Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2010 FBO #2974
SOLICITATION NOTICE

U -- Provide Scan Eagle Course of Instruction

Notice Date
1/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Naval Special Warfare Group 4, 2220 Schofield Road, Norfolk, Virginia, 23521
 
ZIP Code
23521
 
Solicitation Number
H92242-10-T-0505
 
Archive Date
2/9/2010
 
Point of Contact
LaVerne L Whitfield, Phone: 757-763-4430, Mary Tuttle, Phone: 757-763-4407
 
E-Mail Address
whitfield_a@nsweast.socom.mil, mary.tuttle@nsweast.socom.mil
(whitfield_a@nsweast.socom.mil, mary.tuttle@nsweast.socom.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. The Request for Quotation number is H92242-10-T-0505. This solicitation documents and incorporates provisions and clauses that are in effect through FAC 2005-38, dated 11 JAN 2010 and DFARS Change Notice 2009-O0009. The DPAS Rating for this solicitation is DO. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://farsite.hill.af.mil and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 541330, the Small Business Standard is $4.5 Mil. This requirement is unrestricted. The Naval Special Warfare Group 4, 2220 Schofield Road, Norfolk Va. 23521 request responses from qualified sources capable of providing Scan Eagle Course of Instructions, Clin 0001: Basic Operator Course, Clin 0002: Level 2 Maintenance Course and Clin 0003: Scan Eagle Unmanned Aircraft Systems (UAS) Mission Qualification Training Course. Performance shall be as specified in the Statement of Work below: When quoting, provide a firm fixed price for each of the task in the statement of work to include: hourly rate, per student cost and material. Performance shall be upon issuance, all training shall be completed no later than 30 September 2010. Delivery location: Contractor's Facility. Contractor's facility must located within the continent of the United States of America. This requirement is FOB Destination. The following FAR provisions and clauses are applicable to this procurement: 52.212-1 (Jun 2008), Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I (Jun 2008), Offeror Representations and Certifications. Certification and Representations shall be submitted via ORCA website at https://orca.bpn.gov/publicsearch.aspx Commercial Items; 52.203-3 Gratuities (Apr 1984), 52.204-7 Central Contractor Registration (Apr 2008), 52.203-6 ALT 1 (Oct 1995), Restriction on Subcontractor Sales to the Government (Sep 2006), 52.212-4 Contract Terms and Conditions - Commercial Items (Oct 2008), 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation)(Oct 2008), 52.219-27 Notice of total Service-Disabled Veteran-Owned Small Business Set-aside (MAY 2004). The following clauses are applicable to this solicitation: 52.222-26 Equal Opportunity (May 2007), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004), 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Products (May 2001), 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003,) 52.233-3 Protest After Award (Aug 1996), 52.233-4 Applicable law for Breach of Contract Claim (Oct 2004), 52-247.34 F.O.B. Destination (Nov 1991), 52.249-1 Termination for convenience of the Government (Fixed price) (Short Form) (Apr 1984),52.252-2 Clauses incorporated by reference (Feb 1998)and 52.252-6 Authorized Deviations in Clauses (Apr 1984). Additional contract terms and conditions applicable to this procurement are: 252.212-7000 Offeror representations and certifications - Commercial Items(Jun 2005) Certification and Representation shall be submitted separately from the quote and 252.212-7001 Contract Terms and conditions required to implement statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items (Apr 2007)(Deviation), 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A (Sep 2007), 252.232-7003 Electronic Submission of Payment Requests (May 2006), 252.225-7001 Buy American Act and balance of payments program Jun 2005), 252.243-7001 Pricing of Contract Modifications (Nov 2005)and 252.211-7003 Item Identification and Valuation (Aug 2008). Quoters shall include the quoter's price for each part listed in this synopsis. All clauses will be incorporated by reference in the order. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate Delivery time frame. 52.212-2, Evaluation - Commercial Items (JAN 1999) is applicable to this procurement. