Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 16, 2008 FBO #2547
DOCUMENT

69 -- F/A-18 C/D Simulated Aircraft Maintenance Trainers (SAMT) SCS Upgrade - Technical Requirement

Notice Date
11/14/2008
 
Notice Type
Technical Requirement
 
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, Florida, 32826-3224
 
ZIP Code
32826-3224
 
Solicitation Number
N61339CDSAMTUpgrade
 
Archive Date
12/18/2008
 
Point of Contact
Robert A Orozco,, Phone: 407-380-4173, Jana R. Mirrilees,, Phone: 4073804997
 
E-Mail Address
robert.orozco@navy.mil, jana.mirrilees@navy.mil
 
Small Business Set-Aside
N/A
 
Description
F/A-18 C/D Simulated Aircraft Maintenance Trainer (SAMT) Upgrade. INTRODUCTION: The Naval Air Warfare Center Training Systems Division (NAWCTSD), Orlando, FL, is seeking information for potential sources to design, fabricate, integrate, install and test the F/A-18 C/D Simulated Aircraft Maintenance Trainer (SAMT) system configuration set (SCS) upgrade. The SAMT upgrade will encompass System Configuration Set (SCS) 17C to SCS 21X baseline, add Litening Pod capabilities and other minor software upgrades. The contractor shall upgrade the eight (8) USN SAMTs from the current 17C SCS to the 21X SCS baseline. The Contractor shall upgrade the functionality of the existing SAMT by developing, modifying, and integrating the applicable software modules and hardware design for the US Navy’s Training Device 11H171 SAMT. The development shall produce a training system that will provide realistic, full spectrum maintenance training for electrical/flight control, avionics, armament, hydraulics and fuel related task areas. Realistic maintenance training shall include the capability to train in operational maintenance situations and allow the maintenance technicians to train in an Organizational Level (O Level) maintenance environment. All training events and qualification exercises performed on the training system shall come as close as possible to yielding the same experience as the identical events performed on the aircraft with the exception of remove and install (R&I) tasks. Specific trainer enhancements and detailed tasks are identified in the attached document. Potential sources should also be aware that, in addition to the Options listed in the attachment, there is a potential for a future upgrade from the 21X SCS baseline to a 23X baseline. PLACE OF PERFORMANCE: The preponderance of the effort can be completed at the contractor’s facility, however physical updates will need to be done at the SAMT locations. There are equal numbers of trainers located at Naval Air Station (NAS) Oceana, VA and NAS Lemoore, CA. PROGRAM BACKGROUND: The SAMT currently fulfills the Navy training needs by providing a realistic, full spectrum maintenance trainer for electrical/flight control, avionics, armament, and fuel related task areas. All training events and qualification exercises performed on the SAMT simulate the actual experience as the identical events performed on the aircraft with the exception of remove and install (R&I) tasks. The SAMT provides training required for the new sailors entering the fleet and refresher training for current sailors. REQUIRED CAPABILITIES: Interested parties should provide documentation on their Capabilities, Experience, Schedule, and Cost that demonstrates ability to fulfill the detailed trainer enhancements and tasks identified in the attached Technical Requirements document. CAPABILITIES: Interested parties should provide a brief company introduction and details on the company/organization, including any potential teaming approach. Include information on program management, systems engineering, requirements management, risks, and software development plans and processes. EXPERIENCE: Companies should provide details showing their experience in similar work and any relevant experience on aircraft maintenance trainer simulation developments. SCHEDULE: The Government anticipates the effort to require between 18 – 24 months for completion. Companies should provide comments as to their likelihood of satisfying the requirements within 24 months. COST: The Government’s anticipated budget is between $2.5M to $3.0M (excluding Options). Companies should provide a rough order of magnitude (ROM) for the identified trainer enhancements and tasks identified in the attached Technical Requirements document. Also, feedback and comments regarding the anticipated budget are encouraged. SPECIAL REQUIREMENTS: Any resulting contract is not anticipated to have a security classification level. The Government currently has unlimited data rights for the 17C baseline and would like to maintain similar rights under DFARS clause 252.227-7013, Rights in technical data - Noncommercial items. SIZE STATUS: The applicable NAICS code for this requirement is 333319, size standard of 500 employees. The Product Service Code is 6910. Companies must identify their size status, the results of which will be utilized as guidance to determine any potential set-aside basis. SUBMISSION DETAILS: Interested businesses shall submit responses by email to Robert Orozco, at robert.orozco@navy.mil and Jana Mirrilees at jana.mirrilees@navy.mil. Please submit all written questions by email to Robert Orozco and Jana Mirrilees. No phone or email solicitations with regards to the status of any subsequent RFP will be accepted prior to its release. One electronically submitted response shall be received no later than 2:00pm Eastern Time on 02 December 2008 and reference: C/D SAMT Upgrade – Sources Sought. Interested businesses should submit a BRIEF capabilities statement package (no more than fifteen (15) 8.5 x 11 inch pages, font no smaller than 10 point) demonstrating ability to perform the services listed in the attached Technical Description. Documentation should be organized into the following sections: Capabilities, Experience, Schedule, Cost, and ability to satisfy the Special Requirements identified. All responses shall include Company Name, Company Address, Company Business Size, and Points-of-Contact (POC) including name(s), phone number, fax number, and email address.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8be4809cf51fe3fcc0880852b6ac307a&tab=core&_cview=1)
 
Document(s)
Technical Requirement
 
File Name: The attached word document identifies, in bullet format, the technical requirements. (C-D SAMT Upgrade - Technical Requirements.doc)
Link: https://www.fbo.gov//utils/view?id=e7ee97f5eab3232a7cb1ce1dc7464cad
Bytes: 65.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN01704951-W 20081116/081114215834-8be4809cf51fe3fcc0880852b6ac307a (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.