any services, or for the Government to pay for any information received. If you have any suggestions, questions, or concerns please contact the Contract Specialist, Ms. Ileana Cintron, by phone at 407-380-4093, or via email at ileana.cintron@navy.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cefdc074f8f1293d0901023b1d78d32f&tab=core&_cview=1)
 
Place of Performance
Address: 2102 Rowell RDMCAF Quantico, VA
Zip Code: 22134
 
Record
SN01566030-W 20080504/080502220519-cefdc074f8f1293d0901023b1d78d32f (fbodaily.com)
 
Source
FedBizOpps 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.