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: The contract will be awarded to the Quoter whose quote conforms to the solicitation provisions, is technically acceptable and provide the lowest cost to the Government. To be considered by the agency, all quotes must be received by the Contracting Officer no later than 2:00 PM (Eastern Standard Time) on 25 JAN 2010. All questions shall be sent to the Contracting Officer, LaVern Whitfield, at (757) 763-4430 or email whitfield_a@nsweast.socom.mil. NSWG-4 Scan Eagle UAS Training Statement of Work (SOW) 1. Background Naval Special Warfare Group- 4 (NSWG-4) has a requirement for Special Boat Team (SBT) members to receive training on Unmanned Aircraft Systems (UAS). The Scan Eagle (SE) system has been procured by the Naval Special Warfare Command and is currently being employed by Special Warfare Combatant-craft (SWCC) operators. 2. Scope This SOW identifies the specific tasks and supporting requirements for three separate Courses of Instruction (COI). •· Scan Eagle Basic Operator Course •· Scan Eagle Level 2 Maintenance Course •· Scan Eagle UAS Mission Qualification Training Course 3. Specific Task Areas 3.1 Curriculum This training shall be conducted in accordance with the United States Special Operations Command (USSOCOM) Directive 350-9 and USSOCOM J7/9-TU guidance which consists of a combination of classroom and flight training using system hardware consistent with the actual SE system hardware. Course curriculum requirements are specified in the following paragraphs. 3.2 Course Package The Basic Operator course shall prepare SWCC with no aviation or piloting experience to successfully operate the SE. Specific requirements: Academics: •- Unmanned Aircraft and System Overview •- Aviation Fundamentals •- Safety and Approach Theory •- Aircraft Programming •- I-MUSE (Insitu Multiple UAV Software Environment) •- Object Tracker/Target Management •- Setting Mission Parameters •- Electronic Map Creation •- S-VEST (Scan Eagle Video Exploitation System) •- Forward Ground Control Station •- Forward Eyes Maintenance: Training focused on troubleshooting and general maintenance of the aircraft. Simulator: Events to practice operating the various software programs and hardware components of the system Flights: Events to operate the actual system. Evaluations: Students shall be evaluated during all phases of training and shall take an exam, similar in style to a Federal Aviation Administration (FAA) written exam. Total approximate hours of instruction: 320 The Level 2 Maintenance course shall prepare SE Basic Operators to conduct advanced maintenance on the SE. Specific requirements: Academics: •- Preventive maintenance and inspections •- Testing and troubleshooting •- Wing and winglet maintenance •- Propulsion module maintenance •- Avionics module maintenance •- Camera and dome maintenance •- Fuselage module maintenance •- Aircraft weight and balance •- Aircraft composite repair •- GCS (Ground Control Station) maintenance •- Fiber optics maintenance •- Skyhook maintenance Lab: Academics shall be complimented by hands-on training to reinforce classroom lectures. Total approximate hours of instruction: 160 The Scan Eagle Mission Qualification Training course shall provide Basic Operators and Intelligence Specialists (IS) with the skills required to operate the system in a mission oriented scenario. For the Basic Operator, the course shall replicate as closely as possible the actual operations that operators can expect on deployment. For the IS, the course shall focus on S-VEST, provide a detailed overview of the entire UAS, and focus on the software and hardware required to capture, process, exploit, and disseminate full motion imagery data. Specific requirements: Academics: •- How analog video and data is processed/routed from the aircraft to the GCS •- Review transmission control protocol/internet protocol (TCP/IP) and messaging protocols used for system to system communications •- Review general networking and troubleshooting techniques •- How to administrate Windows XP (Extreme Programming) needed to maintain the system •- How analog video and metadata is combined to form full motion imagery •- Review imagery standards and industry directions •- Review digital video and encoding/decoding •- How to use and configure Terrasight suite of software for exploitation •- How to produce geolocated snapshots and clips •- How to send continuity (CoT) messages from Terrasight and I-MUSE to other systems •- How to use I-MUSE for situational awareness