Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2010 FBO #3199
SOURCES SOUGHT

69 -- MH-60S Avionics Maintenance Trainers (AMT) Overhaul and Upgrades - AMT System Needs

Notice Date
8/26/2010
 
Notice Type
Sources Sought
 
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
N61339-10-R-xxx1
 
Archive Date
9/25/2010
 
Point of Contact
John J. Warren, Phone: 4073804556, Kari A. Schuett, Phone: 407-380-4078
 
E-Mail Address
john.j.warren@navy.mil, Kari.Schuett@navy.mil
(john.j.warren@navy.mil, Kari.Schuett@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
AMT System Needs Solicitation Number: N61339-10-R-xxx1 Agency: Department of the Navy Office: Naval Air Systems Command Location: Naval Air Warfare Center Training Systems Division Title: MH-60S Avionics Maintenance Trainers (AMT) Overhaul and Upgrades INTRODUCTION : The Naval Air Warfare Center Training Systems Division (NAWCTSD), Orlando, FL, is seeking information for potential sources to overhaul, redesign, upgrade, fabricate, integrate, install, deliver and test two (02) MH-60S Avionics Maintenance Trainers (AMT) and their associated technical documentation, located at NAS North Island, San Diego, CA and NAS Norfolk, VA. The effort is to baseline each trainer's configuration to the latest aircraft System Configuration and AOP 75.1, and to potentially upgrade the devices to subsequent AOPs. The contractor shall upgrade the two AMTs using the available data and documentation from the similar MH-60R design previously built and delivered, with the objective to maintain software and hardware commonality and life cycle supportability. The Contractor shall upgrade the functionality of the existing AMTs by developing, modifying, and integrating the applicable software modules and hardware design for the MH-60R AMT Device No PNAMT3. This upgrade effort shall produce a training system that will provide realistic, full spectrum maintenance training that provides the operations, functions and equipment necessary to train avionics maintenance personnel to perform organizational level maintenance on the MH60S aircraft. 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 that includes removal and installation (R&I) tasks. Specific trainer enhancements and detailed tasks are identified in the attached document. Potential sources should also be aware that there is a potential for a future upgrade from the MH-60S AOP 75.1 baseline to an AOP 80 series and 90 series baseline, plus other additional Joint Weapon Program ECPs. PLACE OF PERFORMANCE : The preponderance of the effort can be completed at the contractor's facility, however future AOP updates will need to be done at the AMT locations. The contractor may be given the option to perform the entire effort at the AMT and WLT/MCT locations. PROGRAM BACKGROUND: The AMT currently fulfills the Navy training needs by providing a realistic, full spectrum maintenance trainer for electrical, avionics, and armament task areas. All training events and qualification exercises performed on the AMT simulate the actual experience as the identical events performed on the aircraft including to remove and to install (R&I) tasks. The AMT provide training required for personnel unfamiliar with the MH-60S and refresher training for those preparing to deploy. REQUIRED CAPABILITIES : Interested parties should provide documentation on their Capabilities, Experience and Schedule 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, logistic management, requirements management, risks, facilities and personnel, 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. If applicable, provide the Government contract number, contract value, role your company played (prime or sub), and a point of contact and current telephone number 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. SPECIAL REQUIREMENTS : The AMT trainers are not classified, therefore the contractor is not anticipated to have a security classification level to work on the devices, however Information Assurance (IA) requirements must be met. The Government currently has unlimited data rights for the MH-60R AMT baseline, and limited data rights on the MH-60S AMT. Under this effort, the Government will achieve the unlimited data rights under DFARS clause 252.227-7013, Rights in technical data - Noncommercial items, for all devices. 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 the below POC. Please submit all written questions by email to Mr. John Warren (john.j.warren@navy.mil) and Ms. Schuett, Kari (kari.schuett@navy.mil). 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 5:00pm Eastern Time on 10 September 2010 and reference: MH-60S AMTs - 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 and ability to satisfy the Special Requirements identified. All responses shall include Company Name, Company Address, Cage Code, Company Business Size and if applicable any small business classification, and Points-of-Contact (POC) including name(s), phone number, fax number, and email address. NAWCTSD anticipates a full and open competition for this effort. This sources sought announcement is published for informational purposes only. This is not a solicitation. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. No site visit will be permitted during the period of response to this announcement. NAWCTSD will use the responses to this announcement to make an informed decision concerning the strategy it will pursue to meet its objective, including determining set-aside opportunities. All set-asides will be considered. INTERESTED PARTIES ARE URGED TO PERIODICALLY ACCES THIS WEBSITE AND THE NAWCTSD BUSINESS OPPORTUNITIES WEBSITE AT http://nawctsd.navair.navy.mil/EBusiness/Index.cfm Primary Points of Contact : Contracting Office Address and POC: 12350 Research Parkway Code 253 Orlando, Florida 32826-3224 Primary Point of Contact: John Warren (NAVAIR 2.5.3.3.1) Contract Specialist John.j.warren@navy.mil Phone: 407-380-4556 Secondary Point of Contact : Schuett, Kari A (NAVAIR 2.5.3.3.1) Contracting Officer Kari.Schuett@navy.mil Phone: 407-380-4078 Fax: 407-380-4164
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N61339-10-R-xxx1/listing.html)
 
Record
SN02256193-W 20100828/100826235939-d2ba5047338a5e3a952324a3df524e3e (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.