purposes and manage maps •- How to send Electro-Static Discharge (ESD) data streams from I-MUSE •- How to setup chat clients and chat rooms for additional communication •- How to setup each system in the field and understand hardware configurations Lab: Academics will include hands-on training to ensure ISs are able to start the system, load required applications, communicate with the aircraft, initiate an ESD feed, capture and replay full motion imagery data, and export snapshots and clips for reporting purposes. ISs shall be required to integrate the S-VEST into the Scan Eagle system during mission oriented scenarios. Total approximate hours of instruction: 80 <h5 style="TEXT-ALIGN: justify; tab-stops:.75in"> 3.3 Training </h5> The training shall be conducted at the Contractor's facilities and in Contractor coordinated airspace. The Contractor shall plan and execute the training identified in this SOW in coordination with the NSWG-4 UAS Program Manager (PM) or Contracting Officer's Technical Representative (COTR) to meet the training curriculum requirements. <h5 style="TEXT-ALIGN: justify; tab-stops:.75in"> 3. 4 Assessment </h5> The Contractor shall assess individual skills, knowledge, and achievement of learning and performance objectives. This shall be done through task performance and written examination. The Contractor shall track and record individual student task proficiency throughout training and provide results (including a flight log listing all flights and flight times per Basic Operator) to each student prior to completion of a course. The Contractor shall make recommendations to the Government for dismissal of any student who has shown an inability to understand and execute the course material or any student who has conduct issues that inhibit training. <h5 style="TEXT-ALIGN: justify; tab-stops:.75in"> 3.5 Training Materials and Facilities </h5> The Contractor shall be responsible for providing each student with required training materials to include a copy of flight log/grade sheets (for Basic Operators) and a takeaway compact disk (CD) with Adobe Acrobat file (PDF) copies of the respective operator's manual and student guide. The Contractor shall supply UAS components, support materials, and consumables necessary for conducting training. All costs/charges associated with logistics for off-site shipping of systems and components for higher-level maintenance will be handled by and paid for by the Contractor. The Contractor shall provide or coordinate all facilities required for training. <h5 style="TEXT-ALIGN: justify; tab-stops:.75in"> 3.6 Locations and S chedule </h5> Training shall be conducted at the Contractor's facilities. Course seats shall be arranged between the Contractor and the Government based on available courses and Government requirements. The Government shall provide all transportation for Government personnel. <h5 style="TEXT-ALIGN: justify; tab-stops:.75in"> 3.7 Training Expertise </h5> Contractor personnel shall be fully capable of supporting the training and have the knowledge and expertise to meet the requirements specified in this SOW. The Contractor shall assign supporting personnel to perform the services and functions necessary to execute training requirements outlined in this document. 4. Deliverables In addition to training, each student shall receive the following: •- A CD with PDF files of the respective operator's manual and student guide •- Grade sheets •- A listing of flights and accumulated flight hours (for Basic Operators) 5. Period of Performance The date of award will be upon issuance to be completed no later than 30 SEP 10. 6. Assumptions NSWG-4 will execute funding for the following guaranteed seats: Basic Operator: 7 Level 2 Maintenance: 2 Mission Qualification Training: 10 (8 Basic Operators / 2 Intelligence Specialists) Additional seats can be negotiated under this contract (using the same quote) subject to course availability. The Contracting Officer is the Only person who can approve additional seats under this contract, subject to the course availability 7. Points of Contact Government: NSWG-4 UAS Program Manager: CDR Jay Dantone / 757-763-4315 NSWG-4 Contracting Officer: Mary Tuttle / 757-763-4407
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SanDiegoCA/H92242-10-T-0505/listing.html)
 
Record
SN02041708-W 20100115/100113235307-59b017f28859872e16aad5b10cedd562 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.